Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2005-R0180 - Contract - Granite Construction Company - Milwaukee Avenue Paving Improvements - 04/28/2005
Resolution No. 2005-RO180 April 28, 2005 Item 24 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a Contract for Milwaukee Avenue Paving Improvements — 341h Street to 92°a Street, by and between the City of Lubbock and Granite Construction Company of Watsonville, California, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 28th day of Aril , 2005. MARC MCDOUGAL, MAYOR ATTEST: Rebecca Garza, City Secret APPROVED AS TO CONTENT: Engineer APPROVED AS TO FORM: Linda L. Chamales Senior Attorney/Office Practice gs:/ccdocs/contract res-Granite Const Co April 21, 2005 CITY OF LUBBOCK SPECIFICATIONS FOR MILWAUKEE AVENUE PAVING IMPROVEn4ENI'S - 34TH STREET TO 92ND STREET ITB #05-029-VK Plans & Specifications maybe obtained, at the bidder's expense, from THE REPRODUCTION COMPANY http://pr.thereproductioncompanv.corii / Phone: (806) 763-7770 "A Cite Of Planned Progress" CITY OF LUBBOCK Lubbock, Texas City of Lubbock PURCHASING DEPARTMENT MUNICIPAL BUILDING, Room 204 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us ITB #05-029-VK, Addendum #1 ADDENDUM #1 ITB #05-029-VK MILWAUKEE AVENUE PAVING IMPROVEMENTS - 34TH STREET TO 92ND STREET POSTED: April 9, 2005 (RFPDepot.com) CLOSE DATE: April 21, 2005 at 2:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Will the City be correcting the bid proposal form to correct formatting problems? Yes, in a future addendum. 2. What is the MBE/WBE goal for this project? There are no MBE/WBE goals for this project. 3. Is the subcontractor form on page 15 of the proposal required with the bid proposal or with the contract? It is requested that the bidder make his best effort to list subcontractors with their bid. An incomplete list at time of bid will not disqualify a bidder. However, a complete list will need to be provided after contract award and prior to contract execution by the City of Lubbock. 4. Paragraph 25 in the instructions to bidders indicates that insurance certificates will be submitted before contract execution. Insurance certificates must be submitted after bid award and before contract execution by the City of Lubbock. 5. Unit Price spaces are too small. A new Bid Form will be issued in a future addendum with additional space allowed for the unit prices. 6. On last page of the proposal are you asking for material costs and labor & equipment costs? Yes. 7. Can you number the bid items? A new Bid Form will be issued in a future addendum with the bid items numbered. 8. In GC 28 "Contractors Insurance" the $ limits are left blank. What are the limits? A. General Liability Insurance (Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: 05-029Adl.doc ITB #05-029-VK, Addendum #1 Products & Completed Operations Hazard Contractual Liability Personal Injury Advertising Injury Heavy Equipment Endorsement B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, $500,000 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance (Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non - owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance (Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least 50$ 0,000. Corrected pages 8 and 9 of the General Conditions may be viewed and downloaded at RFPDepot.com (Insurance.pdi). 9. Can additional time be given to prepare bids? No. 10. The time to complete the project is very short — can the time of completion be extended to a later date? No. 11. The pavement striping specified is very expensive, and very few contractors are set up to install this type striping. Can thermoplastic striping be included as an alternate in the bid? It has been decided to include thermoplastic pavement striping as an alternate in the bid proposal. The specification for thermoplastic striping will be included in a future addendum 12. Section 01020 1.4 - Is the channel and structure excavation quantity included in excavation bid item? 05-029Ad1.doc s' ITB #05-029-VK, Addendum #1 Channel excavation is included in the "excavation" bid item. Structural excavation is considered subsidiary to the structure bid items. See Changes to Specifications below. 13. Section 01020 1.18 - How is this material different than 1.7 flexible base? They are the same. See Changes to Specifications below. 14. Section 01140 1.5 - Schedule cannot be met with the restrictions imposed in this section. Work hours must be extended and allowed 6 days a week. Contractor must be allowed to work before and after Thanksgiving and Christmas week. See Changes to Specifications below. Changes to Drawings 15. SHEET TY-1 -TYPICAL SECTIONS Change Compacted Subgrade depth shown in Typical Curb and Gutter Construction detail to 12" depth in lieu of 6" depth. j Changes to Specifications 16. SECTION 01020 - MEASUREMENT AND PAYMENT Delete item 1.3 in its entirety and replace with the following: 1.3 EXCAVATION FOR ROADWAY AND CHANNELS A. Measurement will be made of the volume, in cubic yards, of roadway and channel excavation. Payment will be made at the unit price bid per cubic yard. The unit price bid shall be complete compensation for roadway excavation, complete. Delete Item 1.4 in its entirety and replace with the following: 1.4 EXCAVATION FOR STRUCTURES A. Excavation for structures will not be paid for directly, but will be subsidiary to the unit prices bid for various structures. Delete Item 1.8 in its entirety. 17. SECTION 01140 - WORK RESTRICTIONS Delete Item 1.5.A in its entirety and replace with the following: 1.5 WORKING PERIOD A. Working Hours - Regular working hours shall be sunrise to sunset Monday through Saturday. 18. SECTION 01500 - TEMPORARY FACILITIES AND CONTROLS 05-029Ad l .doc w_J ITB #05-029-VK, Addendum #1 Delete Item 3.4.B. andltem 3.4.C.in their entirety. 18 SECTION 02300 - EARTHWORK Delete Item 2.LF 1.in its entirety and replace with the following: F. Flexible Base: 1. The material for flexible base shall consist of crushed caliche (limestone, calcareous clay particles, conglomerate, gravel, or other approved granular materials) produced from J oversized quarried aggregate, sized by crushing and produced from a naturally occurring single source except that blending of clean crushed concrete will be allowed. Blended material must meet requirements for flexible base as defined in this and other sections. The material source shall be subject to approval by the Engineer. If material characteristics within the approved source change, the material shall be subject to retesting and re -approval prior to continued use. The Contractor shall not change material sources without approval by the Engineer. J 19 SECTION 02631 CONCRETE BOX CULVERTS Add Item 2.1.C. to read as follows: C. Concrete pipe culverts shall meet ASTM C76 requirements for Class III, Wall C pipe. 20 SECTION 02741- HOT -MIX ASPHALT PAVING Delete Item 1.6.B in its entirety and replace with the following: B. Asphalt -Paving: Comply with City of Lubbock Specifications for "Asphalt Stabilized Base (ASB)" for asphalt stabilized base course unless other requirements are indicated herein. Comply with City of Lubbock Specification for "Hot Mix Asphaltic Concrete Surface (HMAC)" for hot mix wearing course unless other requirements are indicated herein. Delete Item 2.1.A.1.a. in its entirety and replace with the following: Coarse Aggregate — Coarse aggregate shall conform to ASTM D692. a. The coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, tough, durable fragments of crushed stone or crushed gravel of uniform quality. Mixing or combining of crushed gravel and crushed stone will not be permitted. Coarse aggregate shall be crushed to the extent that produces a minimum of 55% crushed faces for Type "C" HMAC as defined by City of Lubbock paving specifications when tested in accordance with ASTM D 692. Delete Item 2.1.D. in its entirety and replace with the following: D. Tack Coat f 05-029Ad1.doc 7 ITB #05-029-VK, Addendum #1 The asphaltic material for tack coat shall meet the requirements for Cut -Back Asphalt RC-250, slow rate cure SS-1 emulsified asphalt, medium rate cure MS-1 emulsified asphalt, or PG grade asphalt as used in the HMAC surface course. 21 SECTION 02751- PORTLAND CEMENT CONCRETE PAVEMENT Delete Item 2.8.G.3. in its entirety and replace with the following: 3. Flyash: Not more than 30% by absolute volume of cement. Delete Item 3.5.G.in its entirety. All requests for additional information or clarification must be submitted in writing and directed to: Victor Kilman, Purchasing Manager, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to vkilman@mylubbock.us. THANK YOU, CITY OF LUBBOCK Victor Kilman Purchasing Manager It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's resvonsibility to advise the Citv of Lubbock Purchasine Manaeer if anv laneuaee. requirements, etc.. or anv combinations thereof inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. 05-029Adl.doc City of Lubbock - PURCHASING DEPARTMENT MUNICIPAL BUIIAING, Room 204 J 1625 13TH STREET LUBBOCr, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tr.us ITB #05-029-VK, Addendum #2 ADDENDUM #Z ITB #05-029-VK MILWAUKEE AVENUE PAVING IMPROVEMENTS - 34TH STREET TO 92ND STREET POSTED: April 12, 2005 (RFPDepot.com) CLOSE DATE: April 21, 2005 at 2:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. SPECIFICATION SECTION 1. 01140 - 1.6 Noise limitations are unreasonable and unobtainable. The noise limitations will not be changed. However, if these noise limitations become a problem during construction, variances may be considered by the City on a case -by -case basis depending on working conditions and adjacent development. 2. 1500 - What temporary facilities are required? One field office for the Engineer's RPR's (Resident Project Representatives). 3. 1500 - How many telephones will be required in field office? Two telephones. 4. 1500 - Will a security guard need to be supplied? No. The Contractor may choose to provide security for his/her material, supplies, and equipment security issues. Delete Paragraphs 3.4.B, and 3.4.0 of Section 01500, Temporary Facilities and Controls. 5. 1500 - 3.4 How do you expect us to install a security fence around the entire project? The Owner will not require a security fence. 6. 2221 - 3.3 (1) Which site will the material be delivered to? If material is milled using a milling machine will crushing be required? It is the Contractor's choice as to which site the salvage material will be delivered. The maximum size of salvage material is 2 inches, whether crushed or milled. 7. 2300 - 1.6 Will contractor be required to hire the QA testing agency? If so can the contractor use their own QC/QA personnel? The Contractor is required to hire the QA testing firm The Contractor is not allowed to use their own in-house QC/QA personnel. 8. 2300 - 2.1 (F) Will crushed concrete be allowed? 05-029Ad2.doc ITB #05-029-VK, Addendum #2 Crushed concrete will be allowed in flexible base. 9. 2741 - 2.1.D Can PG grade asphalt be used as tack coat? ._8 PG grade asphalt may be used for tack coat. 10. 2751 - 1.5.A Is this spec referring to the concrete paving crew or the company? Will this spec be used in awarding the project? Applies to both the crew and the company. However, a submittal of past work performance and experience is not required. The intent is to assure competence and quality of work. 11. 2751 - 2.1 Will slip form pavers be allowed. Can we pour curb and gutter monolithic with concrete paving? Yes, slip form pavers will be allowed. No, monolithic curb and gutter poured with the paving will not be allowed. 12. 2751 - Can longitudinal tie -bars be inserted or drilled and epoxied in lieu of multi -piece tie bars? Yes, longitudinal tie bars can be drilled and epoxied. 43. 2751 - 2.3.C.3 Are you requiring Vulcan Material aggregate from the Brownwood plant? What are the material properties your looking for? The intent is to require coarse aggregate materials that meet the minimum specification listed. Brownwood rock is an example of this type aggregate that has passed the minimum specification in the past. 14. 2751 - 2.8.G Standard paving mixes for TxDOT allow 25% flyash. These specs only allow 10% and specify a minimum of 6 sacks per CY of cementitious material. This will create a very rigid and brittle product which will not have as great a life expectancy as standard TxDOT paving spec mixes. Will standard TxDOT paving mix designs be allowed if they demonstrate the required strength of 3600 psi at 28 days? Up to 30% flyash will be allowed. 15. 2751 - 3.5.G Can we use rebar chairs to support the rebar with the slip form operation? Yes. 16. 2751 - 3.9.B.5 Will flexural beams be required on concrete paving? No, except for mix design verification. 17. 3300 - 2.1.A where will the Fitzgerald formliner be used? These items will not be used on the project. 18. 3300 - 2.3.L Where will the floor hardener be used? This item will not be used on the project. PLANS 1. Are earth work cross sections available? `"" 05-029Ad2.doc ITB #05-029-VK, Addendum #2 Earthwork cross sections are available at the offices of Parkhill, Smith & Cooper (attn: Gary Dawson). The cross sections are for information purposes only and should not be used for design or construction purposes. 2. Why are you requiring partial width construction from 92nd ST. to 82°d ST and from 34°i ST to station 280+41? Can we detour traffic and build these sections full width? It will be acceptable to build full width from 82°d Street to 92°d Street. Partial width construction will be required from 34`' Street 45th Street (to maintain access to the school). Revised traffic control will be required from 82°d Street to 980' Street if constructed full width. Will the City entertain other options for addressing the recompaction of the existing utilities? Yes, changes may be allowed through change orders in conformance with the General Conditions of the contract. 4. Sheet TYI x section shows 12" compacted subgrade, but blowup of curb and gutter section shows 6" compacted subgrade. Is the subgrade thickness 6" under curb and gutter? No. The cross section is incorrect. 12" of compacted subgrade will be required under the curb and gutter. 5. What is the pavement section on the asphalt pavement areas at 92n0 St and at 34`s St.? As shown on sheet TY-5. Has there been any geotech work done on the Backfill Remediation area? What is the density of the backfill? What is the moisture content? What is the PI? Copies of geotechnical work previously performed is available at the office of Parkhill, Smith & Cooper (attn: Gary Dawson). All requests for additional information or clarification must be submitted in writing and directed to: Victor Kilman, Purchasing Manager, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to vkilman@mylubbock.us. THANK YOU, CITY OF LUBBOCK Victor Kilman Purchasing Manager It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock Purchasing Manager if anv language, requirements, etc.. or anv combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. `"" 05-029Ad2.doc City of Lubbock PURCHASING DEPARTMENT MUNICIPAL BUILDING, Room 204 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ei.lubbock.tx.us ITB #05-029-VK, Addendum #3 ADDENDUM #3 ITB #05-029-VK MILWAUKEE AVENUE PAVING IMPROVEMENTS - 34TH STREET TO 92ND STREET POSTED: April 13, 2005 (RFPDepot.com) CLOSE DATE: April 21, 2005 at 2:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. ADDENDUM #1- ITEM 16 Revise the last line ofltem 16 to read `Delete Item 1.18 in its entirety" instead of `Delete Item 1.8 in its entirety. " Changes to Drawings 1 2. SHEET RD-1 Revise General Note 7. to read as follows: 7. MULTIPLE PIECE TIE BARS OR DRILLED AND EPDXY SET TIE BARS SHALL BE USED AT LONGITUDINAL CONSTRUCTION JOINTS. THE TIE BARS SHALL BE #6 BARS. THE TIE BAR SPACING SHALL BE EQUAL TO THE TRANSVERSE BAR SPACING. Changes to Specifications 3. SECTION 02741- HOT -MIX ASPHALT PAVING Delete Item 3.93.1. in its entirety and replace with the following: B. Permanent Pavement Markings 1. All permanent pavement markings shall be either reflectorized multipolymer (Modified Urethane) applied in accordance with manufacturer's recommendations including surface preparation or reflectorized thermoplastic in accordance with TxDOT Item 666 for Type I Marking Materials including surface preparation and sealer. The Owner will select the type of markings to be used. 4. SECTION 02751- PORTLAND CEMENT CONCRETE PAVEMENT Delete Item 3.8.A. in its entirety and replace with the following: 3.8 PAVEMENT MARKINGS A. Permanent pavement markings shall be either reflectorized multipolymer (Modified Urethane) applied in accordance with manufacturer's recommendations including surface preparation or reflectorized thermoplastic in accordance with TxDOT Item 666 for Type I Marking Materials including surface preparation and sealer. The Owner will select the type of markings to be used. 05-029Ad3.doc ITB #05-029-VK, Addendum #3 All requests for additional information or clarification must be submitted in writing and directed to: Victor Kilman, Purchasing Manager, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to vkilman@mylubbock.us. THANK YOU, CITY OF LUBBOCK Victor Kilman Purchasing Manager It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock Purchasing Manager if any language, requirements, etc.. or anv combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. _.t ".4 05-029Ad3.doc Item No. Units Oty Item Description Unit Price Extension BASE BID - Items 1 through 132 1. 194 Sta Prepare right -of --way, including clearing, grubbing and removal of all items that are in conflict with proposed improvements and not included in specific bid items, per 100-foot centerline station: DOLLARS ($ )_ $ 2. 2,639 LF Remove Concrete (Curb and Gutter), including neat removal of existing curb and gutter and proper disposal of concrete, per linear foot: DOLLARS ($ )_ $ 3. 87 LF Remove Concrete (Valley Gutter), including neat removal of existing valley gutter and proper disposal of concrete, per linear foot: DOLLARS ($ )_ $ 4. 410 SY Remove Concrete (Sidewalk), including neat removal of existing sidewalk and proper disposal of concrete, per square yard: DOLLARS ($ )_ $ 5. 2,886 SY Remove Concrete (Fillets, Paving, Flatwork), including neat removal of existing concrete paving and proper disposal of concrete, per square yard: DOLLARS ($ )_ $ 6. 564 LF Remove Storm Drain Pipe, including neat removal of existing drain pipe and proper disposal, per linear foot: DOLLARS ($ )_ $ 7. 3 EA Remove Concrete Headwall, including neat removal of existing concrete headwall and proper disposal of concrete, per each headwall: DOLLARS ($ )_ $ 8. 17,290 SY Remove Stabilized Base and/or Asphalt Paving, including neat removal of existing paving materials and proper disposal or disposition, per square yard: DOLLARS ($ )_ $ 9. 120 LF 4" C-900 PVC Class 150 water pipe, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 10. 450 LF 6" C-900 PVC Class 150 water pipe, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ BID FORM EXHIBIT A 1 of 14 Item No. Units Qty Item Description Unit Price Extension 11. 815 LF 8" C-900 PVC Class 150 water pipe, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 12. 1,053 LF 10" C-900 PVC Class 150 water pipe, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 13. 160 LF 12" C-900 PVC Class 150 water pipe, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 14. 10,342 LF 16" C-905 PVC Class 165 water pipe, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 15. 6,282 LF 20" C-905 PVC Class 165 water pipe, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 16. 438 LF 24" C-303 Concrete Pressure Pipe, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 17. 50 LF 30" C-303 Concrete Pressure Pipe, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 18. 2 Ea Approved 4" gate valve and valve box, including all necessary accessories, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 19. 8 Ea Approved 6" gate valve and valve box, including all necessary accessories, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 20. 14 Ea Approved 8" gate valve and valve box, including all necessary accessories, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 21. 11 Ea Approved 10" gate valve and valve box, including all necessary accessories, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ BID FORM EXHIBIT A 2 of 14 Item No. Units City Item Description Unit Price Extension 22. 4 Ea Approved 12" gate valve and valve box, including all necessary accessories, fumished and installed, complete and in place, per each: DOLLARS ($ )_ $ 23. 8 Ea Approved 16" butterfly valve and valve vault, including all necessary accessories, fumished and installed, complete and in place, per each: DOLLARS ($ )_ $ 24. 8 Ea Approved 20" butterfly valve and valve vault, including all necessary accessories, fumished and installed, complete and in place, per each: DOLLARS ($ )_ $ 25. 1 Ea Approved 30" butterfly valve and valve box, including all necessary accessories, fumished and installed, complete and in place, per each: DOLLARS ($ )_ $ 26. 1 Ea Approved 10" x 10" tapping sleeve, 10" tapping valve and valve box, including all necessary accessories, fumished and installed, complete and in place, per each: DOLLARS ($ )_ $ 27. 1 Ea Approved 12" x 12" tapping sleeve,12" tapping valve and valve box, including all necessary accessories, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 28. 1 Ea Approved 16" x 16" tapping sleeve, 16" tapping valve and valve box, including all necessary accessories, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 29. 30,000 Lb Approved cast or ductile iron water line fittings, including all necessary accessories, fumished and installed, complete and in place, per pound: DOLLARS ($ )_ $ 30. 100 Ea Approved corporation stop and copper tubing for water line testing and tapping, including all necessary accessories, excavation, and backfilling, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 31. 925 LF Approved 24" casing at locations identified on the drawings for 16" water line, whether installed in open trench or by jack and bore, fumished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ BID FORM EXHIBIT A 3of14 Item No. Units oty Item Description Unit Price Extension 32. 190 LF Approved 27" casing at locations identified on the drawings for 20" water line, whether installed in open trench or by jack and bore, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 33. 29 Ea Existing valve box adjustment to finished grade, including all necessary accessories, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 34. 110 LF 6" approved sewer pipe, 18'-20'cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 35. 110 LF 6" approved sewer pipe, 24'-26' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 36. 70 LF 8" approved sewer pipe, 6'-8' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 37. 20 LF 8" approved sewer pipe(SDR 26), 6'-8' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 38. 10 LF 8" approved sewer pipe,18'-20' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 39. 90 LF 8" approved sewer pipe, 22'-24' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 40. 20 LF 8" approved sewer pipe (SDR 26), 22'-24' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 41. 10 LF 8" approved sewer pipe, 26'-28' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 42. 20 LF 8" approved sewer pipe, 28'-30' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ BID FORM EXHIBIT A 4 of 14 Item No. Units Qty Item Description Unit Price Extension 43. 95 LF 8" approved sewer pipe, 32'-34' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 44. 100 LF 8" approved sewer pipe, 34'-36' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 45. 100 LF 8" approved sewer pipe, 42'-44' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 46. 110 LF 10" approved sewer pipe, 6'-8' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 47. 20 LF 10" approved sewer pipe(SDR 26), 6'-8' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: DOLLARS ($ )_ 48. 90 LF 10" approved sewer pipe,10'-12' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 49. 20 LF 10" approved sewer pipe(SDR 26), 10'-12'cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 50. 110 LF 10" approved sewer pipe,17-14' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 51. 20 LF 10" approved sewer pipe(SDR 26),12'-14' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 52. 125 LF 10" approved sewer pipe, 30'-32' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 53. 20 LF 12" approved sewer pipe, 6'-8' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: DOLLARS ($ --- BID FORM EXHIBIT A 5 of 14 Item No. Units City Item Description Unit Price Extension 54. 20 LF 12" approved sewer pipe(SDR 26), 6'-8' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 55. 90 LF 12" approved sewer pipe, 8'-10' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 56. 20 LF 12" approved sewer pipe(SDR 26), 8'-10' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 57. 90 LF 12" approved sewer pipe,10'-12' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 58. 20 LF 12" approved sewer pipe(SDR 26),10'-12' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 59. 350 LF 15" approved sewer pipe, 4'-6' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 60. 2,266 LF 15" approved sewer pipe, 6'-8' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 61. 20 LF 15" approved sewer pipe (SDR 26), 6'-8' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 62. 755 LF 15" approved sewer pipe, 8'-10' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 63. 20 LF 15" approved sewer pipe(SDR 26), 8'-10' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 64. 773 LF 15" approved sewer pipe, 10'-12'cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ BID FORM EXHIBIT A 6 of 14 Item No. Units Oty Item Description Unit Price Extension 65. 20 LF 15" approved sewer pipe(SDR 26),10'-12' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 66. 11 Ea 48" I.D. standard manhole 04 depth, including all necessary accessories, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 67. 54 VF Extra vertical feet for 48" I.D. standard manhole, including all necessary accessories, furnished and installed, complete and in place, per extra vertical foot: DOLLARS ($ )_ $ 68. 3 Ea 60" I.D. manhole 04' depth, including all necessary accessories, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 69. 65 VF Extra vertical feet for 60" I.D. manhole, including all necessary accessories, furnished and installed, complete and in place, per extra vertical foot: DOLLARS ($ )_ $ 70. 30 VF Raise existing manhole to finished grade, including all necessary accessories, furnished and installed, complete and in place, per extra vertical foot: DOLLARS ($ )_ $ 71. 1 VF Lower existing manhole to finished grade, including all necessary accessories, furnished and installed, complete and in place, per extra vertical foot: DOLLARS ($ )_ $ 72. 2 Ea 6" sanitary sewer plug, including all necessary accessories, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 73. 8 Ea 8" sanitary sewer plug, including all necessary accessories, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 74. 7 Ea 10" sanitary sewer plug, including all necessary accessories, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 75. 6 Ea 12" sanitary sewer plug, including all necessary accessories, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ BID FORM EXHIBIT A 7 of 14 Item No. Units City Item Description Unit Price Extension 76. 19,008 LF Trench protection as per OSHA requirements for trenches 5'-10' deep, including all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 77. 1,838 LF Trench protection as per OSHA requirements for trenches over 10' deep, including all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )= $ 78. 200 LF Cement stabilized sand backfill in accordance with TCEQ requirements, including all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )= $ 79. 50,454 CY Trench Backfill Remediation, including excavation, shoring, utility protection, backfill and necessary borrow material to accomplish consolidation of existing trench backfill, per cubic yard as shown on this bid form: DOLLARS ($ )_ $ 80. 97,966 CY Excavation, including excavation for roadway, channel, foundations or structures to lines and grades shown on drawings, per cubic yard as shown on this bid form: DOLLARS ($ )_ $ 81. 17,067 CY Embankment, including borrow material as required, placement and density control to lines and grades shown on drawings, per cubic yard as shown on this bid form: DOLLARS ($ )_ $ 82. 1,000 CY Over excavation, including removal and replacement of unsatisfactory soils as directed by the Owner, complete and in place, per cubic yard: DOLLARS ($ )_ $ 83. 208,679 SY Subgrade Preparation, including shaping and density control of subgrade to lines and grades shown on the drawings, complete and ready for placement of paving materials, per square yard: DOLLARS ($ )= $ 84. 11,322 SY Flexible Base (8"), including necessary materials, density controlled placement and prime coat application, complete and in place, per square yard: DOLLARS ($ )_ $ 85. 11,322 SY Asphalt Concrete, including necessary materials, tack coat, and density controlled placement, complete and in place, per square yard: DOLLARS ($ )_ $ 86. 8,015 SY Asphalt Stabilized Base (9"), including necessary materials and density controlled placement, complete and in place, per square yard: DOLLARS ($ )_ $ BID FORM EXHIBIT A 8 of 14 Item No. Units Qty Item Description Unit Price Extension 87. 8,015 SY Asphalt Concrete Pavement (1.51, including necessary materials and density controlled placement, complete and in place, per square yard: DOLLARS ($ )_ $ 88. 189,342 SY Concrete Paving (8"), including necessary materials and placement, complete and in place, per square yard: DOLLARS ($ )_ $ 89. 44,326 LF Concrete Curb and Gutter, including necessary materials and placement of stand-alone or monolithic curb and gutter, complete and in place, per linear foot as measured along the gutter line: DOLLARS ($ )_ $ 90. 132 SY Concrete Median (4"), including necessary materials for placement of concrete medians, complete and in place, per square yard: DOLLARS ($ )_ $ 91. 87 SY Concrete Median (6"), including necessary materials for placement of concrete medians, complete and in place, per square yard: DOLLARS ($ )_ $ 92. 500 CY Concrete Riprap, including necessary materials for placement of concrete riprap, including toe wall foundation, complete and in place, per cubic yard: DOLLARS ($ )_ $ 93. 2,259 SY Concrete Sidewalk, including necessary materials for placement of concrete sidewalks, complete and in place, per square yard: DOLLARS ($ )_ $ 94. 45 Ea Sidewalk Ramp, including necessary materials for placement of sidewalk ramps, complete and in place, per each: DOLLARS ($ )_ $ 95. 193 SY Concrete Driveways or Alley Approach, including necessary materials for placement of concrete driveways or alley approach, complete and in place, per square yard: DOLLARS ($ )_ $ 96. 872 LF Storm Drain Pipe (Class III)(24"), including necessary materials, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 97. 525 LF Concrete Box Culvert (5' x T), including necessary materials, furnished and installed, complete and in place, per linear foot of each barrel: DOLLARS ($ )_ $ BID FORM EXHIBIT A 9 of 14 Item No. Units Qty Item Description Unit Price Extension 98. 2,308 LF Concrete Box Culvert (6' x 2'), including necessary materials, furnished and installed, complete and in place, per linear foot of each barrel: DOLLARS ($ )_ $ 99. 508 LF Concrete Box Culvert (6' x T), including necessary materials, furnished and installed, complete and in place, per linear foot of each barrel DOLLARS ($ )_ $ _s 100. 8 Ea Concrete Headwall (FW) H=2', including necessary materials, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 101. 4 Ea Concrete Headwall (FW) H=3', including necessary materials, furnished and installed, complete m and in place, per each: DOLLARS ($ )_ $ 102. 2 Ea Concrete Headwall (FVV)(30° Skew) H=2', including necessary materials, furnished and installed, complete and in place, per each: Y, DOLLARS ($ )_ $ 103. 4 Ea Safety End Treatment for 24" RCP, including necessary materials, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 104. 2 Ea Curb Inlet, including necessary materials, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 105. 3,630 LF Eliminate Pavement Markings (4" to 11"), including necessary labor, equipment and materials for complete removal of pavement markings, per linear foot: DOLLARS ($ )_ $ 106. 570 LF Eliminate Pavement Markings (12" to 24"), including necessary labor, equipment and materials for complete removal of pavement markings, per linear foot: DOLLARS ($ )_ $ 107. 22,613 LF Pavement Markings (41(White)(Multipolymer), including necessary materials, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 108. 8,535 LF Pavement Markings (8")(White)(Multipolymer), including necessary materials, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ BID FORM EXHIBIT A 10 of 14 Item No. Units Qty Item Description Unit Price Extension 109. 472 LF Pavement Markings (12")(White)(Multipolymer), including necessary materials, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 110. 4,129 LF Pavement Markings (24")(Whke)(Multipolymer), including necessary materials, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 111. 55,739 LF Pavement Markings (4")(Yellow)(Mulbpolymer), including necessary materials, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 112. 1,001 LF Pavement Markings (12")(Yellow)(Multipolymer), including necessary materials, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ 113. 72 Ea Pavement Markings (Arrow)(Multipolymer), including necessary materials, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 114. > 2,776 Ea Reflectorized Raised Pavement Markers (Type I-C), including necessary materials, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 115. 1,059 Ea Reflectorized Raised Pavement Markers (Type II -A -A), including necessary materials, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 116. 66 Ea Small Sign Assemblies, including necessary materials, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 117. 3 Ea Electrical Service, including necessary materials and coordination, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 118. 2 Ea Traffic Pole Assembly (40' Mast), furnished and delivered to the site, ready for installation, per each: DOLLARS ($ )_ $ 119. 6 Ea Traffic Pole Assembly (50' Mast), furnished and delivered to the site, ready for installation, per each: DOLLARS ($ )_ $ BID FORM EXHIBIT A 11 of 14 Item No. Units Qty Item Description Unit Price Extension 120. 12 Ea Traffic Pole Erection, including necessary materials for installation of foundation and erection of traffic pole assembly, complete and in place, per each: DOLLARS ($ )_ $ 121. 9 Ea Pedestrian Pole, including necessary materials for pedestrian pole and foundation, fumished and installed, complete and in place, per each: DOLLARS ($ )_ $ 122. 28 Ea Signal Head (3 Section), including necessary materials, fumished and installed, complete and in place, per each: DOLLARS ($ )_ $ 123. 19 Ea Signal Head (5 Section), including necessary materials, fumished and installed, complete and in place, per each: DOLLARS ($ )_ $ 124. 10 Ea Pedestrian Signal and Push Button, including necessary materials, fumished and installed, complete and in place, per each: DOLLARS ($ )_ $ 125. 3 Ea Controller Foundation, including necessary materials, furnished and installed, complete and in place, per each: DOLLARS ($ )_ $ 126. 8 Ea Loop Detector, including necessary materials for each location including two loops in two lanes, fumished and installed to connection at controller, complete and in place, per each location: DOLLARS ($ )_ $ 127. 1 Lot Cable, Conduit, Ground Boxes, and Installation, including necessary materials for installation of signals and detectors related to intersection traffic control, complete and in place, per lot: DOLLARS ($ )_ $ 128. 34,850 SY Seeding, including necessary materials for seeding, fertilizing and watering, fumished and installed, complete in place, per square yard: DOLLARS ($ )_ $ 129. 6,150 SY Sodding, including necessary materials for seeding, fertilizing and watering, fumished and installed, complete in place, per square yard: DOLLARS ($ )_ $ 130. 11 Mo Traffic Control, including necessary materials for continuous traffic control, fumished, installed and removed, complete, per month of construction activity: DOLLARS ($ )_ $ L111%16Wl*rl:IH-- I • ISE] Item No. Units Qty Item Description Unit Price Extension 131. 1 Lot Erosion and Sedimentation Control, including necessary materials and coordination for compliance with storm water regulations and ordinances, fumished and installed, continuously monitored, complete and in place, per lot: DOLLARS ($ )_ $ 132. 1 Lot Mobilization, complete and in place per lot: DOLLARS ($ )_ $ TOTAL BASE BID (SUM OF ITEMS 1 THROUGH 132): Materials: Services: Total Materials and Services (Must Equal Total Base Bid): DEDUCTIVE ALTERNATE A - Items A-1 through A-7 A 1. 22,613 LF Deduct for providing Thermoplastic Pavement Markings (4")(White) in accordance with TxDOT Item 666, including surface preparation, sealing and other necessary materials in lieu of Multipolymer markings for Base Bid Item 107, fumished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ A-2. 8,535 LF Deduct for providing Thermoplastic Pavement Markings (8")(White) in accordance with TxDOT Item 666, including surface preparation, sealing and other necessary materials in lieu of Multipolymer markings for Base Bid Item 108, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ A-3. 472 LF Deduct for providing Thermoplastic Pavement Markings (121(White) in accordance with TxDOT Item 666, including surface preparation, sealing and other necessary materials in lieu of Multipolymer markings for Base Bid Item 109, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ A4. 4,129 LF Deduct for providing Thermoplastic Pavement Markings (24")(White) in accordance with TxDOT Item 666, including surface preparation, sealing and other necessary materials in lieu of Multipolymer markings for Base Bid Item 110, fumished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ BID FORM EXHIBIT A 13 of 14 J I J A Item No. Units Qty Item Description Unit Price Extension A-5. 55,739 LF Deduct for providing Thermoplastic Pavement Markings (4")(Yellow) in accordance with TxDOT Item 666, including surface preparation, sealing and other necessary materials in lieu of Multipolymer markings for Base Bid Item 111, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ A-6. 1,001 LF Deduct for providing Thermoplastic Pavement Markings (12")(Yellow) in accordance with TxDOT Item 666, including surface preparation, sealing and other necessary materials in lieu of Multipolymer markings for Base Bid Item 112, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ A-7. 72 Ea Deduct for providing Thermoplastic Pavement Markings (Arrow) in accordance with TxDOT Item 666, including surface preparation, sealing and other necessary materials in lieu of Multipolymer markings for Base Bid Item 113, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ TOTAL DEDUCTIVE ALTERNATE A (SUM OF ITEMS A-1 THROUGH A-7): Materials: Services: Total Materials and Services (Must Equal Total Deductive Alternate A): (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern,) BID FORM EXHIBIT A 14of14 _y City of Lubbock Milwaukee Avenue 34th Street to 92nd Street Jack and Bore Lengths Casing Size Length Description 4" 170' 4" PVC Casing for Traffic Signal Cable 4" 60' 4" PVC Casing for Traffic Signal Cable 4" 145' 4" PVC Casing for Traffic Signal Cable 4" 125' 4" PVC Casing for Traffic Signal Cable 4" 125' 4" PVC Casing for Traffic Signal Cable 27" 100' 27" Steel Casing for 20" C-905 PVC Water Line 24" 290' 24" Steel Casing for 16" C-905 PVC Water Line 24" 475' 24" Steel Casing for 16" C-905 PVC Water Line Jack_Bore Lengths 04-13-05.xls 4/13/2005 JackBore _J City of Lubbock PURCHASING DEPARTMENT MUNICIPAL BUILDING, Room 204 1625 I3TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ei.iubbock.tx.us ITB #05-029-VK, Addendum #4 ADDEND UM #4 ITB #05-029-VK MILWAUKEE AVENUE PAVING IMPROVEMENTS - 34TH STREET TO 92ND STREET POSTED: April 14, 2005 (RFPDepot.com) CLOSE DATE: April 21, 2005 at 2:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Chances to Drawincs 1. SHEET BR-11 Replace Sheet BR -I 1 with attached Sheet BR -I I revision date 4/13/05 Chances to Specifications 2. SECTION 02320 - UTILITY BACKFILL MATERIALS Revise heading of table under Item 2.1.F.2. from "PERCENT PASSING" to "PERCENT RETAINED." All requests for additional information or clarification must be submitted in writing and directed to: Victor Kilman, Purchasing Manager, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to vkilman@mylubbock.us. THANK YOU, CITY OF LUBBOCK Victor Kilrnan Purchasing Manager It is the intent and purpose of the City of Lubbock that this request pen -nits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock Purchasing Manager if anv language. reauirements. etc.. or anv combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. 05-029Ad4.doc City of Lubbock PURCHASING DEPARTMENT MUNICIPAL BUILDING, Room 204 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us ITB #05-029-VK, Addendum #5 ADDENDUM #S ITB #05-029-VK MILWAUKEE AVENUE PAVING IMPROVEMENTS - 34TH STREET TO 92ND STREET POSTED: April 18, 2005 (RFPDepot.com) CLOSE DATE: April 21, 2005 at 2:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Please indicate how the curb and gutter is attached to the concrete paving. There is no mechanical connection between curb and gutter and concrete paving. 2. City of Lubbock standard specifications require concrete to be transported to the project in approved revolving drum agitator trucks. Since this concrete will be mixed in a central mix plant (not in a redimix plant) will the concrete be allowed to be transported in non -revolving drum trucks? Non -revolving transport trucks will be allowed. See Specification Section 02751 - PORTLAND CEMENT CONCRETE PAVEMENT, Item 2.10. 3. Please clarify the water and sewer line backfill spec. Will flowable fill be required to the top of the trench since all of these water and sewer lines will be under pavement? Flowable fill is not required to finished grade. Density compaction to 95% SPD of native trench materials beginning at a level 12" above the top of pipe to finished grade. See Standard Trench Detail Water/Sewer, Sheet W&S-18. See Specifications 2317 3.9.3, 4. Is native soil allowed for bedding material on the water line construction or is the water line required to have pea gravel bedding? Native material is not allowed in the embedment zone for the installed 16" and 20" C-905 PVC water lines nor the 24" and 30" SCRC water lines. Native material will be allowed in trenches for water line stubs less than 16" in diameter. Water lines 16" in diameter and larger are to be on sand bedding with gravel embedment to 12" above top of pipe. See Standard Trench Detail Water/Sewer, Sheet W&S-18 and Specifications 2320 2.1.F. 5. Please clarify the bedding requirements for the sewer line construction. Is standard City of Lubbock bedding to be used or is pea gravel required? Bedding material for sewer line shall be sand with gravel embedment. The gradation of the gravel embedment is the same as the gradation requirements outlined in the City of Lubbock Specifications. See Standard Trench Detail Water/Sewer, Sheet W&S-18 and Specifications 2320 2.1.F. 6. A fiber optic line is located within the bench excavation area from 98th st. to 82 nd Street. Will this line be relocated? " 05-029Ad5.doc ITB #05-029-VK, Addendum #5 Fiber optic cable (FOC) will not be relocated. The width of the bench has been decreased to avoid the FOC if in the location provided by the utility entity. The change is indicated on revised sheet BR-11 and a reduction in the quantity for Trench Backfill Remediation. All requests for additional information or clarification must be submitted in writing and directed to: Victor Kilman, Purchasing Manager, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to vkilman@mylubbock.us. THANK YOU, CITY OF LUBBOCK Victor Kilman Purchasing Manager It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. 05-029Ad5.doc Ell L U CITY OF LUBBOCK INVITATION TO BID FOR TITLE: NIIL)A/AUKEE AVENUE PAVING IMPROVEMENTS - 34TH STREET TO 92ND STREET ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 05-029-VK PROJECT NUMBER: 90355 CONTRACT PREPARED BY: PURCHASING DEPARTMENT L s 3 1. 2. 3. 4. 5. 6. - 7. P 8. 9. 10. INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL — BID FOR LUMP SUM CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS C/D L�j LLI L:j C--U L::: L�:j L.:j LID L�o L' L--3 L� L-j L::3 Ell It 0 NOTICE TO BIDDERS ITB #05-029-VK j Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 O'clock p.nz on the 21st day of April. 2005, or as changed by the issuance of formal addenda to all planlnolders, to fuunish all labor and materials and perform all work for the construction of the following described project: d "MILWAUKEE AVENUE PAVING IMPROVEMENTS - 34TH STREET TO 92ND STREET" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in ' the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 o'clock p.m on the 21st day of Api- 1, 2005, and the City of Lubbock City Council Mill consider the bids on the 28th day of April, 2005, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter ?753, 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, Goverrinent Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required, whether or not a payment or peifoimance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) writhin fifteen (15) days after notice of award of the contract to lure. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NOPvTRESPONSIVE BID AND RESULT IN' DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on 7th day of April. 2005 at 10:00 o'clock a.m, in Committee Room 103, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405. PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE BIDDER'S EXTENSE, FROM THE REPRODUCTION COMPANY, littp:/.Apr.thereproductioncompany.com;, Phone: (806) 763-7770. 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 pecifically 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 ontractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775- 2018 at least 48 hours in advance of the meeting. REPRODUCTION COMPANY = West Texas Reprographics Headquarters 2102 Ave. Q Lubbock, TX 79411 (806)763.7770 (888) 889.5978 ht,p://pr.thereproductioncompon, .corn CITY OF LUBBOCK VICTOR KILNLAN, PURCI ASING 1\4-A-14AGER I GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to flunish NHLWAUI%7EE AVENUE PAVING IAVROVENIBNTS - 34TH STREET TO 92ND STREET per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 p.m. CST, the 21st day of AptiL 2005 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand comer: "ITB #05-029-VK, NIIL«TAUKEE AVENUE PAVING IA PROVEMENTS - 34TH STREET TO 92ND STREET" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Victor Kilman, Purchasing Manager City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a ' bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids mill be accepted in person, by United States Mail, by United Parcel Service, or by private courier + service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1 A The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requireinents, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 10:00 a.m., April 7th, 2005 in Committee Room 103, Lubbock, Texas. All persons attending the meeting vrill be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders Vho do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at httL,: /ANiNw.RFPdepot.com. We strongly suggest that you check for any addenda a minimum of forte -eight hours in advance of the response deadlier. BUSINESSES WITHOUT INT1RNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof frorn the Purchasing Department. At the request of the bidder, or in the event the Purchasing Department deems the interpretation to be substantive, the interpretation will be made by vAaztten addendum issued by the Purchasing Department. Such addenda issued by the Purchasing Department mill be available over the Internet at Inttv:'.Nv\N-\v.RFPdelnot.com and will become part of the proposal package having the same binding effect as provisions of the original ITB. NO VERBAL EXTLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in ATiting and must be received by the City of Lubbock- Purchasing Department no later than five (5) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any infornation that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. b ` 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations E that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder fiom obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contractlocuments, shall be given to the Purchasing Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it shall be deemed that the bidder fully understads the work to be included and has provided sufficient sums in its bid to complete the work in accordance «nth these plans and specifications. If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions, then it shall likeemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bier. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be pri-%rileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock vill honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be adthheld fiom public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and youv;ill be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Goverment Code and Section 252.045 of the Local Government Code, then such information will be made available to the requester. 6.3 h4arkina your entire bid CONFIDENTIAL`PROPRJETARY is not in conformance with the Texas Open ,µ i Records Act. LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement -with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INOUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bi_d_der's_responsibility to advise the Purchasing Manager if anv language, reouirements,_ etc., orany combinations thereof, inadvertentiv restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR BAYS PRIOR TO THE BID CLOSING BATE AND ADDRESSED TO: VICTOR KILMAN, PURCHASING NLANI AGER Citv of Lubbock 1625 136' Street Lubbock, Texas 79401 Fax: (806) 775-2164 a Email:-V'Kilman(ci nylubbock.us RFPDepot: 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed on or before April 1, 2006. The City of Lubbock intends to issue a Notice to Proceed no later than June 1, 2005. If the Notice to Proceed is issued later than June 1, 2005, and the delay is due to actions beyond the control of the Contractor or his assigns, the completion date will be adjusted accordingly. If the delay is due to the Contractor or his assigns, there will be no extension of the completion date. In addition, the follovv;ina milestone progress dates shall be achieved. Milestone 1: Fifty percent (50%) of work shall be complete between and including the intersections of 50th Street (Ironton Avenue extension) and US 62/82. Fifty percent of the work will be defined as completion of all utility work, completion of right-of-way preparation, and completion of subgrade preparation. Other combinations of complete work items may be considered as fifty percent completion at the discretion of the Owner. Milestone 1 shall be achieved by December 1, 2005. Milestone 2: Substantial completion of work between and including the intersections of 50th Street (Ironton Avenue extension) and US 62/82. Substantial completion will be defined as having the roadway segment open to two-way traffic with temporary or permanent signage and marking in place, the traffic signal at US 62/82 in place and operational, and any traffic control devices necessary to protect traffic from ongoing construction shall be in place. Milestone 2 shall be achieved by March 1, 2006. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance v«th the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. r 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 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. 16 MATERLkLS AND WORKIv1ANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail Vill not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provrision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Ovvner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and vvorknnanship. Prior to final acceptance, the Contractor shall famish to the Owner, a -written general guarantee which shall pro%.ide 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, viben such defects 4 appear within ONE year fiom date of final -acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be front the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 173 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock wider this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to ternnration or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be finmished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper- prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been, awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the untended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization Which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales. Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES ANTD STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent dainage 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 famish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by d Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by -° Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. Iu addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting fiorm his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 15.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business hi the State of Texas and satisfactory to the City. Proof of coverage shall be famished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in comiection 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 specif}ing each and all coverages shall be submitted before contract execution. ,m 2 PROOF OF COVERAGE RAGE SHALL BE FURNT ISBED TO THE CITE' OF LI.U3BOCK Ili' T1 I, FORIi�f OF A CERTIFICATE OF IINTSUR -NCE. THE !NSURAOCE CERTIFICATES FURNISHED SHALL NAME THE CITE" OF LUBBOCK AS AN ADDITIONAL INSURED AND PROS IDEA V`VMN—TR OF SURROCATION tN FAVOR OF THE CITE' OF LUBBOCK AS 6 REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS i 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevaili ig rates of per diem wages as above mentioned. The bidders' attention is fiu-ther 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 t not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Ovmer'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 mill be made by the Owner's Representative. 263 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. 27 PAYI� ENT 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 C1, 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 naive 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 Qeneral prevailing rate of per diem wages, which schedule is included in t the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof.. such laborer, workman or mechanic is paid less than the Nvages assigned to his particular classification as r set forth in the schedule of general prevailing rate of per diem wages included ni these contract documents. 2a PROVISIONS COI CERNTMG 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. 29 PREPARATION FORBID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. hi case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firn, 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 Aith the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in th bid price. THEREFORE, ANY -- CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FOR-N1 PRIOR TO BID OPENING 30 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. t (d) Statutory Bond (if required). (e) Contract Agreement. CA (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. W Insurance Certificates for Contractor and all Sub -Contractors. 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. 31 OUAT.IFICATIONS OF BIDDERS The bidder may be required before the award of any contract to sho;Av to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history- and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations 1 deemed necessary and proper to determine the ability of the bidder to perforni the work, and the bidder shall fiunish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items _ through plus the sum of any Alternate Bids the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorrney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than a lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Ernploynient Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDU4L OF ANY USING DEPARTMENT HAS THE AUITHORITY TO LEGALLY AND/OR FINANCIALLY COMIVIIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALILY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. U ,..,.m.,q � �,t�.�.. �W. a � .., +..�.. .�. ,� �� ,E;, . Item No. Units Oty Item Description Unit Price Extension BASE BID • Items 1 through 132 1. 194 Sta Prepare right-of-way, including clearing, grubbing and removal of all items that are in conflict with proposed improvements and not included in specific bid items, per 100-foot cent ine station: n bye �+�,t,�t&-c, rtd f �o//c30 DOLLARS ($ 54Q « )_ $ �1 a oo Of 2. 2,639 LF Remove Concrete (Curb and Gutter), including neat removal of existing curb and gutter and roper disposal of concrete, per linear foot: _ W„`(`: A 56 lyohoc) DOLLARS ($ �_)_ $ 3. 87 LF Remove Concrete (Valley Gutter), including neat removal of existing valley gutter and proper disposal of concrete, per linear foot: _ T k0I�uv DOLLARS ($ _�)_ $ 9 4. 410 SY Remove Concrete (Sidewalk), including neat removal of existing sidewalk and proper disposal of concrete, per square yard: _ IGilnk �u�/cse DOLLARS ($)_ $Z�O 5. 2,886 SY Remove Concrete (Fillets, Paving, Flatwork), including neat removal of existing concrete paving and proper disposal of concrete, per square yard: y� 4 1�Ldl�c�c, DOLLARS ($ Q )_ $ Z8' 6. 564 LF Remove Storm Drain Pipe, including neat removal of existing drain pipe and proper disposal, per linear foot: _ "ram t N0/ob DOLLARS ($ fir)= $ 54 40 7. 3 EA Remove Concrete Headwall, including neat removal of existing concrete headwall and proper disposal of concrete, per each headwall: D V1 1-_ +keLLS cL #XA N`//o o DOLLARS ($ 16C6 - )_ $ 3T Oyo 8, 17,290 SY Remove Stabilized Base and/or Asphalt Paving, including neat removal of existing paving materials and proper disposal diis�position, per square yard: _ DOLLARS ($—)_ $ 9. 120 LF 4" C-900 PVC Class 150 water pipe, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: _ l �L eA f No�/'Oe DOLLARS ($ )_ $ j d0 10. 450 LF 6" C-900 PVC Class 150 water pipe, including gravel embedment, all necessary accessories, finished and install d, complete and in place, per linear foot: _ 64 e �0 ��► DOLLARS ($ ZU — )_ $ 9doto BID FORM EXHIBIT A 1 of 14 Item No. Units (Ay Item Description Unit Price Extension 11. 815 LF 8" C-900 PVC Class 150 water pipe, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: _-; e- No p DOLLARS ($ ZS- )_ $ Z O 1 3 75 12. 1,053 LF 10' C-900 PVC Class 150 water pipe, including gravel embedment, all necessary accessories, furnished and installed, corn lete and in place, per linear foot: _ e N6 DOLLARS ($ 35 )_ $ 36 IF 5 13. 160 LF 12" C-900 PVC Class 150 water pipe, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: r� � No 1©a DOLLARS ($ 4 0 d )_ $ 4o, 4-O 0 14. 10,342 LF 16" C-905 PVC Class 165 water pipe, including gravel embedment, all necessary accessories, furnished and installed, co plete and in place, per linear foot: i F No o DOLLARS ($ 46— )_ $ 4&5, ?3?0 15. 6,282 LF 20" C-905 PVC Class 165 water pipe, including gravel embedment, all necessary accesso ' s, furnished and installed, complete and in place, per linear foot: _ -� e t t-lobo6 DOLLARS ($ 5 5 )_ $ 510 16. 438 LF 24" C-303 Concrete Pressure Pipe, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: 61 a hy1 rc ci 4 L i r 5 1Vn vo DOLLARS ($ 130 _)_ $ n&o 1744 17. 50 LF 30" C-303 Concrete Pressure Pipe, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: Ode- urn a r� �i � ,►� f ~0 DOLLARS ($ I'S D — )_ $ `7 Sty 0 18. 2 Ea Approved 4" gate valve and valve box, including all necessary accessories, furnished and installed, completj and in place, per each: S,eye- Jir a Na 00 DOLLARS ($ 7O0 ' )_ $ 19. 8 Ea Approved 6" gate valve and valve box, including all necessary accessories, furnished and installed, complete and in place per each: I�lithd✓ej f N��/UU DOLLARS ($ C1O A )_ $ 406 20. 14 Ea Approved 8" gate valve and valve box, including all necessary accessories, furnished and installed, complete and in place, per each: _ 00 2 4 4 0a s and f iYohoe DOLLARS ($ 4d v )_ $ J4,� Do ti 21. 11 Ea Approved 10' gate valve and valve box, including all necessary accessories, furnished and installed, complete and in place, per each:' _ D i1 e +O tqf�yt� S � � I 1p A k",.n.j q d f /uOLLARS ($ T ! - _ )= $ I�, 0 Me } BID FORM EXHIBIT A 2 of 14 Item No. Units Qty Item Description Unit Price Extension 22. 4 Ea Approved 12" gate valve and valve box, including all necessary accessories, furnished and installed, complete and in place, per each: I.. -4wd hLtKcat ,-A OLLARS ($ L, Zno )_ $ _�o 1 23. 8 Ea Approved 16" butterfly valve and valve vault, including all necessary accessories, furnished and installed, complete and in place, per each: ee DOLLARS ($ 3 uv )_ $ 3� 0 �tl 24. 8 Ea Approved 20" butterfly valve and valve vault, including all necessary accessories, fumished and installed, complete and in place, per each: " { !G LLSci,UIA � F�Vc k 4 e 1491 DOLLARS ($ 5• ,50O _)_ $ 44, O Oip 25. 1 Ea Approved 30" butterfly valve and valve box, including all necessary accessories, furnished and installed, complete and in place, per each: Fov-ie.e ih 4 6o V-SC.4-4j f K° 1 o Cb DOLLARS ($ If Ovp_ )_ $ ��. _ 0 26. 1 Ea Approved 10" x 10" tapping sleeve, 10" tapping valve and valve box, including all necessary accessories, furnished and installed, complete and in place, per each: +4vr« lhrcc hu -Jv-, l DOLLARS ($ 3300 )_ $ op 27. 1 Ea Approved 12" x 12" tapping sleeve, 12" tapping valve and valve box, including all necessary accessories, fumished and installed)� complete and in place, per each: Ei V c- -�-�ao Lso-y. t Ni! aU DOLLARS ($ 060 )_ $ �, o coo 28. 1 Ea Approved 16" x 16" tapping sleeve,16" tapping valve and valve box, including all necessary accessories, furnished and installed,cgmplete and in place, per each: E�ct11� eeA +1ywv DOLLARS ($ ODo }_ $ 29. 30,000 Lb Approved cast or ductile iron water line fittings, including all necessary accessories, fumished and installed, complete and in place, per pound: Ely r•. ? 5 vb vy DOLLARS ($ �. �-° )_ $ / (05 OdcS 30. 100 Ea Approved corporation stop and copper tubing for water line testing and tapping, including all necessary accessories, excavation, and backfilling, fumished and installed, complete and in place, per each: _ S� X h iAwJr-ed N0b0t) DOLLARS ($ (GD )_ $ 60 31. 925 LF Approved 24" casing at locations identified on the drawings for 16" water line, whether installed in open trench or by jack and bore, fumished and installed, complete and in place, per linear foot: ri ✓e 1 u Oct re A ? "'o //o 0 DOLLARS ($ OD )_ $ Z, Suy BID FORM EXHIBIT A 3 of 14 Item No. Units Qty Item Description Unit Price Extension 32. 190 LF Approved 27" casing at locations identified on the drawings for 20" water line, whether installed in open trench or by jack and bore, furnished and installed, complete and in place, per linear foot: i=iUe kt1iAre-1 Fit-+v DOLLARS($ 5SO— )_ $� -, Soo 33. 29 Ea Existing valve box adjustment to finished grade, including all necessary accessories, furnished and installed, complete and in place, per each: FQ V__ kuAAdlre_A f DOLLARS ($ 00 )_ $ 111 Goo 34. 110 LF 6" approved sewer pipe, 18'-20' cut depths, including gravel embedment, all necessary a ssories, furnished and installed, complete and in place, per linear foot: c.Je k u hd r- t � i 14?,600 DOLLARS ($ 266 — )_ $ Z Z14000 35. 110 LF 6" approved sewer pipe, 24'-26' cut depths, including gravel embedment, all necessary a ssories, furnished and installed, complete and in place, per linear foot: _ bJO �1U. Alyej ~�Lt�'1(:6 �y1i1uU DOLLARS ($ 230 _)_ $ ZS 3 a0 36, 70 LF 8" approved sewer pipe, 6'-8' cut depths, including gravel embedment, all necessary a ssories, furnished and installed, complete and in place, per linear foot: _ u? e` Ulm F l/ G K"l a e) DOLLARS ($ ZS )_ $-]SD 37. 20 LF 8" approved sewer pipe(SDR 26), 6'-8' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: ° /a b DOLLARS ($° }_ $ 600 _ 38, 10 LF 8" approved sewer pipe, 18'-20'cut depths, including gravel embedment, all necessary accessories, furnished and installed, comLlete.and in place, per linear foot: -�-�� i1L�►1�re� s DOLLARS ($ Z0D )_ $ Zo OytS 39. 90 LF 8" approved sewer pipe, 22'-24' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: _ 1130 1A u.vt Ate ` e4A DOLLARS ($ Z 10 )_ $ 40. 20 LF 8" approved sewer pipe (SDR 26), 22'-24' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: _ O h kN L4✓-4 DOLLARS ($ Z Sa )_ $ S, 00o 41. 10 LF 8" approved sewer pipe, 26'-28' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place per linear foot: _ f 2 J✓�OLLARS ($ 3 3eJ 42. 20 LF 8" approved sewer pipe, 28'-30' cut depths, including gravel embedment, all necessary a ssories, furnished and in tailed cornPPI to and in place, per linear foot: r uur �d"tN � nL1,7 DOLLARS ($ '4'4d )_ $ VPOy 11 T BID FORM EXHIBIT A 4 of 14 Item No. Units Qty Item Description Unit Price Extension 43. 95 LF 8" approved sewer pipe, 32'-34' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ 4so )_ $ A ZT, 750 44. 100 LF 8" approved sewer pipe, 34'-36' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: _ DOLLARS ($ 00 )_ $ O 45. 100 LF 8" approved sewer pipe, 42'-44' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: u c�yc KO /oU DOLLARS ($ _ECV—)_ $ ()UvCj 46. 110 LF 10' approved sewer pipe, 6'-8' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: f �y s i�c� DOLLARS ($ 50 )_ $ vc3 47. 20 LF 10" approved sewer pipe(SDR 26), 6'-8' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: DOLLARS ($ ,� S _ )_ $ % Op —T 48. 90 LF 10" approved sewer pipe, I OA 2' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: g Ma roo DOLLARS ($ D )_ $ S on 49. 20 LF 10" approved sewer pipe(SDR 26), 10'-12' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: r—i . A.4 ri V e E K��c�n DOLLARS ($ r _)_ $ 1, 106 _ 50. 110 LF 10' approved sewer pipe, 12'-14' cut depths, including gravel embedment, all necessary accessories. fumished and installed, complete and in place, per linear foot: _ S A1o bMDOLLARS ($ to O )_ $ _ �Q- 51. 20 LF 10' approved sewer pipe(SDR 26), 12'-14' cut depths, including gravel embedment, all necessary access ori s, furnished and installed, complete and in place, per linear foot: S ' £ nlu/ cJ DOLLARS ($ !o!o )_ $ J 3 ZO 52. 125 LF 10" approved sewer pipe, 30'-32' cult depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: ur l.k�k>gd t ► �7�d f N� Ou DOLLARS ($ 53. 20 LF 12' approved sewer pipe, 6'-8' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: kir 4t, F I^ Nd DOLLARS ($ 35 ^ )- '$ 70[) _ BID FORM EXHIBIT A 5 of 14 Item No. Units Qty Item Description Unit Price Extension 54. 20 LF 12" approved sewer pipe(SDR 26), 6'-8' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: s rto 1/v DOLLARS ($ 40 )_ $ 00 55. 90 LF 12" approved sewer pipe, 8'-10' cut depths, including gravel embedment, all necessary accessories, fumi§hed and installed, complete and in place, per linear foot: J=� r £ 'JQ DOLLARS ($ 4-0— )_ $ (O 0 56. 20 LF 12" approved sewer pipe(SDR 26), 8'-10' cut depths, including gravel embedment, all necessary lete and in place, per linear foot: accessories, furnished and installed, colain DOLLARS ($ 4-45 )_ $ O U 57. 90 LF 12" approved sewer pipe, 10'-1 2'cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: F �^�y Fiy L' 4 �y!/a0 DOLLARS ($ 5 S_ )_ $ 58. 20 LF 12" approved sewer pipe(SDR 26),10'-12' cut depths, including gravel embedment, all necessary accessories, fumished and tailed complete and in place, per linear foot: a, Si YEN_ s Ned DOLLARS ($ �pO r )_ $ Zvp- in 59. 350 LF 15" approved sewer pipe, 4'-6' cut depths, including gravel embedment, all necessary a sories, furnished and installed, complete and in place, per linear foot: i Ir t� i V DOLLARS ($ _ )_ $ Z ZS C3 60. 2,266 LF 15" approved sewer pipe, 6'-8' cut depths, including gravel embedment, all necessary accessories, fumi�hed and installed, complete and in place, per linear foot: F�Dr KO�/o� DOLLARS ($ 46 $ yO� 64d 61, 20 LF 15" approved sewer pipe (SDR 26), 6-8' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: c) DOLLARS ($)_ $ 91vo 62. 755 LF 15" approved sewer pipe, 8'-10' cut depths, including gravel embedment, all necessary accessories, furnished and installed, complete and in place, per linear foot: i�D/ �f'U G t Nv iu v DOLLARS ($ A5 )_ $ 33 97,5 63. 20 LF 15' approved sewer pipe(SDR 26), 8'-10' cut depths, including gravel embedment, all necessary accessories, fumished and installed, complete and in place, per linear foot: f �° i v DOLLARS ($ )_ $ v v D _ 64. 773 LF 15" approved sewer pipe, 10'-12' cut depths, including gravel embedment, all necessary ' accessories, furnished and installed, con fete and in place, per linear foot: J've- f !( /06 DOLLARS ($ 55 }_ $ 4 Z, 51 S -, _,A BID FORM EXHIBIT A 6 of 14 Item No. Units Qty Item Description Unit Price Extension 65. 20 LF 15" approved sewer pipe(SDR 26), 10'-12'cut depths, including gravel embedment, all necessary accessories, fumis4ed and installed, complete and in place, per linear foot: Nofioc) DOLLARS ($ j!�26_)_ $ Zao 66. 11 Ea 48" I,D. standard manhole 0-4' depth, including all necessary accessories, furnished and installed, complete and in place, Per each: -+ N `Ce-Kar�A d 1�- lv° //0 c3 DOLLARS ($ [>J�)= $ 3 0 oo 67. 54 VF Extra vertical feet for 48" I.D. standard manhole, including all necessary accessories, fushed and installed, complete and in place, per extra vertical foot: !WQ kU Arr A � No%rOO DOLLARS ($ ZW )_ $ 1bi 1900 68. 3 Ea 60" I.D. manhole 0-4' depth, including all necessary accessories, furnished and installedcomplete and in place, per each: 0[�1/ a, .5i Y. LU.Sa %A F'" VC-. I�wnlJed i 0D0LLARS ($ Sdn )_ $ 1 19 11 S'OO 69. 65 VF Extra vertical feet for 60" I.D. manhole, including all necessary accessories, furnished and installed, complete plete and in place, per extra vertical foot: ��zt` ku�n rMc+ - �nir-i�-► NO�,vaDOLLARS($ 3 30 )_ $ 2-1 45b 70. 30 VF Raise existing manhole to finished grade, including all necessary accessories, furnished and installed, complete and in place, per extra vertical foot: four kk-'Jrr'rj -Fjr+-r DOLLARS ($ �_)_ $ 2.aO 71. 1 VF Lower existing manhole to finished grade, including all necessary accessories, furnished and installed, complete and in place, per extra vertical foot: Liar "1-e -} 140ico DOLLARS ($ )_ $ ZO 72, 2 Ea 6" sanitary sewer plug, including all necessary accessories, furnished and installed, complete and in place, per each: yG ktA4AAreA ' Nu /e30 DOLLARS ($ ssy )_ $ 01) 73. 8 Ea 8" sanitary sewer plug, including all necessary accessories, furnished and installed, complete and in place, per each: S iu VtAr-4 I�([I DOLLARS ($ Sa ' )_ $ S�zAb 74. 7 Ea 10" sanitary sewer plug, including all necessary accessories, furnished and installed, comlete and in place, per each: , e -f JA uNcVM N`t o DOLLARS ($ LY SD )_ $ 5 9Jo 75. 6 Ea 12" sanitary sewer plug, including all necessary accessories, furnished and installed, complete and in place, per each: *c iod �-� QA 61, Sc,J D'1 f- � tAKJ P(� f OLLARS ($ 1 1,00 )_ $ 6T BID FORM EXHIBIT A 7 of 14 Item No. Units City Item Description Unit Price Extension 76. 19,008 LF Trench protection as per OSHA requirements for trenches 5'-10' deep, including all necessary acces§ones, furnished and installed, complete and in place, per linear foot: jYG ? Atu /co DOLLARS ($ `'S )_ $ gS 040 77. 1,838 LF Trench protection as per OSHA requirements for4renches over 10' deep, including all necessary accessories, furnished and installed, complete and in place, per linear foot: rGt1 I K °/ 0o DOLLARS ($ _ / D )_ $ j 6r 113810 78. 200 LF Cement stabilized sand backfill in accordance with TCEQ requirements, including all necessary accessories, fuynished and installed, complete and in place, per linear foot: Jlu 'f LUIr DOLLARS ($ 2-30 )_ $ Qa 79. 47,066 CY Trench Backfill Remediation, including excavation, shoring, utility protection, backfill and necessary borrow material to accomplish consolidation of existing trench backfill, per cubic yard as shown on this bid,form: -7 �� �It�1�r.. £ N�/60 DOLLARS ($ �I )_ $ �_ 4o 80. 97,966 CY Excavation, including excavation for roadway, channel, foundations or structures to lines and graTwo shown on drawings, per cubic yard as shown on this bid form: f. `ay 11 on DOLLARS ($ So )_ $ Z5 11 81, 17,067 CY Embankment, including borrow material as required, placement and density control to lines and grades shown on drawings, per cubic yard as shown on this bid form: DOLLARS ($ S )_ $ S 5 3 5 82. 1,000 CY Over excavation, including removal and replacement of unsatisfactory soils as directed by the OwnTU) complet and in place, per cubic yard: _ RAM (=;, '-Jr- � E, K °/!yp DOLLARS ($ 2 cJ )_ $ Z�5 U_e37 83. 208,679 SY Subgrade Preparation, including shaping and density control of subgrade to lines and grades shown on the drawings, cqmplete and ready for placement of paving materials, per square yard: SicON R. c. ni ao DOLLARS ($ %. 5 )_ $ 1114611Y. - 84. 12,508 SY Flexible Base (9"), including necessary materials, density controlled placement and prime coat application, complete and in place, per square yard: _ '`e�itv\ L ^I`3/1ao DOLLARS ($ 1 )_ $ j37 S8$ 85. This Item was combined with Item number 87 86. 11,262 SY Asphalt Stabilized Base (9"), including necessary materials and density controlled placement, ce plete an in place, per square yard: v. Q 1 10 p DOLLARS ($ Z )_ $ Z 5S0 -, BID FORM EXHIBIT A 8 of 14 Item No. Units Qty Item Description Unit Price Extension 87. 23,770 SY Asphalt Concrete Pavement (1.5"), including necessary materials and density controlled placement, complete and in place, per square yard: _ h Oct DOLLARS ($ le )_ $ _L41�� 88. 189,342 SY Concrete Paving (8"), including necessary materials and placement, complete and in place, per square yard: 55 r'km v n c c 5%�'v DOLLARS ($ lSa )_ $ W, 9 89. 44,326 LF Concrete Curb and Gutter, including necessary materials and placement of stand-alone or monolithic curb and gutter, complete and in place, per linear foot as measured along the gutter line: �t�i1►,� t Ko�>oy DOLLARS ($ $—)_ $ 35� 8 90. 132 SY Concrete Median (4"), including necessary materials for placement of concrete medians, cornPlete and in place, per square yard: hi AIVIOy DOLLARS ($ 35 v )_ $ Za 91. 87 SY Concrete Median (6"), including necessary materials for placement of concrete medians, corn lete nd in place, per squqre yard: t(9 1=1 U'e— t NY 1100 DOLLARS ($ $ 92. 500 CY Concrete Riprap, including necessary materials for placement of concrete dprap, including toe wall foundation, complete and in place, per cubic yard: -{ q uUl dYt d H��ic� DOLLARS ($ )_ $ 50 ono f 93. 2,259 SY Concrete Sidewalk, including necessary materials for placement of concrete sidewalks, com lete and in place, per square yard: t i r- �� � j c—, DOLLARS ($ � )_ $ ��5 94. 45 Ea Sidewalk Ramp, including necessary materials for placement of sidewalk ramps, complete and in place, per each: _DN r +WOU.SUVv A h tAy Jre OLLARS ($ lam)= $ 6'/, 600 95. 193 SY Concrete Driveways or Alley Approach, including necessary materials for placement of concrete driveways or alley approach, complete and in place, per square yard: /� _ Il i Vt 4o 'C 'Vo�iad DOLLARS ($ /U )_ $ S7G 96. 872 LF Storm Drain Pipe (Class III)(24"), including necessary materials, furnished and installed, complete and in place, per linear foot: ,,�,, Seve n �y Nd�/o4 DOLLARS ($ �)_ $ 97. 525 LF Concrete Box Culvert (5' x T), including necessary materials, furnished and installed, complete and ip place, per liinear foot of eac�1 barre : �k�� e Inn h� rQO r` /nOLLARS ($ 330 y )- $ BID FORM EXHIBIT A 9 of 14 item No. Units Qty Item Description Unit Price Extension 98. 2,308 LF Concrete Box Culvert (6' x 2'), including necessary materials, furnished and installed, complete and in place, per linear foot of each barrel: t Xoo DOLLARS ($ 340 =)_ $ _764+?ZO 99. 508 LF Concrete Box Culvert (6' x 3'), including necessary materials, furnished and installed, complete and in place, per linear foot of each barrel: 0o/luo 4"Y1re'le �X►�-V%AyP SQy-c-At_DOLLARS ($ tL)= $ tom 100. 8 Ea Concrete Headwall (FW) H=2', including necessary materials, furnished and installed, complete and in place, per each: DOLLARS ($ ja 000 )_ $ �Q, Do 101. 4 Ea Concrete Headwall (FM H=3', including necessary materials, furnished and installed, complete and in place, per each: ,/sli tile- 4L1DOLLARS ($ pdO )_ $ (o UUO 102. 2 Ea Concrete Headwall (FW)(30° Skew) H=2', including necessary materials, furnished and m taIled, complete and in place, per each: >Jr-4 tr-h 4nouSCL V'A DOLLARS $ 103. 4 Ea Safety End Treatment for 24" RCP, including necessary materials, furnished and installed, complete and in place, per each: c K`�id 6 toe +V ut.5a oAA �i ue haul cite DOLLARS ($ --Too )_ $ 104. 2 Ea Curb Inlet, including necessary materials, furnished and installed, complete and in place, per each: F e- � � O � �t� U d �� DOLLARS ($ Ov p )_ $ /D O U O 105. 3,630 LF Eliminate Pavement Markings (4" to 11"), including necessary labor, equipment and materials for complete removal of avement markings, per linear foot: nn 0 Z�XO ioo DOLLARS ($y, 7- )_ $ Z54 l 106. 570 LF Eliminate Pavement Markings (12" to 24"), including necessary labor, equipment and materials for mplate removal,of pavement markings, per linear foot: K�I Ua DOLLARS ($ _ )_ $ 71L% 107. 22,613 LF Pavement Markings (4")(White)(Multipolymer), including necessary materials, furnished and installed, complete and in place, per linear foot: Otn e 4 tt�00 DOLLARS ($ —1—)= $ � 3 108. 8,535 LF Pavement Markings (8")(White)(Muldpolymer), including necessary materials, furnished and installed, complete and i place, per linear foot: -�-wo 4 Ma�� od DOLLARS ($ 2 )_ $ %� r BID FORM EXHIBIT A 10 of 14 Item No. Units Qty Item Description Unit Price Extension 109, 472 LF Pavement Markings (12")(White)(Multipolymer), including necessary materials, furnished and installed, complete and in place per linear foot: _ +I %Vrt e- t k" rio DOLLARS ($ _ )_ $ J4 i( _ 110. 4,129 LF Pavement Markings (24")(White)(Multipolymer), including necessary materials, furnished and installed, complete and in place, per linear foot: / x I 91111a� DOLLARS ($ r )_ $ Z4f 74 111. 55,739 LF Pavement Markings (4")(Yellow)(Mulbpolymer), including necessary materials, furnished and installed, complete and in place, per linear foot: DOLLARS ($ )_ $ rjS715 112. 1,001 LF Pavement Markings (12")(Yellow)(Multipolymer), including necessary materials, furnished and instal le , complete and ip place,�er linear foot: _ GC. 30 DOLLARS ($ 113. 72 Ea Pavement Markings (Arrow)(Multfpolymer), including necessary materials, furnished and installed, complete and in place, per each: DOLLARS ($ _�4.a )_ $ 0t0 8,0 114, 2,776 Ea Reflectorized Raised Pavement Markers (Type I-C), including necessary materials, furnished and installed, complete and in place, per each: F-Oux' t �obw DOLLARS ($ 4_)_ $ 115. 1,059 Ea Reflectorized Raised Pavement Markers (Type II -A -A), including necessary materials, furnished and installed, complete and place, per each: Four i ►J u/iw DOLLARS ($ �)_ $ 4z.SG 116, 66 Ea Small Sign Assemblies, including necessary materials, furnished and installed, complete and in place, per ea , DOLLARS ($ IpD ' )_ $-_-3,�C3 117. 3 Ea Electrical Service, including necessary materials and coordination, furnished and installed, ce plete and in place, per each: r it)I - Ir ei A s yJ 1C ry a �'11,tN�✓ J DOLLARS ($ Z/ 6Q) )_ $ 7 SRO r N�a, 118. 2 Ea Traffic Pole Assembly (40' Mast), furnished and delivered to the site, ready for installation, per each: S' , 4 6u_=L -Cl g A10�ov DOLLARS ($ Ooo )_ $ 12,600 119. 6 Ea Traffic. Pole Assembly (50' Mast), furnished and delivered to the site, ready for installation, per each: wt e en 4 6 4 5 a h g BYO boo DOLLARS ($ 4 Ot7O )_ $ Fl00 I -., BID FORM EXHIBIT A 11 of 14 N Item No. Units Qty Item Description Unit Price Extension 120. 12 Ea Traffic Pole Erection, including necessary materials for installation of foundation and erection of traffic pole assembly, complete and in place, per each: S; )c lkl3a sr'LA , ?' Nolloo DOLLARS ($ APT_)= $ 72-,Oco 121. 9 Ea Pedestrian Pole, including necessary materials for pedestrian pole and foundation, furnished and installed, complete a d in place, per each: r f71/1t �-`no�tSc�u�� �� kkka4y-O DOLLARS ($ _)_ $ dl� f Ku��U 122. 28 Ea Signal Head (3 Section), including necessary materials, furnished and installed, complete and in place, per each: I No -F 4 CIO DOLLARS ($ 06 )_ $ ZZ , 46o 123. 19 Ea Signal Head (5 Section), including necessary materials, furnished and installed, complete and in place, per each: 01A ws6- wLA 44ja 1lkU[4ju"eA DOLLARS ($ Z Ud )_ $ K K �f 124, 10 Ea Pedestrian Signal and Push Button, including necessary materials, furnished and installed, complete and in place, per each: tt ri VP V lA VIAV e d £ M(31/o 0 DOLLARS ($ 500 ' )_ $ 125. 3 Ea Controller Foundation, including necessary materials, furnished and installed, complete and in place, per each: JWC) '• koi. 5L A 4 Att)1100 DOLLARS ($ ZOOc) 126. 8 Ea Loop Detector, including necessary materials for each location including two loops in two lanes, lishedland installed to connection at controller, complete and in place, per each location: 7�t v % ce -(-L1 c7 usa�d £ �"%v o DOLLARS ($ O CIO )_ $ �000 127. 1 Lot Cable, Conduit, Ground Boxes, and Installation, including necessary materials for installation of signals and detectors related to intersection traffic control, comps to and in place, per lot: o o p- h wJrr J -iwe-a4 c. OLLARS ($ j ZS^ wo)= $ 1 ZS 006 128. 34,850 SY Seeding, including necessary materials for seeding, fertilizing and watering, furnished and installed, complete in place, per square yard: OVA t z 60l 00 DOLLARS ($ jls°� 129. 6,150 SY Sodding, including necessary materials for seeding, fertilizing and watering, furnished and in II�g(d, complete,in place, per square yard: dC) Ulr-eit � Nohd0 DOLLARS ($ $ It 4SO 130. 11 Mo Traffic Control, including necessary materials for continuous traffic control, furnished, installed and rem o ed, complete, per month f construction activity: �1Jll ��ve t�J u S��J i i JC h Rndf DOLLARS ($ GOO)_ $ 117, 500 4 IV �OJ BID FORM EXHIBIT A 12 of 14 Item No. Units Oty Item Description Unit Price Extension 131. 1 Lot Erosion and Sedimentation Control, including necessary materials and coordination for compliance with storm water regulations and ordinances, furnished and installed, continuously monitored, complete and in place, per lot: AJ K1,�AOLLARS ($ I S_ 0 o oe)= $ t o� 132. 1 Lot Mobilization, complete and in place per lot: 0AG nnr i, v*%; '5eveo hwter-td 4 r'�l DOLLARS ($ La0 )_ $ 1, 730 oev TOTAL BASE BID (SUM OF ITEMS 1 THROUGH 132): �'1+uusa ►•d �+v mac► $ 1 7. 3/10�-=- Materials: — f $ il, ISE 632,so Services: 'e 1�rrc� e ay�f {k"x,.SaN 4-Vy ee kLx., �r-�1 3o v Total Materials and Services (Must Equal Total Base Bid): DEDUCTIVE ALTERNATE A - Items A-1 through A-7 A-1. 22,613 LF Deduct for providing Thermoplastic Pavement Markings (4")(White) in accordance with TxDOT Item 666, including surface preparation, sealing and other necessary materials in lieu of Multipolymer markings for Base Bid Item 107, furnished and installed, complete and in place, /D per linear foot: �/c�`Z ,Zer0 0 A-2. 8,535 LF Deduct for providing Thermoplastic Pavement Markings (8")(White) in accordance with TxDOT Item 666, including surface preparation, sealing and other necessary materials in lieu of Multipolymer markings for Base Bid Item 108, furnished and installed, complete and in place, per linear foot: i 50 O h C 2 art Oy DOLLARS ($ )_ $ 1 A-3. 472 LF Deduct for providing Thermoplastic Pavement Markings (12")(White) in accordance with TxDOT Item 666, including surface preparation, sealing and other necessary materials in lieu of Multipolymer markings for Base Bid Item 109, furnished and installed, complete and in place, per linear foot: I /Q 0 Zero � 4%� � DOLLARS ($ Q, )_ $ A-4. 4,129 LF Deduct for providing Thermoplastic Pavement Markings (24")(White) in accordance with TxDOT Item 666, including surface preparation, sealing and other necessary materials in lieu of Multipolymer markings for Base Bid Item 110, furnished and installed, complete and in place, per linear foot: � �O O 1r1 e � 40/10 1)DOLLARS ($ 4p )_ $ 578,V1 BID FORM EXHIBIT A 13 of 14 Item No. Units Qty Item Description Unit Price Extension A-5, 55,739 LF Deduct for providing Thermoplastic Pavement Markings (4")(Yellow) in accordance with TxDOT Item 666, including surface preparation, sealing and other necessary materials in lieu of Multipolymer markings for Base Bid Item 111, furnished and installed, complete and in place, per linear foot: / 70—� 01 /OQ DOLLARS ($ D� $ D A-6. 1,001 LF Deduct for providing Thermoplastic Pavement Markings (12")(Yellow) in accordance with TxDOT Item 666, including surface preparation, sealing and other necessary materials in lieu of Multipolymer markings for Base Bid Item 112, furnished and installed, complete and in place, per linear foot: (3 Z0/%�(� DOLLARS ($ D LO )= $ 7-000 Z0 A-7. 72 Ea Deduct for providing Thermoplastic Pavement Markings (Arrow) in accordance with TxDOT Item 666, including surface preparation, sealing and other necessary materials in lieu of Multipolymer markings for Base Bid Item 113, furnished and installed, complete and in place, per linear foot: p r ��L� t lOtj DOLLARS ($ _)_ $ I D �O TOTAL DEDUCTIVE ALTERNATE A (SUM OF ITEMS A-1 THROUGH A-7): 1 sever �r�a �vt� �r1P kuLkA S jLt1k _$ .�3� I I r 50 Materials: on C s Sao 'Z c RC) $ -O - Services: 5e�ernjl +Ire- +�Ousa4t4 owe ktxtkJrJ A Noy $ % 3 I q I, s o Total Materials and Services (Must Equal Total Deductive Alternate A): Q (11 f l P/090 5e* v�� +kree -tka -sa ►t= me— e— k u KA v-rJ A j N -y p NG $ 73r 19 l �o (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern,) 1!//e0 BID FORM EXHIBIT A 14 of 14 No Text CONTRACTOR'S TOTAL BID FOR SWPPP, ROADWAY, WATER, AND SANITARY SEWER IMPROVEMENTS INDICATED ABOVE IS COMPRISED OF THE FOLLOWING SUBTOTALS: SUBTOTAL 1 Being all materials physically incorporated into the work constructed SUBTOTALI SUBTOTAL 2 Being all necessary labor, equipment, superintendence, insurance, bonds, profit, overhead, and any other items incidental to the work constructed, including materials and supplies not incorporated physically and permanently into the work constructed. SUBTOTAL2 SWPPP, ROADWAY, WATER, AND SEWER TOTAL $ /�j583z . 5a $ z,s2 rT- Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars (S ) or a Bid Bond in the sum of 5% of the Total Bid Price Dollars ($ 5% of BiA which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance } certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written W; notification of acceptance of said bf; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, A.NY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR (Seal ifBi-J&r is a Corporation) ATTEST: r AsstSecretary . Grazian Bidder acknowledges receipt of the following addenda: Addenda No. 1 Date April 9 Addenda No. 2 Date April 12 Addenda No. 3 Date April 13 Addenda No. 4 Date April 14 5 April 18 Date: AP/1 21, 2005 _ Authorized Signature R. C. Allbritton (Printed or Typed Name) Granite Construction Company P.O. Box 50085 Address Watsonville, CA Santa Cruz City, County CA 95077 State Zip Code Telephone: 831 - 724-1011 Fax: 831 _ 768-4021 STATE OF CALIFORNIA } } COUNTY OF Santa Cruz } On April 21. 2005 before me, the undersigned Notary public, personally appeared R.C. Allbritton personally known to me OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) lis/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Jennifef'Michelle Lynn Martin M/WBE Firm: Woman Black American Native American His anic American I Asian Pacific American I I Other (Specify) LIST OF SUBCONTRACTORS Minority Owned f � 1. �t 1i• GC �S? Lace,N Yes �N/o T 2. �� G ? 3. LLAOAS th rl Csk�r S 4. [' f -t-- GL-8'c:� 1.1, c, ? x 5. l e_c,,k-t- j,kyx je l/'q irdut kA X ? � pp 6. A &� �Ia A 'T'�o_cL X ? 7. Llkk� C CO AS,'641dA 1,,,. c- ? X 8. ? ? 9. ? ? 10. ? ? THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH INSURANCE CERTIFICATES FOR EACH SUB -CONTRACTOR PURSUANT TO SECTION 28G OF THE GENERAL CONDITIONS. 15 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. Contra R. C. Allbritton Contractor (Print) CONTRACTOR'S FIRM NAME: Granite Construction Company (Print or Type) CONTRACTOR'S FIRM ADDRESS: P.O. Box 50085, Watsonville, CA 95077 Name of Agent/Broker: McSherry & Hudson Address of Agent/Broker: 575 Auto Center Drive City/State/Zip: Watsonville, CA 95077 Agent/Broker Telephone Number: ( 831 ) 724-3841 Date: April 21, 2005 NOTE TO CONTRACTOR 1f the time requirement specified above is not met, the City has the right to reject this bid/proposal and award t ,ontract to another contractor. If you have any questions concerning thse requirements, please contact th Purchasing Manager for the City of Lubbock at (806) 7792165. BID #05-029-1'K - MIL«'AUKEE AVENUE PAVING IMPROVEMENTS - 34TH STREET TO 92ND STREET 16 i �J SAFETY RECORD QUESTIONNAIRE (Must Be Submitted With Bid Submittal) The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidence invoiNing worker safety or safety of the citizens of the giof Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of Health (TDH), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of -%zolation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe en-zronment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order- to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer- the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES X NO SEE ATTACHED If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, Nvith its bid submission, the following information ivith respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. 17 I' LJ L L L LL-J L-,--J L � -J Li---,J L---j 17 L . � -J- L- ' j- L2 L L-LL M L�L - _ Granite Construction Company OSHA Citations Between 04-15-2002 and 04-15-2005 Q% Ift, , � I I 1'11� 0, M6. I NO 1Ete12 08/02/02 1 St John's River Bridge 1926.502(d)(8) Horizontal lifeline/Qualified Person Serious $2,700 1926.501(b)(15) No fall protection system 12/20/02 1 1-4/US-275 Interchange 1926.6510)(2) EE were exposed to wall collaspe Serious $2,250 05/12/03 1 Hathaway Bridge 1926.605(d)(2) No access ladder to barge from water Serious $21,750 1926.1051 (a) Trip and fall hazard 1926.701 (b) Unprotected rebar 1926.502(b)(2) Missing midrail, fall hazard 1926.501 (b)(4)(ii) Floor hole trip hazard 1926.50(g) No eyewash station available 1926.1053(b)(6) Unstable ladder, fall hazard. 1926.501 (b)(I 2) Fall hazard. 01/15/04 1 Hathaway Bridge 1926.501 (b)(3) Fall Protection Serious $12,000 1926.451 (f)(1) Scaffold -Excess load 07/13/04 1 Western Beltway 1926.501( c ) Overhead Protection Serious $10,500 1926.501 (b)(1 5) Fall Protection 4/15/2005 1 Of 1 QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES X NO 5cc, A++a,—V\P—A If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS SEE ATTACHED NOTARY COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information giv by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions y cause my bid to be rejected. SignatuiVe R. Allbritton Vice President Title 4 IQ LL—J LIM L' -;- Ga"W construction Company Environmental Violations .................... March 19,2003 KD Ft. Smdth, Arkansas Notice of Violation Arkansas Dept of Environmental Quality Inspector found a minor oil split at shop location None Corrected Oevff baraston Envkonmw" Manner Pape.... Geoff Boraston Becton X - Parts X - X Enviromnental Manager Questions - X 4/19rAM April 21, 2000 a" Notice of Violation/ NDEP Fugitive dust $6,785 Increased water, provided soil Administrative Or stabilizer to exposed areas April 21, 2000 "WMk Notice of Violation/ NDEP Fugitive dust $6,785 Increased water, provided soil Administrative Order stabilizer to exposed areas Saudwrn California 30, 2001 Ca"uctiMay JeqO n °,La Notice of Violation South Coast AQMD Fugitive dust $1,000 Implemented dust control plan Quinta Projects Jura 26, 2001 sRegiontrt�sfiiors - C*nFugitive Notice of Violation South Coast AQIMD Fugitive dust $1,000 Implemented dust control plan �August 22, 2001 Henrads Notice of Violation Washoe Co. dust - failure to provide off -tour dust $soo Increased water application control Sepo mber 26, 2001 i NW&& Notice of Violation Washoe Co. Fugitive dust $2,000 Applied dust palliative Da+oawber 19, 2001 Nerrda Notice of Violation Washoe Co. Fugitive t - material tracking onto adjoining $l�Spp PPrrovadjoidded dailning ysswaeeping of ys �Aupst 14, 200! AHzcxsa Notice of Violation Arizona DEQ Stormwater Discharge and SWPPP �� Corrected problems and sent implementation letter to ADEQ Aullust 29, 2003 AttuRm Notice of Violation Pima County DEQ Fugitive dust by front end loader@ NW Hospital Letter to PDEQ by Mike Tatusko, Site not final yet flan, Impal No permit for 80 hp diesel fueled compressor Permits obtained, settlement $250 Jaarary 7,10,11, 2001 County, ceder Notice of Violation Imperial County APCD diesel pump and generator, 3 separate $750 per violation violations Geoff Basilan E.oviraw"nui IMa MQW Pa0ss.... Geoff Boraston Section X - Parts X - X Environmental Manapsr Questions -X 411I M005 L L L—J L-- L7 Granite Construction company Environmental VkAstbris Pik . . . . . . . . . . April 24, 2000 Califlamia, India Letter of CA Regional Water Quality Total Dissolved Solids (TDS) of pond samples None previous owner and was Site Noncompliance Control Board exceeded permit limit inadequate for Granite operations. July 2= Southern Ca "famia Palms Notice of CA Regional Water Quality 6, Reoft, Z9 Noncompliance Control Board Holding time for samples exceeded 7 days None Complied with directive sft^ July 6, 2000 SoutMrn catwarbis, 29 Letter of CA Regional Water Quality Daily water flow required to be reported None Written response, compliance with Patrons Site Noncompliance Control Board directive. July 25, 2OW Nevada Notice of Violation Washoe Co. Fugitive dust created by material tracking onto $1000 , Corrective action plan adjoining roadways implemented Made drum modifications to October 11, 2000 SaUonfisid'. Arvin, Notice of Violation San Joaquin Unified Air Visible emissions exceeded permitted limits $1,200 reduce overheating asphalt oil, CA Pollution Control District and made bag house modifications to increase air filtration October 25, 2000 Bakarsfttd, San Notice of Violation Kern County Air Pollution :trict Excessive Nox emissions form engines powering $1,000 Retested and modified generator Canyon, Rwo"rest control asphalt plant engines April 13, 2001 Santa Barbara, CA Notice of Violation Santa Barbara County Failure to run Blue Smoke Filter Pack during $1,225 No further action APCD operation of Gardner Ranch HMA facility MAY 10, 2001 Bakenflold, San Canyon, RWWzest Notice of Violation Kern County Air Pollution Excessive emissions from generator powering $250 Retested and modified generator Control District asphalt plant, over 20% opacity engines #AY 10, 2001 bakersAuld, San Notice to Comply Kem County Air Pollution Excessive emissions from asphalt plant asphalt $0 installed I(r vacuum line from silo CWqQA1 kwhiscrost- Control District storage silo to dryer June 13, 2001 Southern California Ro&n Flying J, Notice of Violation AZ Dept. of DEQ, Air Air permit did not include diesel generator None Revised equipment list for air Arizona 5124 Quality permit submitted. June 14, 2001 Soadlom calftml* Notice to Comply South Coast AW Indio plant visible emission and fugitive dust None Implemented emission reduction - Indio Site plan ildy 1, 2001 Bakmftald, Sam Notice to Comply Kem County Air Pollution 02 levels for each month of that year were not Canyon, Rtils-rast Control District submitted Bakergield, Arvin, San Joaquin Unified Air Operated plant without required blue smoke installed blue smoke ventilation AIJUSt 1, 2001 CA Notice of Violation Pollution Control District ventilation system on conveyors, load out, and None system Isilos. I I Pages.... Geoff 13018610n Section X - Parts X - X Environmental Manager Questions - X 4/19/2005 lb L— I i L, ",— A 1— -j _j L L IL Granite construction Company Environmental Violations AuSM 1, 2001 Bakersfield, Arvin, Notice of Violation San Joaquin Unified Air Operated plant without required blue smoke ventilation system on conveyors, toad out, and 94,8W Installed blue smoke ventilation CA Pollution Control District silos. system Could not comply, plant did not AtVM 13, 2001 Bakersfield, San Notice of Violation Kern County Air Pollution 02 levels for each month of that year were not $500 run for required I hour to take Car%yon, RUItiscrest Control District submitted readings for most of those months Sent letter to county Existing permit was inherited from Southern Calftml& Notice of CA Regional Water Quality Infiltration basin flow rate exceeded permit previous owner and was Au$M 13, 2001 90&n' 29 Palms Noncompliance Control Board limit None inadequate for Granite operations. 91to Submitted application for an upgraded permit Emergency variance applied for Southern Asphalt plant source test exceeded NOx permit and received. A second source September 25, 2001 Calffomia, Jimerat Notice of Violation Imperial County APCD omits $220 test was required with the flue gas (Ocotiflo) site recirculation (FGR) installed; second test met permit limits. Oc"er 25,2001 Southern CalWornia, Amenoz Notice of Violation Imperial County APCD Asphalt plant stack emission opacity exceeded $330 Complied with opacity limits. (Owale) Site 20% OeWbeir 30, 2001 Southern calffairnia Region, 29 Palms Notice of CA Regional Water Quality Water supply data not included None information supplied site Noncompliance Control Board Drain tank; construct drive -over HwAnaber 5, 2WI Saudwrn Wtfornia Notice of Violation CA Regional Water Quality Vehicle wash facility discharging waste water None berm for holding tank, Re&n, Indlo sit* Control Board without a permit determination that wash facility did not need a permit. February 14, 2002 souawn rnet arnet CalffomGa Notice of Violation State Mining and Geology Revise approved reclamation plan None Amended reclamation plan Site Board approved March 1, 2002 Santa Barbara, CA Notice of Violation Santa Barbara County Exceedance of permitted emission limits for None Additional test required APCD PM 10 (particulates) at Gardner Ranch facility. March S. 2002 Sou"Wro California, Ludlow Notice of Violation Mojave Desert AQMD Asphalt plant stack visible emission exceeding saw Developed Bag house Sfta 20% maintenance/inspection protocol April 10, 2002 Hav*'da Notice of Violation/ Clark Co. Late submittal of anirmial production report $1,000 Administrative Administrative Geoff Boraston Section X - Parts X - X Environmental Manager Questions - X 4/191M L-L Granite Construction Company Environmental Violations X April 19, 2002 Soudwm Calffornis Region, Ludlow site Notice to Comply Mojave Desert AQMD Fugitive dust None Additional water truck operation bakerA*14, San Kern County Air Pollution Failure to apply for ATC/PTO before installing AugM 7, 2002 Canyon, Rk1wrest Notice of Violation Control District electric engine (motor) powering jaw and $5W Applied for and receive ATC/Ptds generator powering Symons cone August 3, 2002 Santa barlbaras CA Notice of Violation CRWQCS Central Coast Violations of General Storm water Permit at Bee None All deficiencies corrected, SWPPP updated, training conducted and Region Rock Quarry. documented. August 16, 2002 ArhXWA Administrative Order Pima County DEQ Paperwork violation on rotting production totals None Corrected paperwork September 3, 2002 soutlwm CAINOMI& Notice of Violation South Coast AQMD Aggregate plant - fugitive dust, BACT, material $2,175 installed new high grade, medium Region, India site not moist enough pressure water spray system Nwimbeir 21, 2002 S*udwm California Notice of Violation South Coast AQMD Street sweeper on entrance road, fugitive dust $2,173 Continued training, compliance in Region, India rift plume field. December 12, 2002 SOU*4*M C41116milb Region, Indio site Notice of Violation South Coast AQMD Asphalt plant stack visible emission violation $2,000 New dryer/drum upgrade December 26, 2002 Santa ftitzra, CA Notice of Violation Santa Barbara County Exceedance of permitted emission limits of PTO#9M for SOx emissions from Gardner None Now permit with increased SM APCD Ranch HMA Facility. limits issued 9/8103. .!rare 24, 2003 Decor, CA Notice of Violation San Joaquin Unified Air Excess visible emissions N Installed new spray bars on Pollution Control District conveyor transfer points Jww 30, 2003 5&kersffeld, James Notice of Violation San Joaquin Unified Air Visible emissions exceeded 20% opacity $3,600 Met with operators and reinforced Rd. Pollution Control District dust and emissions control July 3, 2003 StocktonTr&cy, CA Administrative Department of Toxic Subcontractor to Granite mischaracterized $4,000 paid by Granite agreed to a negotiated Consent Order Substance Control waste material subcontractor settlement July 11, 2003 Novads Notice of Violation/ NDEP Excess emissions, non-compliance with permit $1200 , Silo bag house repaired, employee Administrative Order condition training Environmental Health Inspection indicated several minor issues September 3, 2003 Stackton,Tracy, CA Violation Department - San Joaquin including spillage of oil and tube products from None Deficiencies noted were corrected County dispensing tubes and tube truck Environmental Health Inspection indicated several minor issues September 3, 2003 Sbx4&ws,Tr&W, CA Violation Department - San Joaquin including spillage of oil and tube products from None Deficiencies noted were corrected County dispensing tubes and tube truck December 12, 2003 Saudwil California, El Notice of Violation Imperial County APCD Asphalt plant stack emission opacity exceeded $300 Written response, compliance with 20% opacity limits IcAntm I I Pan es. .... Geoff BofafitDn Section X - Parts X - X Environmental Manager Questions - X 4/19/2DD6 Granite Construction Company Environmental VoWtkxrs Doc@wA er 31, 2003 Steocktan,iracy, CA Notice of Violation San Joaquin APCD exceeding the maximum particulate emission $'� received a new ATC raising the rate particulate emission rate January tilt, 2004 New Mextca Violation USEPA SWPPP Deficiencies None Corrected Sauthorn March 5, 2004 £aiifornia, 29 Notice to Comply Mojave Desert AQMD Air Quality Recordkeeping None Records provided Palms Site Sarrttserm Notice Bureau Land Feasibility of new road is being Alw h 25, 2004 Californ Jtmenez Noncompliance p Management m Exceeds the hours operation and truck n8 oP�a trips explored. Legal and permitting t'Ocai#ip Site costs 8akersfk4d, San Kern County Air Pollution Failure to apply for PTO for portable engine June 1, 2004 Canyon, Itmew-mt Notice of Violation Control District operated at the same site for more than one $1,000 Applied for and received ATC year, CARB k102063 July 15, 2004 5oudern Catiloff%* 29 Notice of Violation City of Twenty-nine Palms Reclamation/Surface Mining issues from None Records provided Faiml Owinspection March 19,2003 Wk ats Smith, Notice of Violation lEnvironmental as tof Inspector found a minor oil spill at shop location None Corrected t Geoff 6orastan EM*Q mental Man&w Pages.... Geoff Boraston Section X - Parts X - X Environmental Manager Questions - X 4119/2Q06 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: Granite Cons Signature of Company Official: /l Date Signed: April 21, 2005 Printed name of company official signing above: R. C. Allbritton 19 CHUBB GROUP OF INSURANCE COMPANIES Surety Department, I Mountain View Road, P.O. Box 1615, Warren, NJ 07061-1615 CHUBi3 Phone (908) 903 3485 • Facsimile: (908) 903-3656 FEDERAL INSURANCE COMPANY BID BOND Bond No. NIA Amount $ 5% Total Bid Amount Know All Men By These Presents, Thatwe, Granite Construction Company (hereinafter called the Principal), as Principal, and the FEDERAL INSURANCE COMPANY, Warren, New Jersey, a corporation duly organized under the laws of the State of Indiana, (hereinafter called the Surety), as Surety, are held and firmly bound unto City of Lubbock (hereinafter called the Obligee), in the sum of Fiver percent of the Total Bid Dollars ($ 5% of Bid Amount ), for the payment of which we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Sealed with our seals and dated this 15. th day of April, 2005 WHEREAS, the Principal has submitted a bid, dated April 21, 2005 for MILWAUKEE AVENUE PAVING IMPROVEMENTS — 34th St. to 92nd St. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which the Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect. Granit Construction Company Principal By: C.�%Miftton, Vice President FEDE INSURANCE/111 TMPANY By: ��fiha--Desfii,' torney-in-Fact Form 15-024=2 (Rev. 11-99) STATE OF CALIFORNIA } } COUNTY OF Santa Cruz } On APR 15 2005 before me, the undersigned Notary public, personally appeared Jigisha Desai personally known to me OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Jennifer'Michelle Lynn Martin CcwbsMa This Notice pertains to the following Surety Bond issued by a member Insurer of the Chubb Group of Insurance Companies, including Federal Insurance Company, Vigilant Insurance Company and Pacific Indemnity Company. Bond Number: N/A POLICYHOLDER DISCLOSURE NOTICE TERRORISM RISK INSURANCE ACT OF 2002 You are hereby notified that pursuant to the Terrorism Risk Insurance Act of 2002 (the "Act") effective November 26, 2002, we are making available to you coverage for losses arising out of certain acts of international terrorism. Terrorism is defined as any act certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States, to be an act of terrorism; to be a violent act or an act that is dangerous to human life, property or infrastructure; to have resulted in damage within the United States, or outside the United States in the case of an air carrier or vessel or the premises of a United States Mission; and to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest, as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. Coverage for acts of terrorism is already included in the captioned Surety Bond. You should know that, effective November 26, 2002, any losses caused by acts of terrorism covered by your Surety Bond will be partially reimbursed by the United States under the formula set forth in the Act. Under this formula, the United States of America pays 90% of covered terrorism losses that exceed the statutorily established deductible to be paid by the insurance company providing the coverage. The portion of your premium that is attributable to coverage for such acts of terrorism is zero, because we could not distinguish (and separately charge for) acts of terrorism from other causes of loss when we calculated your premium. If you have any questions about this notice, please contact your agent or broker. KI CHUM313 NEChubb POWER Federal Insurance Company Attn: Surety Department Surety OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Deborah S. Jackson, R.C. Allbritton, John D, Glililand and Jigisha Desai of Watsonville, California each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory In the nature thereof (other than bail bonds) given or executed in the course of business on behalf of Granite Construction Incorporated and all subsidiaries alone or in Joint venture in connection with bids, proposals or contracts to or with the United States of America, any State or political subdivision thereof or any person, firm or corporation, And the execution of such bond or obligation by such Attorney- in- Fact in the Company's name and on its behalf as surety thereon or otherwise, under its corporate seal, in pursuance of the authority hereby conferred shall, upon delivery thereof, be valid and binding upon the Company. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 251° day of March, 2005 Kenneth C. Wendel, Assistant Secretary J9hh P mith, Vice Pr eldd STATE OF NEW JERSEY as. County of Somerset On this 25th day of March, 2005 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly swom, did depose and say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority, and that he is acquainted with John P. Smith, and knows him to be Vice President of said Companies; and that the signature of John P. Smith, subscribed to said Power of Attorney Is in the genuine handwriting of John P. Smith, and was thereto subscribed by authority of said By Laws and in deponent's presence. Notarial Seal ,rEN B. g9 STEPHEN B. BRADT �Q �p No" Public, S1afr of Now Jerson ca 00T A A y No. 2321097 • Commission Expires Oct. 25, 2009 P BL\C'�i Notary Public JEACERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'Ali powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it Is attached' I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies) do hereby ceNfy that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (11) the Companies are duty licensed and authorized to transact surety business In all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (Ili) the foregoing Power of Attorney is true, correct and in full force and effect Given under my hand and seals of said Companies at Warren, NJ this day of APR 15 2005 OIAM THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE NTACT US AT ADDRESS LISTED ABOVE. OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 a -malt: sureh-a chubb.com Form 1 i-10- 01548- U (Rev. 10- 02) CORP CONSENT O H z Q a �_.. , � �. _ �.. , . � � _ _ � � �_.. , _ � �.._ �, ..._ . �...� #r._ ro � � � E� _ , _, Bond Numbers: Federal #8197-10-11 Travelers #104488417 Colonial #08815851 Zurich #08815851 Premium included on Performance Bond STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that Granite Construction Company (hereinafter called the Principal(s), as Principal(s), and .� Federal Insurance Company, Travelers Casualty and Surety Company of America, Colonial American Casualty and Surety Company, Zurich American Insurance Company, jointly and severally. (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Seventeen Million, Three * Dollars ($17,-316,9,12.96 lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. *Hundred Sixteen Thousand, Nine Hundred Thirty Two dollars and Fifty cents. WHEREAS, the Principal has entered into a certain NAr itten contract with the Obligee, dated the day of ,20 ,to Milwaukee Avenue Paving Improvements — 34th Street to 92nd Street and said Principal under the law is required before conunencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay rial to him or a subcontractor in the prosecution of the work provided for in said all claimants supplying labor and mate contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.0-21(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. x IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instriviieut this 3rd day of May 2005. _ Colonial American Casualty and Surety Travelers Casualty and Surety of �ica Zurich American niranrg ('nnmariv�eral Insurance Company, Granite Construction Company Surety Jointly and severally. (Company Name) Fsv'G. Allbritton. tPay(Titiel J ha Psai, Attorney -in -Fact e) 74 Executed in�Counterparts (Si')Z. C. Allbritton Vice President. (Title) E I I The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Howard Cowan an agent resident in Lubbock County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship. Zurich American Insurance Colonial American CasualtyCan Surety Ccxry Travelers Casualty and Surety Canpany of A Federal Insurance CamM a!„tly and Surety severally. * B*e) Jigisha Desai, Attorney -in --Fact Approved as to form: City of Lubbock By Cit ttorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. . 3 STATE OF CALIFORNIA } } COUNTY OF Santa Cruz } On May3L2005 before me, the undersigned Notary public, personally appeared Jigisha Desai personally known to me OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Jennife • Michelle Lynn Martin 1 fp�'x •+��w�•axr+l�r , fi? ii 1[ t np No Text Premium $ 89,926.20 Bond Numbers: Federal #8197-10-11 Travelers #104488417 Colonial #08815851 Zurich #08815851 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Granite Construction Company KNOVd ALL MEN BY THESE PRESENTS, that (hereinafter called fhe Ancipal(s), as Principal(s), and Federal Insurance Company, Travelers Casualty and Snret3LCompany of Colonial American Casualty and Surety gmmy, , and Zurich American Insurance c' p=,. Jointly & severally (hereinafter called the Surety(s), as Surety(s), are held and f ninny bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Seventeen Million, Three * Dollars ($17,316,932.5Q lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. *Hundred Sixteen Thousand, Nine Hundred Thirty Two Dollars and Fifty cents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the _ day of , 20_, to Milwaukee Avenue Paving Improvements — 34th Street to 92nd Street and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrunimt this 3rdday of May 52005 . Colonial American e ,al.ty and Surety Company Travelers Casualty Surety y of America, Zurich American Ids urance Co*oCny M- Federal Insurance Company, Granite Construction omnau i _ Sure jointly and everally. (Company Name) * B . By: C. Allbritton ( ( ) Jigish Desai, Attorney —in —Fact (Prii ed Name) MAI (Si�cnat!re� C. Allbritton { Vice President Executed in-0 Counterparts i W� The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Howard Cowanan agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Zurich American Insurance z Colonial American Casual. ur'e Travelers Casualty and S ety of Aim Federal Insurance GcaP=, jojin yyy & sem Surety *Ae)Jigis a Desai, Attorney —in —Fact Approved as to Form City ubbock r Y it Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws shoving that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of Lj attorney for our files. � f STATE OF CALIFORNIA } } COUNTY OF Santa Cruz On M9Y33 2005 before me, the undersigned Notary public, personally appeared Jigisha Desai personally known to me OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Jennifer Michelle Lynn Martin 1 ,K< This Notice pertains to the following Surety Bond Issued by a member Insurer of the Chubb Group of Insurance Companies, including Federal Insurance Company, Vigilant Insurance Company and Pacific Indemnity Company. Bond Number: 8197-10-11 POLICYHOLDER DISCLOSURE NOTICE TERRORISM RISK INSURANCE ACT OF 2002 You are hereby notified that pursuant to the Terrorism Risk Insurance Act of 2002 (the "Act") effective November 26, 2002, we are making available to you coverage for losses arising out of certain acts of international terrorism. Terrorism is defined as any act certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States, to be an act of terrorism; to be a violent act or an act that is dangerous to human life, property or infrastructure; to have resulted in damage within the United States, or outside the United States in the case of an air carrier or vessel or the premises of a United States Mission; and to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest, as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. Coverage for acts of terrorism is already included in the captioned Surety Bond. You should know that, effective November 26, 2002, any losses caused by acts of terrorism covered by your Surety Bond will be partially reimbursed by the United States under the formula set forth in the Act. Under this formula, the United States of America pays 90% of covered terrorism losses that exceed the statutorily established deductible to be paid by the insurance company providing the coverage. The portion of your premium that is attributable to coverage for such acts of terrorism is zero, because we could not distinguish (and separately charge for) acts of terrorism from other causes of loss when we calculated your premium. If you have any questions about this notice, please contact your agent or broker. KI CHUBB 9 ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND Fidelity & Deposit Company of Maryland, Colonial American Casualty and Surety Company, Zurich American Insurance Company, and American Guarantee and Liability Insurance Company are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism (as defined in the Act) under this bond is $ waived . This amount is reflected in the total premium for this bond. Disclosure of Availability of Coveraize for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1 % of direct earned premium in the prior year; for 2003, 7% of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90%. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 Zurich r STPAUL WTRAVELERS IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal _g Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of an insurer's statutorily established deductible for that year. The Act also caps the amount of terrorism -related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. ILT-1018 (9/04) t.f7UDD OF — Vigilant in ummi toe Company 15 Mowftti View Road &..iiii Surety ATTORNEY Padfic kidemnRy Company Wa1Ten, NJ 07059 Know AN by These Pneserrts, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby consthLoe and appoint Deborah S . Jackson, R.C. Allbritton, John D. Gilliland and Jigisha Desai of Watsonville, California ------------- each as their true and lawful Attomey-in-Fact to execute under such designation in their names and to affix their corporate seals to and delver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business on behalf of GRANITE CONSTRUCTION INCORPORATED AND ALL SUBSIDIARIES ALONE OR IN JOINT VENTURE----------------------------------------------------------------- -' in connection with bids, proposals or contracts to or with the United States of America, any State or political subdivision thereof or any person, firm or corporation. And the execution of such bond or obligation by such Attorney- in- Fact in the Company's name and on its bepall as surety thereon or otherwise, under its corporate seal, in pursuance of the authority hereby conferred shall, upon delivery thereof, be valid and binding upon the Company. _ In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 1st of September, 2004. Kenneth C. Wendel, Assistant SecretaryT. W- Cav naugh, Vice President STATE OF NEW JERSEY ss. County of Somerset Onthis 1st of September, 04before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly swom, did depose and say that he is Assistant Secretary of 1 FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that t' the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By -Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he Is acquainted with T. W. Cavanaugh, and knows him to be Vice President of said Companies; and that the signature of T. W. Cavanaugh, subscribed to said Power of Attorney is in the genuine handwriting of vanaugh, and was thereto subscribed by authority of said By -Laws and In deponents presence. Notarial = cF Karen A, Price Notary Public State of New Jersey No. 2231ti47 ��(� �I - � W Cv'-':i'::5t - Expires Notary Public t• 2CATKlN Extract from fine By -Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'Alf powers of attorney for and on behalf of the Company may and shag be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, Jointly with the Secretary or an Assistant Secretary, urtder their respectkre designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chalmlan, President, any Vice Pmskfent, any Assistant Vice Presidert, any Secretary, any Assistant Secretary and the seal of the Company may be attired by facsimile to any power of attorney or to any certificate retailing thereto appotrdV Assistant Secretaries or Attorneys-lr-Fact for purposes only of executing and attestkg bonds and undertakings and other writings obligatory in the nature thereof. and any such power of LA attorney or cerIffkx0e bearing such facs1mW signatum or facsimile seal shag be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shag be valid and binding upon tgw Company with respect to any bond or rrldertaktg to which k Is attached.• l Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (tin° "C(Iff es�do hereby pertly Efrat —_..__ --- -- -- - - - .- ----- - - -- 0) the toregdng extract of the By -Laws of the Companies Is true and correct, (9) the Companies are duly Ioensed and authorized to transact surety business to all 60 of the Untied States of America and the District of - Cokmbta arld are authorized by the U.S. Treasury Department; further, Federal and Vtgant are loaned In Puerto Rico and Its U.S. Virgin ' Islands. and Federal Is tensed In American Samoa, Guam, and each of die Provinces of Canada except Prince Edward Island; and #11) ftte Ioregdng Power of Attomey Is true, correct and in full force and effect. Glwen under my hand and seals d said Companies at Watmer% NJ finis L98-- 4 �� MAY 0 3 2005 01 0(1 s �` «~�`N� Y�� Karlrlafxl Q Wbridel. Assistant Secretary _- N THE WENT YOU WISH TO NOTIFY US A CLAIM, VERIFY THE AUTHen=Y OF THIS BOND OR NOTE US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone WS) 903-803 Fax (908) 003-3666 e-nat sureWO chubb.00m 116.10-0154B-tJ=s,Fw:40-.i )sO0AP00NSE�fi y TRAVELERS CASUALTY ttND SURETY COhTANY FARKKGTON CASUALTY COMPANY Hartfordr Connecticut 06183-M2 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT r", KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, A. corporations duly organized under the laws of the Slate of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, Slate of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Deborah S. Jackson, R. C: Allbritton, Jigisha Desai, John D. Gilliland, of Watsonville, -3 California, their true and lawful Altomcy(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all y bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto, on behalf of Granite Construction Incorporated and all Subsidiaries alone or in Joint Venture, and to bind llic Companies, thereby as fully ut and to the same extent as if the sae were signed by the duly authorized officers of the Companies, and all the acts of said Altorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. .This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions arc now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of tire.cQmpany and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him of her. EVOTED: That the Chairman, the President, anVice y Chairman, any.Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is tr-¢n writing and a copy thereof is filed in the -office of the Saxetary. L�OTED: That any bond, recognizance; contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking small be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any or Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any jLssistant, Secretary and duly attested and -sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal. if required) by one or more Attorneys-in-Faot.ead Agents pu sctant to the power prescribed in his or her certificate or their certificates of authority or bone or more Company oTwers pursuant taa-written delegation of authority. Er,his Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Restilation voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY 'OWANY OF ANIERICA, TRAVELERS CASUALTY AND SURETY COMANY and FARNONGTON CASUALTY Lj - WANY, which Resolution is now in full force and dFect: OTED: That the siguadue of each of the following offic : President, any Executive Vice President, any Senior Vice President,, any Yice my Assistant Vice President, aWS&retacy, any Assistant Secretary, and the seal of do Qsmpeay-ma�� bold by fame to any of attorney or to any certificate relating dwreto appointing Resident Vice Presidents, Resident Asdsiant Sectdaries orAmmneys-in-Fsrct for putposes only ofe wcuting and attesting -hoods and rtodertalonga and odrer writings obligatory m the nature thetw& and any wch,,pw of attorney certificate beating such facsimile sq aoaq or, fade seal shall be valid and binding Upon fire Company and any such power soO=uWd and rtified by such facsimile signature and scsimite seal coil be valid and binding upon dw Company in the f rture with respect to any bond or• to which it is attached. . refits::.>!,'GC - Sf+1.l�liSt<$if rye"! H: r; --.• i=t.>E:Y? G�'2ii:t .i.,' -'f: �:,:isiF3.-I..•CUii4�.;tsYf��'i•..v#. .ti •r:'i�"-it.ti!' .��..�. li:it r .c .4 .ate.. d "�tiy "r•�r .-. } [ ✓ •�i' +r �ti IN HEREOF TRAVELERS AMERICA, TRAVELERS WITNESS W RS CASUALTY AND SURETY COMPANY OF CA, CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President, and their corporate seals to be hereto affixed this 1 st day of September, 2004. r STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA }SS. Hartford TRAVELERS CASUALTY AND SURETY COMPANY 1 FARMINGTON CASUALTY COMPANY 1 COUNTY OF HARTFORD WbJnlIY AA,QSG Sei 9afi1s• pZ .y George W. Thompson Senior Vice President On this 1st day of September, 2004 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. 6.TET My commission expires June 30, 2006 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. ' - - N WITNESS VAIEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of • 20 _ MAY 0 3 Z005 By CONK • ;,� 1,� '�b,c�,D teve Sullivan • �" ' Vice President, Bond t 1ij1}P}S¢S 'r �f�asy/� �y '► y `R x.+n h ycj �+... y� y` c r c k "4 t !� ��� '` �}''� � �x.��}•C ''���"�'1'�'�iie'rt��.�iT. �f'�?.:�h �'i ZlCi�t�r - ` A w h�� f� Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S aryland, by WILLIAM J. MILLS, Vice President, and GREGORY E. MURRAY, Assistant Secretary, in a � rity granted by Article VI, Section 2, of the By -Laws of said Companies, which are set forth s ereo a hereby certified to be in full force and effect on the date hereof, does hereby nomi t a TTON, Jigisha DESAI, Deborah S. JACKSON and John D. G 1 ia, EACH its true and lawful agent and Attorney -in -Fact, to make, e eye ° ver, e a f as surety, and as its act and deed: any and all bonds and undertq;ziaventlwe, �; Vib'cna n ruction, Incorporated, Watsonville, California and all subsidiaries alo �rion of such bonds or undertakings in pursuance of these presents, shall be as binding oand amply, to all intents and purposes, as if they had been duly executed and acknowled ed b rl fficers of the Company at its office in Baltimore Md. in their own proper g mP Y P P persons. This power mey revokes that issued on behalf of R. C. ALLBRITTON, Jigisha DESAI, Lisa SPRAUGE, Deborah S. JACKSON, dated January 19, 2004. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 26th day of October, A.D. 2004. ATTEST: 'gyp DEPOS, C 8BAL q` "Gnl State of Maryland I SS: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Gregory E. Murray Assistant Secretary By: William J. Mills Vice President On this 26th day of October, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. au.w< Maria D. Adamski Notary Public My Commission Expires: July 8, 2007 POA-F 016-4752C EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of MAY 0 3 2005 , 4,,,W Assistant Secretary ZURICH AMERICAN INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that the ZURICH AMERICAN INSURANCE COMPANY, a corporation created by and existing under the laws of the State of New York does hereby nominate, constitute and appoint R. C. ALLBRITTON, Jigisha DESAI, Deborah S. JACKSON and John D. GILLILAND, all of Watsonville, California, EACH its true and lawful Attorneys -In -Fact with power and authority hereby conferred to sign, seal, and execute in its behalf, during the period beginning with the d qqssuancc of this power, recognizances or other written obligations in the nature thereof, and to bind ZURICH AMERI E COMPANY thereby, and all of the acts of said Attomey[s]-in-Fact pursuant to these presents are hereb*thfq45WW trine and all bonds and undertakings issued on behalf of Granite Construction, Incorporated, W 1 ,a a I s alone or in a joint venture,. This Power of Attorney is made and executed pursuant to a o u y adopted by the Board of Directors of the Company which By -Law has not been a n rtt Article VI, Section 5. "...The President or a ' n tt y a Secretary or an Assistant Secretary may appoint any person Attorney -In- ex ts on ehalf of the Company and other formal underwriting contracts in reference thr u ce tr individual polices and bonds of all kinds and attach the corporate seal. Any such officers mIree t e any Attomey-In-Fact." This Power of Attorney is si le acsimile under and by the authority of the following Resolution adopted by the Board of Directors of the ZURICH SURANCE COMPANY by unanimous consent in lieu of a special meeting dated December 15, 1998 " RESOLVED, that the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile on any Power of Attorney pursuant to Article VI, Section 5 of the By -Laws, and the signature of a Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power. Any such power or any certificate thereof with such facsimile signature and seal shall be valid and binding on the Company. Furthermore, such power so executed, sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding on the Company." IN WITNESS WHEREOF, the ZURICH AMERICAN INSURANCE COMPANY has caused these presents to be executed in its name and on its behalf and its Corporate Seal to be hereunto affixed and attested by its officers thereunto duly authorized, this 26th day of October, A.D. 2004. This power of attorney revokes that issued on behalf of R. C. ALLBRITTON, Jigisha DESAI, Lisa SPRAUGE, Deborah S. JACKSON, dated January 19, 2004. ,•�� tNs�,�, P • oPooq� a . 4!;'rG ' dam; ` — • — ; o: ZURICH AMERICAN INSURANCE COMPANY I'll ,��""*�==•••STATE OF MARYLANDI SS: By: / CITY OF BALTIMORE Gregory E. Murray Secretary Willliam J. Mills Vice President On the 26th day of October, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came the above named Vice President and Secretary of ZURICH AMERICAN INSURANCE COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument and they each acknowledged the execution of the same and being by me duly swom, they severally and each for himself deposed and said that they respectively hold the offices in said Corporation as indicated, that the Seal affixed to the preceding instrument is the Corporate Seal of said Corporation, and that the said Corporate Seal, and their respective signature as such officers, were duly affixed and subscribed to the said instrument pursuant to all due corporate authorization. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above. Uib i�,l, ♦`,Stt 4 IIIC• Z l��iu nu=p Notary Public My Commission Expires: July 8, 2007 This Power of Attorney limits the acts of those named therein to the bonds and undertaking specifically named therein, and they have no authority to bind the Company except in the manner and to the extent herein stated. CERTIFICATE I, the undersigned, a Secretary of the ZURICH AMERICAN INSURANCE COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect, and further certify that Article VI, Section 5 of the By -Laws of the Company and the Resolution of the Board of Directors set forth in said Power of Attorney are still in force. °``trvSi`f•. IN TESTIMONY WHEREOF I have hereto subscribed my name and affixed the seal of said Company :`�Q�Gnoo0.w'•1 MAY 0 3 2005 �.� � '' the day of �� C../ Gerald F. Haley Secretary POA-Z ZA 016-4752D Serial Number: MH2O040ctober262 ZAZA 016-4752D Chubb Group of Insurance Companies Federal Insurance Company 15 Mountain View Road Warren, NJ 07059 State of Incorporation: Indiana Contact: Paul Rapp 415-954-1828 Zurich North American Group Colonial American Casualty and Surety Company 1 3 Zurich American Insurance Company 3910 Keswick Road, Chesapeake Building — 5`" Floor _9 Baltimore, MD 21211 State of Incorporation: Contact: Jim Black 415-538-7365 Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183 State of Incorporation: Connecticut Contact: Tina Menard 415-732-1424 Broker: McSherry & Hudson 575 Auto Center Drive Watsonville, CA 95077 (831) 724-3841 Contact: Kate Gustayson 831-724-3841 CLAIMS FEDERAL INSURANCE COMPANY 15 Mountain View Road Warren, New Jersey 07059 Phone—(908) 903-2000 Fax— (908) 903-3656 Wayne Walton- Claims Manager CERTIFICATE OF INSURANCE ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID M14 DATE(MMIDDIYYY) GRA-300 I 05 04 0! POE ER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMAL McSherry 6 Hudson ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Granite Construction Division HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND 575 Auto Center Dr. ALTER THE COVERAGE AFFORDED BY THE POLICIES BEL Watsonville CA 95076 Phone: 831-724-3841 Fax:831-724-7574 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Valley Forge Insurance Co. j INSURER B: GRANITE CONSTRUCTION COMPANY INSURERC: P.O. BOX 50085 INSURER D: WATSONVILLE CA 95077 �) INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR INSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MM/DDNY LIMITS A X GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE FX] OCCUR X Contractual Liab GL 2 4921 89 16 PLR ISO roma C0000l to/ol 10/01/03 10/01/06 EACH OCCURRENCE $ 2,000,10C PREMISES(Eaoccurence) S 2,000,OC MED EXP (Any one person) $ NIL PERSONAL d ADV INJURY $ 21000,10C X XCU Hazards GENERAL AGGREGATE $ 10 , 000 , 0 C GEML AGGREGATE LIMIT APPLIES PER POLICY JET LOC PRODUCTS - COMPIOP AGG $ 2 , 0 00 , O C A X AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS -OWNED AUTOS Contractual Liab BUA 2 4921 89 47 PLR Iso roma CA000l to/ol 10/01/03 10/01/06 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,10C X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) S FNON PROPERTYDAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO Ten (10) Days Noti given in the event�ef cancellation will be I AUTO ONLY - EA ACCIDENT S OTHER THAN EA ACC AUTO ONLY: AGG $ S EXCESSIUMBRELLA LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION S of premium i ( EACH OCCURRENCE $ AGGREGATE $ S S $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N yes, describe under SPECIAL PROVISIONS below WC 2 4922 51 85 10/01/04 10/01/05 X TORY LIMBS ER E.L. EACH ACCIDENT S 2,000,00 E.L. DISEASE • EA EMPLOYEd $ 2,000,00 E.L. DISEASE - POLICY LIMIT 1 $ 2,000,00 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (GAI) JOB #310020 CONTRACT NO. 5887 MILWAUKEE AVENUE PAVING IMPROVEMENTS - 34TH STREET TO 92ND STREET CERTIFICATE HOLDER CANCELLATION LUBBOCK SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRA CITY OF LUBBOCK DATE THEREOF, THE ISSUING INSURER WILL AIL 30 DAYS WRITT', C/O CITY OF LUBBOCK PURCHASING NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, DEPARTMENT 1625 - 13TH STREET, ROOM 204 LUBBOCK TX 79401 REPRSSENTATIVN. APORIZED RiIPi S TIVE P. ACORD 25 (2001/08) © ACORD CORPORATIC C,NA Fw AU the Conaltw %trod DI&W Policy Number: GL 2 4921 89 16 Valley Forge Insurance Company i Named Insured: GRANITE CONSTRUCTION COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Additional Insured: City of Lubbock Covered Operations: Job #310020 Contract No. 5887 — Milwaukee Avenue Paving Improvements — 34th Street to 92nd Street WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the above in the Schedule, (hereinafter called "Additional Insured"), but only with respect to liability arising out of operations performed for the Additional Insured by the Named Insured and subject to coverage afforded by the standard Commercial General Liability Coverage Form #CG0001 (10/01) IT IS AGREED THAT THIS INSURANCE SHALL OPERATE AS PRIMARY INSURANCE AND NO OTHER INSURANCE SHALL BE CALLED ON TO CONTRIBUTE TO A LOSS HEREUNDER THE COMPANY WAIVES ANY RIGHT OF SUBROGATION AGAINST THE ABOVE -SCHEDULED ADDITIONAL INSURED FOR WORK PERFORMED BY GRANITE CONSTRUCTION COMPANY. THIS INSURANCE POLICY WILL NOT BE CANCELLED, LIMITED, NON RENEWED, OR COVERAGE REDUCED UNTIL THIRTY (30) DAYSJ AFTER RECEIPT BY THE ADDITIONAL INSURED NAMED ABOVE OF A WRITTEN NOTICE OF SUCH CANCELLATION, REDUCTION OF COVERAGE OR NON RENEWAL. IN THE EVENT OF CANCELLATION FOR NON-PAYMENT OF PREMIUM, TEN (10) DAYS WRITTEN NOTICE OF SUCH CANCELLATION WILL BE GIVEN. SUCH NOTICE SHALL BE SENT BY CERTIFIED MAIL RETURN RECEIPT REQUESTED. MCSHERRY & HUDSON BY Authorized Representative DATE: 05/04/05 e. A CNA r" All the cu.sldnmts you HOW Policy Number: BUA 2 492189 47 Valley Forge Insurance Company Named Insured: Granite Construction Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED — COMMERCIAL AUTO POLICY This endorsement adds the following "Additional Insured" solely as respects vehicles owned or used by Granite Construction Company Additional Insured: City of Lubbock Covered Operations: Job #310020 Contract No. 5887 — Milwaukee Avenue Paving Improvements — 34th Street to 92"d Street IT IS AGREED THAT THIS INSURANCE SHALL OPERATE AS PRIMARY INSURANCE AND NO OTHER INSURANCE SHALL BE CALLED ON TO CONTRIBUTE TO A LOSS HEREUNDER THE COMPANY VALVES ANY RIGHT OF SUBROGATION AGAINST THE ABOVE -SCHEDULED ADDITIONAL INSURED FOR WORK PERFORMED BY GRANITE CONSTRUCTION COMPANY. THIS INSURANCE POLICY WILL NOT BE CANCELLED, LIMITED, NON RENEWED, OR COVERAGE REDUCED UNTIL THIRTY (30) DAYS AFTER RECEIPT BY THE ADDITIONAL INSURED NAMED ABOVE OF A WRITTEN NOTICE OF SUCH CANCELLATION, REDUCTION OF COVERAGE OR NON RENEWAL. IN THE EVENT OF CANCELLATION FOR NON-PAYMENT OF PREMIUM, TEN (10) DAYS WRITTEN NOTICE OF SUCH CANCELLATION WILL BE GIVEN. SUCH NOTICE SHALL BE SENT BY CERTIFIED MAIL RETURN RECEIPT REQUESTED MCSHERRY & HUDSON _�k GMAAj BY DATE: 05/04/06 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 shoving workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the goverrmmental 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, vithin 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: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIO'vTAL INSURED AND PROVIDE A NVAWER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCI, , OR IN THE ALTERNATIVE, SLLA LL BE ACCOMPANIED BY A STATEXMNT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRA CTOR'S RESPONSIBILITY TO PRO`'IDE TO THE O"A-7NT1~ R ALL PROOF OF COVERAGE INSURAJNCE DOCUMENTS INCLUDIW�G N'T ORR'ERS COMPENS A TIONT COVERAGE FOR EACH SUBCONTRACTOR. REQUIRED WORKERS' COMPENSATION COVERAGE J "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 i and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends dm-ing the duration of the project; (F) obtain from each other person with whom it contacts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the govenunental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have knowni, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom then are providing services. -- I 0 ul LZ CZ3 C:), c::Ll c C�—J No Text CONTRACT #5887 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 28TH day of APRIL, 2005 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and GRANITE CONSTRUCTION COMPANY of the City of WATSONVILLE, County of SANTA CRUZ and the State of CALIFORNIA hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #05-029-VK - MILWAUKEE AVE PAVING IMPROVEMENTS - 34TH ST TO 92ND ST --- $17,316,932.50 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same and achieve stipulated Milestones within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WPdfst he parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in thf�year anbove written. CITY OFF UBBOC(OWNER): CONTRACTOR: MARC MDOUGAL, MAYOR A City Granite/ Construction is m//../,/.iu PRINTED NAME: R. C. Allbritton TITLE: Vice President COMPLETE ADDRESS: Granite Construction Company 585 West Beach Street Watsonville, CA 95076 ATTEST: Corporate e retary avid R. Graziar'. 1 Assistant Secretary f L GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit GRANITE CONSTRUCTION COMPANY who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative LARRY HERTEL CITY ENGINEER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated ----by-these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless 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 copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall 0 All lines and grades shall be fiumished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the tune and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless other -A ise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to reNiew all work included herein. The Owner's Representative has the authority ri to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. Me Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely ATitten objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from tune to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials fuunished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance vcith the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions trivet to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by 1 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 connnnencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters Which ni any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the O«nner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 2' hereof, all modifications and/or annendrnents to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. is. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 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 Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at , all tunes be maintained in a manner satisfactory to the Owner's Representative. ) 0. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded fiom public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. ? 1. OBSERVATION AND TESTING The O«mer or Owner's Representative shall have the right at all times to observe and test the work. Contractor" shall make necessary arrangements and provide proper" facilities and access for such observation and testing at any ...s location \vhereveC Such xvork is in preparation or progress. Contractor shall ascertain the scope of an%, observat?Clri 1GI that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it trust, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as maybe required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor fiom its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such jwork so that it shall be in full accordance with the contract documents. It is further agreed that any ren-tedial { action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Ownner 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 1 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 anv work already done or material already furnished or used in said work, then the j Owner shall recompense the Contractor for any material or labor so used. and for actual expenses incurred in preparation for the work as origui rally plamied. No Text 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain fionn each person providing services on the project, and provide to the govermuental entity. (a) a certificate of coverage, prior to that person beginning work on the project, so the goveizimental entity will have on file certificates of coverage sho«ring 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 shoNAm 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 Mth whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage slnovving extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain fi-oni each other person with whom it contracts, and pro6de to the Contractor: (1 ) a certificate of coverage; prior to the other person begimiing -%vork on the project;. and (2) a new certificate of coverage shoving extension of coverage, prior to the end of the coverage period, if the coverage period shovvii on the current certificate of coverage ends during the duration of the project: 10 G (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 person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 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 «rill 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 fiom the governmental entity. 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 urith 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. Q The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing NTitten notice to the narned 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 sho-vNnn on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If police limits are paid, ne«-T policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) 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; (d) obtain from each person providing services on a project, and provide to the governmental entitt� (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity tall have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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 Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language corm -ion to the worker population. The text for the notices shall be the folloMrig text provided by the conunission on the sample notice, without any additional words or changes: REOUDZED l 'ORPiERS' COMPENS4T-rONCOTERACE "The law requires that each person rvorkingr on this site or providing services related to this construction project crust be covered by workers' compensations insurance. This includes persons providing hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or statics as an employee. " "Call the Texas R-orkers' Compensation Coummission at 8001372-77I3 or 5I2/804- 4000 (lrtt .1li iviil.twcc.state.tx.res/trtycecontacts.htnsl) to receive imfornnurtionr of the legal requiremrents for coverage, to verify whether your employer has provided the required coverage, or to report air employer's failure to provide coverage; " and (h) contractually require each person 1T,1th whom it contracts to provide services on a project. to: 1 l? 0 (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this cont-act or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be coveied by -workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a sel€insured, with the commission's Division of Se1f-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions.", (iv) 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 showin- 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; (-,.ii) notify the govermmental entity in visiting by certified mail or personal delivery, «ntbin 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 (-,iii) contractually require each other person Aith whom it contracts, to perform as required by paragraphs (i)-(Afi), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen H 5) employees agree to comply with the Americans «rith Disabilities Act of 1990, and agree not to discriminate against a qualified individual v.ith a disabiliq, because of the disability of such indi,7dual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation., job training. and other terns, conditions, and privileges of einploynnent. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS, MATERIALMEN AND t..1 FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES ? Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in anyway, manner or form, the demands of subcontractors, laborers, workmen, mechanics, matetiahnen and furnisheis of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall famish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 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, deuce. material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without Imniting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof the Contractor shall defend all suits or claims for infiingement of any patent or copyrights and shall indennify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless fiorn any loss on account thereof Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infi-ingement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all tunes observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form. the indenuiity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Ownner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said tune, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law fi•orn which it derives its powers, insofar as 1 the same regulates the objects for Ahich, or the manner in which, or the conditions under which the Ovvner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. SUBCONTRACTING LThe Contractor agrees that it wrill retain personal control and will give its personal attention to the R11fillment of this contract. The Contractor flu ther agrees that subletting of any- portion or feature of the work, or materials required 14 in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion. of milestone work and total contract work as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is fiuther mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the suim of` $500.00 (five hundred dollar s3 PER DAY for Milestone 1 work, $10,000.00 (ten thousand dollars) PER DAY for Milestone 2 work, and $2,300.00 (two thousand three hundred dollars) PER DAY for contract substantial completion not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless other«ise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such mariner 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 mith 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 m=ork done, either by contract or by its own force, the Owner's Representative may direct the time and mariner of constructing work done under this contract so that conflicts mill 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 Omner's Representative, schedules which shall show the order in which the Contractor intends to cant' on the m-ork, with dates at m-hich the 15 F 0 11' Contractor will start the several parts of the work and estimated dates of completion of the several parts. However, no extensions will be granted for the completion dates stipulated for Milestone 1 or Milestone 2. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its 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 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors einployed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fue or flood. Any request for extension shall be in writing with the vn itten request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affrrnatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertakincr to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kuid will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically pro-%rided. 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 fuurnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. hi the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when sarne are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 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 agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without lunrtrng. in any w'av, nnanner- and roan, the rndenlnity provided by Contractor in paragraph 27 hereof, the 16 I Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising fiom or growing out of the performance of this contract. 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 specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 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 any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 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 or, if the Contractor does not submit such application, the Owner's Representative shall detennine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor ZL- up to and including the last day of the preceding month. The detennination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under time terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed,., to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial paymment is attributable. 43. SUBSTAT.tTLAL COhiFLET1_OlNT Contractor shall_ Give Owner's Representative written notice of substantial completion. Within thirty-one (31 ) working da-\s after the Contractor has given the Owner's Representative written notice that the work has been substantial_l_�,� completed, the Ovner's Representative and/or the Owner shall inspect the work and within said time, 1.7 if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give waitten notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by laws or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such ``- condemned work within a reasonable time after a written notice by the Oyvner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT VATITHEELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of` (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of clairns. (c) Damage to another contractor. «Amen the above grounds are removed, or the Contractor proxides a surety bond satisfactory to the Owner, in the amount withheld, pa}inent shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustnent presented by the Contractor shall_ be in A itiic, and filed with the O-viaier's Representative y;ithin fifteen (15) calendar da}5 after the Owarer's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely= written notice of dispute as provided in this contract of any decision by Oyyaner's Representative or 0yyner 10 shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any light under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative. within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 41. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply tkvith the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Suret;J 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. Ili the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-cornpliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to continence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all ternis and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinnery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Omier, under sealed bids, after notice published as required by law, at least mice 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 chargers to the Contractor and the SurettT shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which Nvould have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited there,,vith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor k and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terns of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof. together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days fi-om the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to fin-nish 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 Contractor is required to funrish a payment bond in accordance with Chapter 2253, Govenunent Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so V-1 furnished. 51. SPECIAL CONDITIONS I 0 I 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. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53, INDEPENDENT CONTRACTOR ' Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its oval employees and to determine the method of the perfonnance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's E I work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, fine, or corporation, .y 54. CLEANING UP The Contractor shall at all tunes keep the premises free fi onn accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same maybe amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any Aay, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or othery ise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or othery ise not responded to, by Owner's Representative «rithin five (5) days of the receipt of said request, said request shall be deemed to be denied. Iii the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos:, and (ii) are provided and utilize all protective equipment including without limitation, personal protective �E: Ut gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. Craft Asphalt Heatennan Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrical Repairer -Equipment Flagaer Form Setter LJ Form Setter -Helper Laborer -General Laborer -Utility Mechanic Mechanic -Helper Power Equipment Operators Asphalt Paving Machine Bulldozer Concrete Paving Machine Front End Loader Heavy Equipment Operator Light. Equipment Operator Motor Grader Operator Roller Scraper Tractor -Trailer Truck Driver -Heavy Truck Driver -Light 143 Paving and Highway Construction Prevailing Wage Rates Hourlv Rate 9.00 7.50 9.00 7.50 12.50 6.50 8.00 6.50 6.00 6.75 9.00 7.00 9.00 9.00 9.00 9.00 9.00 8.00 10.25 7.00 7.50 8.50 8.00 7.00 1. EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXMIT D Prevailing Wage Rates Legal Holiday Rate �F The rate for legal holidays shall be as required by the Fair Labor Standards Act. i I m SPECIFICATIONS in Not Used 171 APPENDMA Ii - J, Stoirn Water Pollution Prevention Plan Skeleton Li �} 01 287104-Phase I TABTL'—E 0-5qCOR7EINITS PAGE-2 021 .1 0 5 SECTION 01020 MEASUREMENT AND PAYMENT PART 1- GENERAL 1.1 SCOPE A- The followitia sections shall be used to define measurements and payments for this project. The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. Only those items indicated on bid documents and plan sheets will be included for construction and payment. 1.2 MOBILIZATION A. Mobilization shall include costs associated with move -in related equipment and labor, bid bond, performance and construction bonds and insurance related for this project. 1.3 EXCAVATION FOR ROADWAY A. Measurement will be made of the volume, in cubic yards, of roadway excavation. Payment ,will be made at the unit price bid per cubic yard. The unit price bid shall be complete compensation for roadway excavation, complete. 1.4 EXCAVATION FOR CHANNEL AND STRUCTURE A. Measurement will be made of the volume, in cubic yards, of roadway excavation. Payment will be made at the unit price bid per cubic yard. The unit price bid shall be complete compensation for channel and structure excavation, complete. 1.5 EMBAN!aff_ENT A. Measurement will be made of the, in cubic yards, of embankment. Payment «rill be made at the unit price bid per cubic yard. The unit price bid shall be complete compensation for the embankment, complete in place, and shall include any and all borrow material, compaction, testing and any incidental work required to complete the work. 1.6 SUBGR DE PREPARATION A. Measurement will be made of the area, in square yards, of subgrade preparation. Payment will be made at the unit price bid per square yard. The unit price shall be complete compensation for the subgrade preparation to lines and grades shown on the drav,Jin_Qs, complete in place, and shall include shaping, density control and any incidental work required to complete the work. 012e7104-Phase I MEASUREI\4ENT A\TD PA I' 4_ENT 01020 - 1 0 !0 1.59 FIRE HYDRANT A. A count will be made of fire hydrants installed. Fire hydrants will be paid for at the unit price bid per each. The unit price will be complete compensation for funushing and installing fire hydrants complete ii1 place, and shall include all materials, labor, excavation, back -filling, testing and all incidental work necessary to complete the work. 1.60 CORPORATION STOP A. A count will be made of corporation stop and copper tubing installed. Corporation stop and copper tubing will be paid for at the unit price bid per each. The unit price will be complete compensation for furnishing and installing corporation stop and copper tubing complete in place, and shall include all materials, labor, excavation, backfillnig, testing and all incidental work necessary to complete the work. PAkRT 2 - ATATEIJALS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01020 O 1287104-Phase T_ MEASTMEMENT AI.D PAYMENT 01020 - 12 0 05 SECTION 01027 APPLICATIONS FOR PAYMENT PART 1- GENERAL 1.1 SECTION INCLUDES A. Procedures for preparation and submittal of Applications for Payment. 1.2 RELATED SECTIONS A. Agreement: Contract Sum/Price and unit prices. B. General Conditions: Progress Payments and Final Payment. C. Section 01020 — Measurement and Payment. D. Section 01028 - Change Order Procedures: Procedures for changes to the Work. E. Section 01330 - Submittal procedures. F. Section 01700 - Contract Closeout. 1.3 FORMAT A. EJCDC 1910-8-E - Application for Payment including continuation sheets when required, or O,amer forms, or Owner -approved form of the Contractor. B. For each item, provide a colunnm for listing: Item Number; Description of work; Scheduled Value, Previous Applications; Work in Place; Authorized Change Orders; Total Completed; Percentage of Completion; Balance to Finish; and Retainage. 1.4 PREPARATION OF APPLICATIONS A. Present required information in tgPeNV itten form. B. Execute certification by signature of authorized officer. C. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment as specified in Section 01700. 1.5 SUBMITTAL PROCEDURES A. Subunit four copies of each Application for Payment. B. Subunit an updated construction schedule with each Application for Pa%mient. Payment will not be made until an up-to-date schedule is received. C. Pavinent Period: Submit at intervals stipulated in the Agreement. 1.6 SUBSTANTIATING DATA A. When Engineer requires substantiating information. subnnit data justifiring dollar amotunts in question. 01257104-Phase I APPLICATIOI,,TS FOR PA�TIENTTS 0102 7 - 1 04/05 B. Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 012817104-Phase I ^.PPLICATIONS FOR P AMfENTS 01 fi? i - � 019 1 SECTION 01028 CHANGE ORDER PROCEDURES PART 1- GENERAL 1.1 SECTION INCLUDES A. Submittals. B. Documentation of change in Contract Sum/Price and Contract Time. C. Change procedures. D. Stipulated Price change order. E. Unit price change order. F. Time and material change order. G. Execution of change orders. H. Correlation of Contractor submittals. 1.2 RELATED SECTIONS A. Document - General Contract Conditions. B. Section 01027 - Applications for Payment. C. Section 01330 - Submittal Procedures. D. Section 01600 - Product Requirements. E. Section 01700 - Contract Closeout. 1.3 SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms: EJCDC 1910-8-B Change Order, Owner's form, or other form approved by Owner. 1.4 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. Provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. 6. If subcontracted, provide subcontractor documentation according to General Contract Conditions and this specification. Show Contractor markup on subcontractor changes. D. Support each claim for additional costs, and for work done on a time and material basis. v6th additional information: 1. Origin and date of claim. 01287104-Please I CHANGE ORDER PROCEDURES 01028 - 1 �i r 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. Shoe Contractor markup on subcontractor work. 1.5 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications and a change in Contract Time for executing the change. Contractor will prepare and subinit an estivate within 7 days. C. The Contractor may propose a change by subn-uttiig a request for change to the Engineer, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. 1.6 CONSTRUCTION CHANGE AUTHORIZATION A. Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed vcrith a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in Work. 1.7 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's nnaximum price quotation or Contractor's request for a Change Order as approved by Engineer. 1.8 UNIT PRICE CHANGE ORDER A. For pre-determnined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre-deternnined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.9 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. i B. Engineer will determine the change allowable in Contract Sum!Price and Contract Time as -- provided in the Contract Documents. C. Maintain detailed records of worn: done on Time and Material basis. 0128 71.01-Phase I CHANGE ORDER PROCEDURES' 01028 - 04/0 D. Provide full information required for evaluation ofproposed changes, and to substantiate costs for changes in the Work 1.10 EXECUTION OF CHANGE ORDERS A. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.11 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Surn/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01287104-Phase I CHANGE ORDER PP.0CEDL1RES 010?f - 3 SECTION 01039 COORDINATION AND TVIEETINGS PART 1-GENERAL 1.1 SECTION INCLUDES A. Coordination. B. Progress meetings. C. Preconst action meetuig. 1.2 RELATED DOCUMENTS A. Drawings, General Contract Conditions, Special Provisions and Division 1 - General Requirements apply to work of this Section. 1.3 COORDINATION A. Coordinate scheduling, submittals, and work of the various Sections of the Specifications to assure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 PRECONSTRUCTION MEETING A. Engineer will schedule a meeting N�4th the required attendees. B. Attendance Required: Owner, Engineer, Contractor and major Subcontractors. 4 C. Agenda: -- 1. Distribution of executed Contract Documents. 2. Submission of list of Subcontractors, list of products and progress schedule. 3. Designation of personnel representing the parties in Contract and the Engineer. 4. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 5. Schedules. 6. 7. Scheduling activities of construction testing lab. Use of premises by Owner and Contractor. 8. Owner's requirements. 9. Construction facilities and controls provided by Owner. 10. Survey lavout. 11. Security and housekeeping procedures. 12. Procedures for testinng. 13. Procedures for maintaining record documents. 14. Irnspection and acceptance of equipment or improvements put into service during construction period. 15. Other items as deemed necessary by 0«ner or Engineer. 0128 710^-P1iast 1 COORDP\JATION AND b4EET-INGS 01039 - 1 04,11051 D. Engineer will record nninutes and distribute copies to participants. 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum bi-weekly intervals. B. Engineer will make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetinngs. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Revie«J of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Engineer «ill record minutes and distribute copies to participants. PART 2 - PRODUCT'S Not Used PART 3-E CUTION Not Used END OF SECTION 0128710 1-Phase 1 COORDINTATJONT AND TvIEET_TINGS 01039 - 2 0 ! `0 `1 SECTION 01140 WORK RESTRICTIONS PART 1- GENERAL 1.1 SECTION INCLUDES A. Use of premises. B. Special scheduling requirements. C. Working period. D. Utility cutovers and interruptions. E. Noise restrictions. F. Occupancy requirements. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.3 USE OF PREMISES A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to within the limits of the construction easement or right-of-way as shown on plans. 2. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to employees, and emergency vehicles at all tunes, except when construction is inuliediately at that vicinity. Do not use these areas for parking or storage of materials. a. Schedule construction to minimize obstruction of driveways and entrances. b. Provide commercial and industrial occupants with at least one (1) driveway suitable to traffic in and out of the location when obstructions are inevitable. Some additional requirements are noted on the plans for some affected driveways. 1.4 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the work. B. Permission to interrupt any utility service shall be requested in writing a nururnum of 14 calendar days prior to the desired date of interruption. C. The work under this contract requires special attention to the scheduling and conduct of the work in connection with existing operations. Identify on the construction schedule each factor which constitutes a potential interruption to operations. .B 0 128710'! Phase I MEASUREMENT AND PA 1\4ENT 01140 - 1 1.5 WORKING PERIOD A. Working Hours - Regular working hours shall be within an 11 hour period between t. 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight hour period between 9:00 a.m. and 5:00 p.m. on Saturday. Saturday work shall be restricted to those activities that do not require observation by the Owner. The Owner reserves the right, at the Owner's discretion, to not allow work when it interferes with holiday times and traffic. No work shall be performed on the following holiday periods or days: 1. New Year's Day (observed) 2. Memorial Day Holiday (observed) 3. Independence Day Holiday (observed) 4. Labor Day Holiday (observed) 5. Thanksgiving Day Holiday plus the day before and the three days following i Thanksgiving Day. 6. Christmas week. If Christmas Day falls on a Saturday, this wrill be defined as the week leading to Christmas Day. If Christmas Day falls on a Sunday, this will be,� defined as the week following Christmas Day plus the Friday and Saturday prior to Clristmas Day. B. Work Outside Regular Hours - Work outside regular working hours requires Owner's approval. Make application 21 calendar days prior to such work to allow arrangements to ' be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. Based on the justification provided, the Owner may approve work outside regular hours. During periods of darkness, the different parts of the work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. C. The drawings contain specific requirements that affect certain areas of the work. f 1.6 NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during nonnal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas and for 24-hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. Contractor shall keep on site OSHA -approved hand portable sound measurement equipment for both the Owner's and the Contractor's use for measuring noise levels. 1.7 ADVANCE NOTICE A. Contractor shall provide a nninirnum of five days advance written notice of construction to businesses and residences along the construction route. B. The advance written notice shall be in the form of a single -page flyer to be placed by hand by the Contractor's forces in mailboxes, door handles or handed to applicable individuals at each route building. C. The text for the advance written notice will be provided by the Owner in written form and electronic form. D. Reproduction shall be at the Contractor's expense. E. Distribution shall be at the Contractor's expense. F. Single -page flyers shall be of a paper or post -card color other than white to direct the recipient's attention to the information. G. The text shall contain the anticipated begimnina date of inconvenience to the recipient and the anticipated duration of that inconvenience. 0128710'' Phase I h4! A`_STJRE1\4ENT AND P _VJv_E1\TT 01140 - 2 04i05 ---- H. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non-trafficability). 1.8 WATER FOR CONSTRUCTION A. Obtaining water for construction is Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Deparhnent. The City will not furnish potable water free of charge for the construction work. Contractor is responsible for any required metering and hauling. C. Water from park area lakes shall not be used for construction. D. This section does not preclude Contractor from seeking other water sources for use in construction. Such water sources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART 2 - PRODUCTS Not Used PART 3-EXECUTION 3.1 WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. Monuments and markers shall be protected before construction operations connmence. Where construction operations are to be conducted during darkness, the markers shall be visible. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION 01140 012871.04-Phase 1 I4EASURF1,4ENT A_1\TD P AA14EINTT 01140 - 3 SECTION 01310 PROGRESS SCHEDULES PART 1 - GENERAL, 1.1 SECTION INCLUDES A. Format. B. Content. C. Revisions to schedules. D. Submittals. 1.2 RELATED SECTIONS A. Section 01100 - Summary of Work. B. Section 01027 - Applications for Payment. C. Section 01330 - Subnnittal Procedures. 1.3 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum S 1 /2 x 11 inches. D. Submit only if requested by Engineer or Owner at preconstruction or partnering conference. E. Maintain nnontlnly updates to schedule. 1.4 CONTENT Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. A. Identify each item by specification Section number. B. Provide sub -schedules to define critical portions of the entire Schedule. C. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. D. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required fi-om Engineer. Indicate decision date for selection of finishes. 1.5 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. ldentifv activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedul_e. Report corrective action taken. or proposed, and its effect. 01257104-Phase I PROGRESS SCHEDULES 01 110 - 1 1.6 SUBMITTALS A. Submit initial Schedules within 10 days after date established in Notice to Proceed. After review, resubmit required revised data within 10 days. B. Subinit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. 1.7 DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated byprojections indicated in Schedules. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01257104-Phase I PROGRESS SCHEDULES 01310 - 2 041105 I SECTION 01322 PHOTOGRAPHIC DOCUMENTATION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Periodic construction photographs. 3. Preconstruction videotapes. 4. Periodic construction videotapes. B. Related Sections include the following: 1. Division 1 Section "Unit Prices" for procedures for unit prices for extra photographs. 2. Division 1 Section "Submittal Procedures" for submitting construction photographs. 1.3 SUBMITTALS A. Submit three complete sets of preconstruction photographs or videotape to Engineer. All three sets will be retained by the Owner and the Engineer. 1. Identification: On back of each print or videotape, provide an applied label or rubber-stamped impression with the following information: a. Name of Project. b. Name and address of photographer. C. Name of Engineer. d. Name of Contractor. e. Date photograph was taken. f. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. 2. Digital Images: Submit a complete set of digital image electronic files with each submittal of prints. Identify electronic media with date photographs were taken. Submit images that have the same aspect ratio as the sensor, uncropped. 3. Transcript: Prepared on 8-1/2-by-1 1-inch (A4) paper, punched and bound in heavy- duty, 3-ring, vinyl -covered binders. Mark appropriate identification on fiont and spine of each binder. Include a cover sheet with the same label information as the corresponding videotape. Include name of Project and date of videotape on each page. PART 2 - PRODUCTS Not Used 01287104-Phase I PHOTOGRAPHTC DOCLgl,4FNTr_TI01\1 01222 - I PART 3 - EXECUTION 3.1 PHOTOGRAPHS, GENERAL A. Field Office Prints: Retain one set of prints of preconstruction photographs in the field office at Project site, available at all times for reference. Identify photographs the same as for those submitted to Engineer. 3.2 CONSTRUCTION PHOTOGRAPHS A. Preconstruction Photographs: Before starting construction, take color photographs of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Take photographs to show existing conditions adjacent to the property before starting the Work. 2. Take photographs of existing structures either on or adjoining the property to accurately record the physical conditions at the start of construction. B. Periodic Construction Photographs: As needed to document damage either directly related to or inadvertently related to the Contractor's operations, photograph the area in question and provide to Engineer. 3.3 CONSTRUCTION VIDEOTAPES, GENERAL A. Narration: Describe scenes on videotape by audio narration by microphone while videotape is recorded. Include description of items being viewed, recent events, and planned activities. Describe vantage point, indicating location, direction (by compass point), and elevation or story of construction. 3.4 CONSTRUCTION VIDEOTAPES A. Preconstruction Videotape: Before starting construction, record videotape of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Show existing conditions on and adjacent to Project site before starting the Work. 2. Show existing structures either on or adjoining Project site to accurately record the physical conditions at the start of construction. 3. Existing condition videotapes shall cover the entire project route. 4. Show protection efforts by Contractor. B. Periodic Construction Documentation: As needed to document damage either directly related to or indirectly related to the Contractor's operations, videotape the area in question and provide to Engineer. END OF SECTION 01322 01257104-Phase T PHOTOGFJ PHIC D0CU1 1ENT.&T10RT 013�_ ` 2 _ 0_1 t0 j SECTION 01330 PART I - GENERAL, 1.1 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and other Division 1 Specification Sections, apply to this Section. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Owner's or Engineer's responsive action. Submittals may be rejected for not complying with requirements. B. Informational Submittals: Written information that does not require Owner's or Engineer's approval. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. General: Electronic copies of CAD Drawings of the Contract Drawings will not be provided by Owner or Engineer for Contractor's use in preparing submittals. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Submittals Schedule: Comply with requirements in Division 1 Section "Progress Schedules" for list of submittals and time requirements for scheduled performance of related construction activities. D. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Owner's or Engineer's receipt of submittal. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Owner or Engineer will advise Contractor when a submittal being processed must be delayed for coordination. 2. If more than five submittals are transmitted for review within any five-day period, the time allowed for review will be increased to 21 days. 01257104-Phase I ST TBMITTAL PROCEDURES 01 -1,30 - I 0 i'�l 5 3. Concurrent Review: Where concurrent review of submittals by Engineer's consultants, Owner, or other parties is required, allow 21 days for initial review of C each submittal. 4. If intennediate submittal is necessary, process it in same manner as initial submittal. 5. Allow 15 days for processing each resubmittal. Each resubnmittal will count toward the submittal count in any five-day period in paragraph 1.4.D.2 above. 6. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. E. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 x 8 inches on label or beside title block to record -1 Contractor's review and approval nmarkings and action taken by Owner or Engineer. j 3. Include the following information on label for processing and recording action taken: a. Project name. t b. Date. C. Name and address of Ovnier. d. Name and address of Contractor. e. Name and address of subcontractor. f Name and address of supplier. g. Name of manufacturer, if different than supplier. h. Unique identifier, including revision nuinber. j i. Number and title of appropriate Specification Section. J j. Drawing number and detail references, as appropriate. k. Other necessary identification. F. Deviations: Highlight, entitle, or other«rise identify deviations from the Contract Documents on submittals. G. Additional Copies: Submit specified number of copies to Owner or Engineer. Submit additional copies if required by Contractor for his work. Unless additional copies are required for final subnmittal, and uimless Owner or Engineer observes noncompliance with provisions of the Contract Documents, initial submittal may serve as final submittal if approved by Omer or Engineer. H. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmttal form. Owner and/or Engineer will discard submittals received from sources other than Contractor. 1. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Owner or Engineer on previous submittals, and deviations from requirements of the Contract Documents, including minor variations and limitations. Include the same label information as the related subnmittal. 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 3. Transmittal Form: Use Contractor's business transmittal form. Provide locations on form for the followuig information: a. Project name. b. Date. C. Destination (To:). d. Source (From:). e. Names of subcontractor, manufacturer; and supplier. f Category and type of subinmittal. Cr. Submittal purpose and descriptior_. 01287101-Phase T SUBMITTAL PROCEDURES 011330 - 2 04-'05 h. Submittal and transmittal distribution record. i. Remarks. j. Signature of transmitter. I. Distribution: Furnish copies of final submnittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. J. Use for Construction: Use only final submittals with mark indicating action taken by Owner or Engineer in connection with construction. PART 2 - PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and subunit Action Submittals required by individual Specification Sections. 1. Number of Copies: Subnut five copies of each submittal, unless otherwise indicated. The five copies will be retained by the Owner or Engineer. Any additional copies that the Contractor may need for his operations will be in addition to the five copies required. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. l . If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, 2. Mark each copy of each submittal to show which products and options are applicable. J. Include the following information, as applicable: a. Manufacturer's product specifications. b. Manufacturer's installation instructions. C. Standard color charts. d. Manufacturer's catalog cuts. C. Printed performance curves. f. Compliance with recognized testing agency standards. g. Application of testing agency labels and seals. h. Notation of coordination requirements. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. C. Fabrication and installation drawings. d. Schedules. e. Design calculations. f. Compliance with specified standards. g. Notation of coordination requirements. h. Notation of dimensions established by field measurement. 2. Sheet Size: Subunit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 24 by 36 inches. 3. 1-4umber of Copies: Submit five blue- or black -line prints of each shop dra-\ving submittal. Owner and Engineer will retain all five prints. 012)8710s-Pliase I SUBMITTAL PROCEDURES 01110 3 - D. Samples: Prepare physical units of materials or products, including the following: 3 1. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Refer to individual Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar construction characteristics. 2. Disposition: Maintain sets of approved test panels at Project site, available for quality -control comparisons throughout the course of construction activity. Test panels may be used to detenmine final acceptance of construction associated with j each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at �P time of use. b. Test panels that are not designated as Owner's property, are the property of Contractor. Regardless of property ownership, test panels shall not be removed until approved to do so by the Engineer. 2.2 INFORMATIONAL SUBMITTALS A. Manufacturer's Instructions: Prepare «Titten or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Reconnnnendations for cleaning and protection. B. Manufacturer's Field Reports: Prepare written information documenting factory -authorized service representative's tests and inspections. Include the following, as applicable: 1. Frame, address, and telephone number of factory -authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, Gvhat corrective action was taken. S. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and 'installation will affect warranty. 7. Other required items indicated in indiN idual Specification Sections. C. Insurance Certificates and Bonds: Prepare «ritten information indicatuig current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and teen of the coverage. D. Construction Videotapes: Comply with requirements in Division 1 Section "Photographic Documentation". 01287104-Phase I SUBMITTU PROCEDURES 01330 - `l ),1 �0 I PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Owner or Engineer. B. Approval Stamp: Stamp each submittal with a uniform approval stamp. Include Project naive and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER'S AND ENGINEER'S ACTION A. General: Owner or Engineer will not review submittals that do not bear Contractor's approval stamp and will return them vrithout action. B. Action Submittals: Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. Owner or Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: 1. No exception taken. 2. Make corrections noted. 3. Revise and resubnnit. 4. Rejected. 5. The submittal stamp by the Owner or Engineer will also contain the following: a. Checking is only for general conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. Contractor is responsible for confirnning and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing his work in a satisfactory manner. C. Informational Submittals: Owner or Engineer will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. D. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION 01330 0lH710--Phase.I SUBI�IITTAL PROCEDUPFS 01330 - 5 SECTION 01356 STORM WATER POLLUTION PREVENTION PLAN (SWP3) PART 1- GENERAL 1.1 GENERAL A. The Contractor shall implement the Stonn Water Pollution Prevention measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No. TXR150000. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the stone water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assessed by TCEQ or EPA for failure to comply with any part of the permit requirements. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. B. Fines levied against the Owner by the TCEQ or EPA for the Contractor's failure to comply with and maintain the SWP3 shall be paid by the Contractor. 1.2 EROSION AND SEDINMNT CONTROLS A. General 1. Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. Structural practices shall be implemented as specified in the SWP3 and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress 1. Stabilized access to and fiom the construction site shall be installed as soon as practical and in accordance writh the SWP3. 2. In all cases, Contractor shall ensure that any soil tracked off -site is cleaned fiom existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Beans 1. The Contractor shall provide silt fences and/or diversion beans as a temporary structural practice to minimize erosion and sediment runoff. Silt fences andor diversion berms shall be properly installed to effectively retain sediment innnediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). D. Sand/Gravel Bags 1. The Contractor may provide sand/gravel bags as a ternporar- 7 structural practice to nnirnirnize erosion and sediment runoff. Bags shall be properly placed to effectively retain sediment imrnediately after completing each phase of work (e.g., clearing and grubbing, excavation, ennbanlonent. and grading) in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain. bags shall be placed as work progresses, bags shall be renmoved:'replaced,relocated as needed for 01257104-Phase I STOR1\2 WATER_ POLLUTION PREP ENTIOld PLAJJ (S\P3)01356 - 1. work to progress in the drainage area). Sand/gravel bags must remain in good condition, or they shall be replaced. E. Site Stabilization 1. Contractor shall disturb the least amount of site area as possible. 2. Stabilization measures may include, but are not lnnited to, any of the following measures: a. temporary or permanent seeding or sodding, b. mulching, C. geotextiles, d. vegetative buffer sties, e. paving. 3. Stabilization measures shall be i nplemented in accordance with the SWP3. PART 2 - PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric 1. The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. The filament shall consist of a long -chain synthetic polymer composed of at least 85 percent by weight of ester, propylene, or annide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a ninniinunn of six months of expected usable construction life at a temperature range of 0 to 120 degrees F. The filter fabric shall meet the following requirements: FILTER FABRIC FOR SILT FENCE PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. inns. Elongation ASTM D 4632 30% max. Trapezoid Tear ASTM D 4533 55 lbs. nun. Permittivity ASTM D 4491 0.2 sec-1 AOS (U.S. Std. Sieve) ASTM D 4751 20-100 B. Silt Fence Stakes and Posts 1. The Contractor may use either wooden stakes or steel posts for fence construction. Wooden stakes utilized for silt fence construction shall have a inirdnium cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches v4ien pine is used, and shall have a msninnum length of 4 feet. Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a miminunn weight of 1.33 pounds per linear foot and a minimum length of 4 feet. 01287104-Phase I STORl�4 \1TfATER POLLTJTION PRF_\rE1\TTIOI\T PLA!\T (SWP3) 01 356 - 04(05 C. Identification Storage and Handling 1. Filter fabric shall be identified, stored and handled in accordance with ASTM D 4873. 2.2 COMPONENTS FOR STRAW BALES A. Straw Bales 1. The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses such as byhalia, bermuda, etc., furnished in air dry condition. The bales shall have a standard cross section of 14 inches by 18 inches. All bales shall be either wire -bound or string -tied. The Contractor may use either wooden stakes or 3/8" rebar to secure the straw bales to the ground. Wooden stakes utilized for this purpose shall have minimum dimensions of 2 inches x 2 inches in cross section and shall have a minimum length of 3 feet. Rebar utilized for securing straw bales shall have a minimum diameter of 3/8" and a muumuu length of 3 feet. PART 3 - EXECUTION 1 STORM WATER POLLUTION PREVENTION PLAN A. The Storm Water Pollution Prevention Plan (SWP3) will be provided by the Contractor. Contractor must keep a copy of the SWP3 on site at all times. B. A completed Notice of Intent (NOI) form must be submitted a minimum of 48 hours prior to start of construction. No work will be permitted until NOI is filed. C. Contractor shall maintain SWP3 in accordance with the TPDES permit to ensure that the SWP3 reflects current project conditions and remains in compliance with the TPDES permit. D. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. E. The Contractor shall furnish Owner with copy of NOI and NOT. END OF SECTION 01356 01287104-Phase l STORh4 VTATER POLLUTION PP`E-\-'El\?TION PLA1\T (S,.�'P) 01 356. 3 SECTION 01400 QUALITY REQUIREMENTS PART 1-GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance writh the Contract Document requirements. 1. Specific quality -control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's quality - control procedures that facilitate compliance with the Contract Document requirements. 1.2 RELATED DOCUMENTS A- Drawings and general provisions of the Contract, including General and Special Conditions and other Division h Specification Sections, apply to this Section. B. Divisions 2 through 16 Sections for specific test and inspection requirements. 1.3 DEFINITIONS A. Quality -Assurance Services: Activities, actions and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements. B. Quality -Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. 1.4 SUBMITTALS A. Qualification Data: For individuals employed by Contractor who will perform testing as required by the various specification Sections, submit at least 30 days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual will perform. For outside testing agency employed by Contractor, submit at least 30 days prior to being used on the project the name, address and manager of such testuig a Qency and the types of tests that the agency will perform. Such testing agency shall be acceptable to Owner prior to being used on the project. B. Reports: Prepare and submit written reports within 14 days following the date of the test that include the follovdna: 1. Date of issue. 2. Project title and number. 0125710=? Phase I QUALITY REQUIR.EIv1ENTS 01400 - 1 3. Name, address and telephone number of testing agency. If individual employed by Contractor, use Contractor's name, address and telephone number. 4. Dates and locations of samples and tests. 5. Names of individuals making tests. 6. Description of the work and test method. 7. Identification of material, product and specification Section. 8. Complete test or inspection data. 9. Test results and interpretation of test results. 10. Ambient conditions at time of sample taking and testing. 11. Comments and opinion on whether tested work complies with the Contract Document requirements and the applicable specification Section. 12. Name and signature of individual performing the test if employee of Contractor, or name and signature of testing agency responsible person. 13. For failing tests, reconnmendations on retesting unless specification Sections provide procedure for retesting. C. Professional Engineer Qualifications: Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Testing Agency Qualifications: An agency with the experience and capability to conduct testing indicated, as documented by ASTM E548, and that has the capability and experience in the types of tests to be performed. E. Preconstrvction Testing: Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. The Contractor shall not perform preconstruction testing except through a thud -party testing agency. F. Testing Agency Responsibilities: Submit certified written report of each test and similar Quality Assurance service to Contractor. Interpret tests and state in each report whether tested work complies with or deviates from the Contract Documents. 1.5 QUALITY CONTROL A. Owner Responsibilities: Where quality -control services are indicated as Owner's or Engineer's responsibility, such services may be performed by Owner's own forces or by a qualified testing agency to perform these services. 1. Owner or Engineer will furnish Contractor with names, addresses and telephone numbers of testing agencies engaged by Owner. 2. Owner may elect to have own forces, or a third -party testing agency, observe and report on competency of Contractor's personnel performing quality control testing, inspect and report on Contractor's quality control testing equipment and the calibration of that equipment, and inspect and report on Contractor's procedures for quality assurance of construction materials tests and test reports. The Owner shall notify the Contractor of reported deficiencies revealed by the above inspections and observations. The Contractor shall correct such deficiencies. Should such deficiencies remain uncorrected, then the amount of the work represented by the deficiencies will be deemed as not confornning to the requirements of the contract documents and the specifications. B. Contractor Responsibilities: Pro -,ride quality control services required in the various specification Sections. 1. Where thud -party testing agency, is engaged by Contractor, not testing agency sufficiently in advance of the time and date when -wort_: that requires testing vi-11 be performed. 0 1218710111-Phase I QUALITY REQUIP,E1\iE-NTS 01'?00 - 2 0_,� ti. 0 C. co E. 2. Contractor shall not engage the same testing agencies as the Owner, unless the Owner agrees in writing to such engagement. 3. Where testing is indicated as Contractor's responsibility, submit certified written reports in duplicate of each testing service, whether performed by Contractor's personnel or Contractor -engaged testing agency. Such reports shall include failing tests and retests. 4. Testing requested by Contractor and not required by Contract Documents are Contractor's responsibility. 5. Cooperate with Owner and Engineer for Owner's testing of work. Once the Owner or Engineer has given prior notification to the Contractor that confirmation testing by the Owner is to be performed, the Contractor shall provide or leave in place trench shields, ladders, elevators, lifts, or other equipment or temporary construction related to safety, access, and ingress -egress such that the Owner's testing representative can have safe accessibility to the specific site to be tested. Failure to provide these items when confirmation testing is scheduled shall be considered prima facie evidence that the work does not meet specifications and the Owner has the option of withholding payment for the work quantity that the test would represent. 6. Where Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. Provide alternate equipment where the specified test method cannot be applied, and where alterative test methods and equipment must be employed to provide the necessary quality control. Retesting: Regardless of whether original tests were Contractor's responsibility, provide quality -control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests and inspections. I . Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. 2. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements. 3. Submit a certified written report, in triplicate, of each test, inspection, and similar quality -control service through Contractor. 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work 5. Do not perform any duties of Contractor. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality -control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assigninent of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field -curing of test samples. 5. Additional associated services required of Contractor for testing access are listed in the specification Sections. 6. Delivery- of samples to testing agencies. 01287101 Phase I QUALITY REQUIREMENTS 01400 - 7. Preliminary design mix proposed for use for material mixes that require control by testing agency. 8. Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule tunes for tests, inspections, obtaining samples, and similar activities. G. Schedule of Tests and Inspections: Prepare a preliminary schedule of tests, inspections, and similar quality -control services required by the Contract Documents. Submit schedule within 30 days of date established for Notice to Proceed. 1. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assigzument of responsibility for quality -control serNices. END OF SECTION 01400 01 ? 57104-Phase 1 QTjL?T 1' R.EQTJlRE1-,4ENTS 01400 - 4 SECTION 01420 REFERENCES PART1-GENERAL 1.1 SECTION INCLUDES A. This section of the specifications includes: 1. Sunnnary of Industry Standards. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and other Division 1 Specification Sections, apply to this Section. 1.3 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": The term "approved," when used to convey Owner's or Engineer's action on Contractor's submittals, applications, and requests, is limited to Owner's or Engineer's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": Terms such as "directed," "requested," "authorized," "selected," "approved," "required," and "pernnitted" mean directed by Owner or Engineer, requested by Owner or Engineer, and similar phrases. D. "Indicated": The term "indicated" refers to graphic representations, notes, or schedules on Drawings or to other paragraphs or schedules in Specifications and similar requirements in the Contract Documents. Terms such as "shown," "noted," "scheduled," and "specified" are used to help the user locate the reference. E. "Regulations": The term "regulations" includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Pro -%ride": The term "provide" means to funush and install, complete and ready for the intended use. G. "Installer": An installer is the Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. H. "Project site" is the space available for performing construction activities. 1.4 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. 01287104-Fhase I REFERENCES 014?0 - 1 B. Conflicting Requirements: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to Owner or Engineer for a decision before proceeding. 1. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the muiirnum provided or performed. The actual installation may comply exactly with the nunimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are nunitnunn or maximum, as appropriate, for the context of requirements. Refer uncertainties to Oxaier• or Engineer for a decision before proceeding. C. Abbreviations and Acronyms for Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subiect to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. AASHTO American Association of State Highway and (202) 624-5800 Transportation Officials wyN,-%y.aashto.ot g q ACI American Concrete Institute/ACI International (248) 848-3700 1 wy«v.aci-int.orQ ACPA American Concrete Pipe Association (972) 506-7216 xyww. concrete -pip e. or g Al Asphalt Institute (859) 288-4960 www.asphaltinstitute.org AIA American Institute of Architects (The) (800) 242-3837 AISC American Institute of Steel Construction, Inc. (800) 644-2400 v,xkrNv.aisc.org (312) 670-2400 AISI American Iron and Steel Institute (202) 452-7100 ANSI American National Standards Institute (212) 612-4900 t uz����.ansi. oral � ASCE American Society of Civil Engineers 800) 548-2723" vm-Al.asce.org (703) 295-6300 ASTM American Society for Testing and Materials (610) 832-9585 xzN' ,v. astm. org t: A«T�VA American Water Works Association (800) 926-733 7 ��\vy,°.a�v\ a.org t;0-1 �on_I , � I 01287104-Phase 1 PFFERFt:ICES 01420 - 04105 CDA Copper Development Association Inc. (800) 232-3282 www.copPer.org (212) 251-7200 CLFMI Chain Luck Fence Manufacturers Institute (301) 596-2583 www.chainlilikinfo.com CRSI Concrete Reinforcing Steel Institute (847) 517-1200 ww�v.crsi.org CSI Construction Specifications Institute (The) (800) 689-2900 www.csinet.or (703) 684-0300 EJMA Expansion Joint Manufacturers Association, Inc. (914) 332-0040 yr"Rv.einna.org FM Factory Mutual System (See FMG) FMG FM Global (401) 275-3000 (Formerly: FM - Factory Mutual System) wwtiv.finglobal.com GRI Geosynthetic Research Institute (610) 522-8440 VNTWW. drexel. edu/Zi NRMCA National Ready Mixed Concrete Association (301) 587-1400 ,vvv,%v.nr nca.or NSA National Stone, Sand and Gravel Association (800) 342-1415 www.aggregates.org (703) 525-8788 PCI Precast/Prestressed Concrete Institute (312) 786-0300 WN7.'— .pci.org SDI Steel Deck Institute (847) 458-4647 www.sdi.or- TPI Turfgrass Producers Inteinational (800) 405-8873 "Arww.turfQrasssod.ora (847) 705-9898 UL Underwiiters Laboratories Inc. (800)7 OA-4050 «tic'A .ul.conn (847) 272-8800 01287104-Phase I REFERENCES 01420 - 3 D. Abbreviations and Acronyms for Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. BOCA BOCA International, Inc. (800) 2144321 'kNTvN.iA7.bocai.orQ (708) 799-2300 CABO Council of American Building Officials (See ICC) LI PMO International Association of Plumbing and (909) 472-4100 Mechanical Officials (The) vynvw iapmo.org ICBO International Conference of Building Officials (800) 284-4406 www.icbo.org (562) 699-0541 ICC International Code Council (703) 931-4533 (Formerly: CABO - Council of American Building Officials) wwwjccsafe.or SBCCI Southern Building Code Congress International, (205) 591-1853 Inc. «'\aw.sbcci.orQ E. Abbreviations and Acronyms for Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the follo-wing list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. CE Army Corps of Engineers (601) 634-2355 CRD Standards WWu V.usace.arniv.mil CFR Code of Federal Regulations (888) 293-6498 kv\N-y.access.Qpo.aovinara/cfr (202) 512-1530 EPA Enviromnental Protection Agency (202) 260-2090 Ny\iw. Ma. Qov FED -STD Federal Standard (See FS) FS Federal Specification ( Available from DOD, GSA, and NTIBS) 01287104-Phase I REFERENCES 01420 - 4 04 r05 NIST National Institute of Standards and Technology (301) 975-6478 www.nlst. Qoy OSHA Occupational Safety & Health Adnunistration (800) 321-6742 (See CFR 29) (202) 219-5000 www.osha.Qov TCEQ Texas Conmussion on Em4roniient Quality (806) 796-7092 Nv\Ntiv.tceq.state.tx.us (512) 239-1000 PART 2 - PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION 01420 01287104-Phase I REFERENCES 01420 - SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. B. Temporary utilities include, but are not limited to, the following: 1. Drainage water service. 2. Sarnitary facilities, including toilets, wash facilities, and drinking -water facilities. Provide separate male and female sanitary facilities. 3. Electric power service. 4. Telephone service. C. Support facilities include, but are not limited to, the following: 1. Temporary roads and paving. 2. Project identification and signs. 3. Field offices. 4. Storage and fabrication sheds. 5. Construction aids and miscellaneous services and facilities. D. Security and protection facilities include, but are not limited to, the following: 1. Environmental protection. 2. Stonnwater control. 3. Site enclosure fence. 4. Security enclosure and lockup. 5. Barricades, wanting signs, and lights. 6. Security guard. E. Related Sections include the following: 1. Section 01356, "Stormwater Pollution Prevention". 2. Section 01555, "Barricades, Signs and Traffic Handling". 3. Section 02741, "Hot -Mix Asphalt Paving" for construction and maintenance of asphalt paving for temporary roads and paved areas. 1.3 USE CHARGES A. General: Cost or use charges for temporary facilities are not chargeable to Owner or Engineer and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the following: 1. Owner. 2. Owner's forces. 3. Engineer. 4. Resident Project Representative. 5. Testing agencies. 0121 7104-Phase I TE1,4PORARY FACILITIES AND CONTROLS OI500 - 1 04!05 6. Personnel of authorities having jurisdiction. B. Sewer Service: Pay sewer service use charges for sewer usage by all parties engaged in construction at project site if Contractor connects to City sewer system. C. Water Service: Pay water service use charges, whether metered or otherwise, for water used by all entities engaged in construction activities at Project site. D. Electric Power Service: Pay electric power service use charges, whether metered or otherwise, for electricity used by all entities engaged in construction activities at Project site. 1.4 QUALITY ASSURANCE A. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.5 PROJECT CONDITIONS A. Conditions of Use: The following conditions apply to use of temporary services and facilities by all parties engaged in the Work: 1. Relocate or remove temporary services and facilities as required by progress of the Work. PART 2-PRODUCTS 2.1 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Owner or Engineer. Provide materials suitable for use intended. B. Pavement: Comply with Division 2 Section 02741 "Hot -Mix Asphalt Paving". C. Portable Chain -Link Fencing: Minimum 2-inch 9-gage, galvanized steel, chain -link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; nninirnum 2-3/8-inch- OD line posts and 2-7/8-inch- OD corner and pull posts, with 1-5/8-inch- OD top and bottom rails. Provide galvanized steel bases for supporting posts. D. Water: Potable. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference 'Mth performance of the Work. Relocate and modify facilities as requited. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. 3? TEMPORARY UTILITY II\TSTALLATION A. General: Engage appropriate local utility company to install temporary service or connect to existing service. Where utility company, provides only part of the service, provide the 01287104-Phase 1 TEMPOPLAR ' F_ _CILITIES AI\TD CONTROLS 01500 - 2 04/05 SECTION 01700 CONTRACT CLOSEOUT PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Contract Conditions, Special Conditions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. V C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. 1.3 RELATED SECTIONS A. Section 01500 — Temporary Facilities and Controls. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance Frith Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 012c7104-Pliase I CONTRACT CLOSEOUT 01700 - 1 r 3. Addenda. 4. Change Orders and other Modifications to the Contract.^ S. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. p C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction l including: j 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field chan-es of dimension and detail.' 3. Details not on original Contract Drawings. i 4. Changes made by addenda and modification. F. Submit documents to Engineer as line segment installation is completed and with claim for final Application for Payment, A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. F. Provide Affidavit of Bills Paid as required by General Contract Conditions and Owner. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01700 0125710 Phase I COIF? T R-`:CT CLOSEOUT 01 700 - 2 04"0 5 SECTION 02221 REMOVING EXISTING PAVEMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. This section of the specifications covers the removal of existing pavements. Included, but not linnited to the following are: concrete pa -,ring, asphaltic paving, concrete curb and/or gutter, miscellaneous items. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and other Division 1 Specification Sections, apply to this Section. B. Section 01576 — Waste Material Disposal. C. Section 02300 — Earthvmrk. D. Section 02317 — Excavation and Backfill for Utilities. E. Section 02741 — Hot -Mix Asphalt Paving. F. Section 03300 — Cast -in -Place Concrete. 1.3 REGULATORY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 01576 — Waste Material Disposal. B. Coordinate removal work with utility comparnies. PART 2-PRODUCTS Not Used PANT 3 - EXECUTION 3.1 PREPARATION A. Obtain advance approval from Engineer for dimensions and limits of removal work. B. Identify known utilities below grade. Stake and flag locations. C. Prior to removal of any concrete curb and gutter, Contractor shall survey the section of curb and gutter to determine existing grades and elevations. Submit survey field notes to the Engineer prior to removal of curb and gutter. All curb and gutter to be replaced will be installed to the original grades and elevations unless otherwise shovnn on the drawings or as approved by the O«nner and Engineer. �.? PROTECTION A. Protect the following from damage or displacement: ... p I. Adjacent public and private property. o - 2. . 01207101-PhasA I RE1v20\.T`�TG EXISTING PAVEMENTS 0�2? 1 - 1 3.5 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks, pavements and golf cart paths to indicated cross sections, elevations, and grades. 3.6 EXCAVATION FOR UTILITY TRENCHES A. Refer to Section 02317 — Excavation and BackTill for Utilities. 3.7 SUBGR4DE PREPARATION A. Subgrade shall be prepared in confonnance with the lines and grades shown on the plans, or as directed by the Engineer, by scarifying and compacting to a minimum of 95% of Standard Proctor Density at a moisture content within 2% of optimum. Subgrade shall be constructed in maximum of 6 inch lifts. The total thickness of the subgrade shall be 12 inches minimum for thoroughfares and streets greater than 36 feet in width and 6 inches mi nunum for all other streets, or as indicated on plan sheets. The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. After each section of subgrade is complete, tests will be made by Contractor with respect to moisture and density using nuclear testing equipment. At any time the Engineer may require proof rolling to test the uniformity of compaction. Any fill placed Arithin existing or proposed street right-of-way in execution of an approved cut and fill plan shall meet these requirements for materials and construction. Subgrade not covered vkrith base material within 7 days of completion may be subject to retesting and reprocessing as detemnined by the Engineer. 3.8 FLEXIBLE BASE CONSTRUCTION A. Areas behind curbs shall be back -filled and leveled with approved topsoil prior to placing ' base material. { J,;; B. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. Processing shall be accomplished in multiple lifts of 3 inches compacted thickness. Each course shall be wetted and rolled as required to produce a uniform compaction of 95% of Standard Proctor ' Density at a moisture content 1% to 2% below optimum. C. Completed flexible base shall be cured for at least 7 days before finishing. During the curing period the street may be opened to traffic. The base shall be maintained by blading, watering, or other methods until the wearing surface is placed. D. The compacted flexible base shall be finished and shaped immediately preceding the 1 application of the surface treatment. All loose or unconsolidated material shall be removed 1 and the surface moistened and rolled with a steel wheel roller. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing nnaterial as required, reshaping, and reconnpacting, or other methods approved by the Engineer. L JI E. -An), deviation in the surface of the finished base in excess of 3!8 inch from the established grade or true cross-section. using a 10 foot long straight edge, shall be corrected as provided above. i? G 1.2F;7'10='-Phase I E URTN-\3, OPTL 02300 - 6 .3 STORAGE OF SOIL MATERIALS A. Stockpile satisfactory excavated soil materials. Stockpile soil materials without } intermixing. Place, grade, and shape stockpiles to dram surface water. Cover or spray with J dust suppressant to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of trees. 3.10 UTILITY TRENCH BACKFILL A. Refer to Section 02317 - Excavation and Backfill for Utilities. 3.11 FILL A. Preparation: Remove vegetation, topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills. B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. C. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3. In cultivated farm fields, see Section 02317 - Excavation and Backfill for Utilities and Section 02320 - Utility Backfill Materials. 3.12 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. 1. Do not place back -ill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.13 COIAPACTION OF FILLS A. Place fill materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under walk-\vays, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 95 percent. 2. Under lawn or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of back -fill or fill material at 95 percent. 3.14 OVER EXCAVATION A. The Contractor will over excavate subgrade material unsuitable as directed by the Engineer. Contractor- shall backfill the over excavation with select fill and compact to 95 c 01287104-Phase 1 EA.RTHWOPT, 02 300 - 7 of maximum dry unit weight in accordance to ASTM D 698. Measurement for this work will be determined by the Engineer. 3.15 TESTING n A. Testing Agency: Contractor shall perform field quality control testing in conformance with 1 Section 01400 — Quality Requirements. Owner may conduct independent testing. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. C. Testing agency will test compaction of soils in place according to ASTM D 1556 and ASTM D 2922, as applicable. Tests will be performed at the following locations and frequencies: i 1. Paved Areas: At subgrade and at each compacted fill layer, at least one test for every 5000 sq. ft. or less of paved area, but in no case fewer than three tests. 2. Trench Backfill: Refer to Section 02317 — Excavation and Backfill for Utilities. D. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. Contractor shall be responsible for paying for failing tests conducted by Owner. Such failing tests shall include pro-rata technician time charges, pro-rata mileage expense and other pro -rated agency charges. 3.16 GRADING A. General: Uniformly grade areas to a smooth surface free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and t-un high spots to comply with required surface tolerances. B. Site Gradung: Finish subgrades to required elevations within the following tolerances: 1. La-%Nii or Unpaved Areas: Plus or minus 1 inch. 2. Walks: Plus or minus 1 inch. 3. Pavements: Plus or minus 3/8 inch. 4. Golf Course: Match preconstruction grades and smoothness. 5. Golf Cart Path: Match preconst-uction gades and smoothness. 3.1.7 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep fee of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially t , completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove flushed surfacing, back ill «7th additional soil material. compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the gn-eatest extent possible. 012)8710-1-Phase 1 EAR-111=I 10F'I 023,00 - e l l 0-' 0 3.18 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property according to Section 01576 — Waste Material Disposal. v END OF SECTION 02 300 01287104-Pliase I EA-FT1-IV,`(PT- 0? 300 - e I' a SECTION 02317 EXCAVATION AND BACKFILL FOR UTILITIES PART 1- GENERAL 1.1 SECTION INCLUDES A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfnll for installation of utilities, including storm sewers, manholes and other pipeline structures. 1.2 RELATED SECTIONS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specification sections apply to this section. B. Section 01330 — Submittal Procedures. C. Section 01400 — Quality Requirements. D. Section 01500 — Temporary Facilities and Controls. E. Section 01555 — Barricades, Signs and Traffic Handling, F. Section 02221 — Removing Existing Pavements. G. Section 02260 — Excavation Support and Protection. H. Section 02300 — Earthwork. I. Section 02318 — Borrow. J. Section 02320 — Utility Backfnll Materials. K. Section 02665 — Water Works Piping , Valves and Fittings L. Section 02730 — Sanitary Sewer Piping and Manholes 1.3 DEFINITIONS A. Pipe Foundation: Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfnll material placed and compacted in over -excavations. B. Pipe Bedding: The portion of trench baclfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under 1/3 of the pipe O.D. C. Haunching: The material placed on either side of pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. For flexible wall pipe, the haunching material extends to a nunnimurn of 12" above the top of the pipe. D. Initial Back -fill: The portion of trench back -fill that extends vertically from the top of haunching or cement stabilized back -fill up to a level line immediately below pavement subgrade, and horizontally fronn one trench sidewall to opposite side« all. E. Pipe Embedment: The portion of trench backfrll that consists of bedding, haunching and initial back -fill. F. Trench Zone: The portion of trench back -fill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath pavement. G. Back -fill: Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. 01287104-Phase I E CAV ATION ,AND BACK -FILL FOR UTILITIES H. Ground Water Control Systems: Installations external to trench, such as well points, eductors, or deep wells. Ground water control includes dewatering to lower ground water, intercepting seepage which would otherwise emerge from side or bottom of trench excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to Section 02240 - Dewatering. I. Seepage: Water intrusion from. groundwater into an excavation or trench via the side -walls and floor of the excavation or trench such that sidewall material and excavated floor material are not displaced by hydraulic pressure or flow, and the flow rate of groundwater intrusion is such that the excavation or trench will accumulate more than a 3-inch depth in the floor of the excavation or trench in a 24-hour period if not removed by pumping, bailing or other methods, or not intercepted by an external groundwater dewaternig system. J. Surface Water Control: Diversion and drainage of surface water runoff and rani water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. K. Excavation Drainage: Removal of surface water in trench by sun.p pumping or other approved means. L. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation bacldill, except where structural trench support is necessary. 1. Dry Stable Trench: Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. 2. Stable Trench with Seepage: Stable trench in which ground water seepage is controlled by excavation drainage. a. Stable Trench with Seepage in Clayey Soils: Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. b. Stable Wet Trench in Sandy Soils: Excavation drainage is provided in the embedment zone in combination with round water control in predominately sandy or silty soils. I Unstable Trench: Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving or loss of density. M. Subtrench: Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring uistallations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a subtrer.ch depends upon trench stability and safety as deterinined by the Contractor. N. Trench Dam: A placement of low permeability material in pipe embedment zone or foundation to prohibit ground water floe- along the trench. O. Over -Excavation and Backfilll: Excavation of subuyade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as showli on Drawinngs, and back -filled with foundation backfill material. P. Foundation Back -fill Materials: Natural soil or manufactured agg, egate of controlled gradation, to control drainage and material separation. Foundation bacldill material is placed and compacted as baclffill to provide stable support for bedding. Q. Trench Safety Systems include both protective system and shoring systems as defined in Section 02260 — Excavation Support and Protection. 01287101-Phase I E; r^�'-TlO1.:i AND BACKFILL FOR UTILI T TES 0231 % - 0 /() i I 0 R. Trench Shield (Trench Box): A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces unposed on it by cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. S. Shoring System: A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. 1.4 REFERENCES A. ASTM D 558 - Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-lb (2.49-kg) Ranuner and 12-in. (304.8-nun) Drop. C. ASTM D 1556 - Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 - Classification of Soils for Engineering Purposes. E. ASTM D 2922 - Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 - Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex-110-E - Deterniination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.5 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures. 1.6 SUBMITTALS A. Conform to Section 01330 - Submittal Procedures. B. Submit a written description for information only of the planned typical method of excavation, back -fill placement and compaction, including: 1. Sequence of work and coordination of activities. 2. Selected trench widths. 3. Procedures for foundation and embedment placement, and compaction. 4. Procedure for use of trench boxes and other premanufactured systems while assuring specified compaction against undisturbed soil. C. Submit a around and surface water control plan in accordance with requirements in this Section. D. Subunit ba.cl:Trll material sources and product quality information in accordance with requirements of Section 02320 - Utility Back -fill Materials. E. Submit record of location of utility as installed, referenced to survey control points. Include locations of utilities encountered that are not shown on Drawings or rerouted for the convenience of the Contractor. Give stations, NAD 83 state plane coordinates. NA,71) 88 elevations. inverts, and ar-adients of installed utility. 012 S ;1104-Phase 1 EXC A VAITIOINT AND BACKFILL FOR I-TILITTES 0_23 17 - F. Submit field density tests of trench backfill. G. Submit laboratory density compaction curves for each material. 1.7 TESTS A. Perform backfill material source qualification testing in accordance with requirements of Section 02320- Utility Backfill Materials. B. Perform field density tests of trench backfill representative of each 500 linear feet of trench and each one -foot of lift thickness. C. Once within pavement subgrade depth under paved areas, perform field density tests of subgrade at the frequency specified in Section 02300 — Earthwork. D. The Owner will perform his own check of field densities at random intervals at Owner's expense for passing tests. Failing tests will be charged to the Contractor. PART 2 - PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. B. Use only hand -operated tamping equipment until a minimum cover of 12 inches is obtained over pipes, conduits, and ducts. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use vibratory equipment until 5 feet of cover over pipes, conduits and ducts is obtained. Do not use vibratory equipment if adjacent structures are affected. C. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of back -fill directly against undisturbed native soil. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Back -fill Materials: Conform to classifications and product descriptions of Section 02320 - Utility Back -fill Materials. PART 3 - EXECUTION U 3.1 INSTALLATION A. Install flexible pipe to conform to the trench details shown in the Drawings. B. Install_ rigid pipe to conformm with the trench details shownn in the Drawhias. 3.2 PREPARATION , A. Establish traffic control to conform with requirements of Section 01555 — Barricades, Signs and Traffic Handling and the Drawings. B. Perform work to conform with applicable saf ty standards and regulations. Employ a trench safety s}5tem as specified it Section 02260 — Excavation Support and Protection. 01287104-Pi_nase I FOR UTILITIES 02317 - ,, 02/05 11 I C. Immediately notify the agency or company owning any existing utility life which is damaged, broken, or disturbed. Obtain approval from the Owner and agency for any repairs or relocations, either temporary or permanent. D. Remove existing pavements and structures, including sidewalks and driveways, to conform with requirements of Section 02221 - Removing Existing Pavements. E. Maintain permanent benchmarks, monumentation, and other reference points. Unless otherwise directed in writing, replace those which are damaged or destroyed. a.3 PROTECTION A. The Contractor shall locate all existing underground lines of which he has been advised, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto. Verification of location, size and burial depth of existing utilities shall be the complete responsibility of the Contractor. B. The Contractor shall protect trees, shrubs, lawns, existing structures, and other permanent objects outside of grading limits and within the grading limits as designated on the Drawings. C. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other existing structures either above or below ground; in such instances hand methods shall be employed. D. Contractor shall protect and support above -grade and below -grade utilities which are to remain. E. Contractor shall restore damaged permanent facilities to pre -construction conditions, at the Contractors expense, unless replacement or abandonment of facilities are indicated on the Drawings. F. Contractor shall implement measures to minimize erosion of trenches. Do not allow water to pond in trenches. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, recompact, and pave those areas at no additional cost to Owner. G. The Contractor is responsible for notifying pipeline and cable utility owners of his intention of crossing their utility no less than seven days prior to crossing the utility. Coordinate vertical separation requirements with the utility owners and any other special construction considerations. Notify the Engineer of required changes in the vertical profile shown on the Drawings prior to constructing these changes. � A EXCAVATION A. Perform excavation work so that pipe, conduit, and ducts can be installed to depths and alignments shown on the Drawings. Avoid disturbing surrounding ground and existing facilities and improvements. B. Perform excavation of existing sanitary sewer pipeline trench to the limits established in the Drawings. C. Determine trench excavation widths using the following schedule as related to pipe type: 0128 710-'.-Phase I Minimum Trench Maximum Trench Type Width, Feet Width, Feet Flexible Pipe O.D. + 2'-0" O.D. + 4'-0'` Rigid Pipe O.D. + 2'-0" O.D. + '-0" E--CA,ATION kND B ACKFILL. FOR UTILITIES 0213 17 - 5 In situations where benching of trench is required for lowering excavator below grade, minimum bench width should be 22'-0" to allow the excavator to make.a 90• pivot unless Contractor chooses to "walls" the excavator on a ramp into and out of the trench. D. All excavated material shall be piled in a manner that will not endanger the work or existing structures. Excess trench excavation, not used for backfrlling, shall be disposed of by Contractor, and at contractor's expense. E. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in excavating the trenches or structural excavations. F. Blastina will not be permitted on this project. G. Salvage topsoil in unpaved areas for later re -introduction into surface of trench. In park and roadside ditch areas, topsoil will be considered to be the soil above the upperniost calcium carbonate caliche layer. In rangeland and cultivated farm land, topsoil shall be considered to be the uppermost three feet of soil, or less if a calcium carbonate caliche layer is encountered at less than three-foot depth. Depth of topsoil may vary. Excavate topsoil and keep separate from other excavated soil. Excavate with smooth -lip excavator bucket if necessary to avoid intermixing with caliche and undesirable soils. Stockpile topsoil separately from other- excavated materials. H. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and pumps where depth of trench makes it uneconomical or impractical to pump from the surface elevation. Provide sufficient space between shoring cross braces to permit equipment operations and handling of forms, pipe, embedmment and backfill, and other materials. I. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. J. Shoring of Trench `galls. 1. Install Special Shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all tunes. 2. For all types of shoring, support trench walls in the pipe embedment zone througbout the installation. Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out from behind the trench wall support. I Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe einbedrnent zone in place to preclude loss of support of foundation and embedment materials. Leave rangers, walers, and braces in place as long as required to support sheeting, which has been cut off, and the trench mall in the vicinity of the pipe zone. - 4. Employ special methods for maintaining the integrity of embedment or foundation material. Before moving supports. place and connpact embedment to sufficient depths to provide protection of pipe and stability of trench walls. As supports are moved, finish placing and compacting embedment _ . If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe foundation and embedment materials by subsequent removal. Maximum E thickness of removable sheeting extending into the embedment zone shall be the equivalent of a 1-inch-thick steel plate. Fill voids left on removal of supports with connpacted bacl�rll material. 6. Wherever necessary to prevent caving, the trench shall be adequately supported as i_ f required by the Drawings and Specifications. The Contractor is entirely responsible for assuring that trenches are adequately_ supported to protect both his workmen and the public. j Q1.2$ 10"-` base 1 E iCA V .-^_TIQIN I rID B kCT<=FIL .L FOR UTILITIES 02 3l 7 - 6 K. Use of Trench Shields. When a trench shield (trench box) is used as a worker safety device, the following requirements apply: 1. Make trench excavations of sufficient Aridth to allow shield to be lifted or pulled freely, without damage to the trench sidewalls. 2. Move trench shields so that pipe, and backf-Il materials, after placement and compaction, are not damaged nor disturbed, nor the degree of compaction reduced. 3. When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. For backfill above bedding, lift the shield as each layer of backfill is placed and spread. Place and compact baclfill materials agaiist undisturbed trench walls and foundation. 4. Maintain trench shield in position to allow sampling and testing to be performed in a safe manner. 5. Contractor shall provide trench shield for Owner's tests within the trench as required in paragraph 3.11.B. 6. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the Drawings and Specifications. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the public. 3:5 HANDLING EXCAVATED MATERIALS A. Use only -excavated materials which are suitable as defined in. this Section and confoniiuig with Section 02320 - Utility Backfill Materials. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. B. When required, provide additional backfill material conforming with requirements of Section 02318 - Botrow. C. Do not place stockpiles of excess excavated materials on streets and adjacent properties. Protect excess stockpiles for use on site. Maintain site conditions in accordance with Section 01500 - Temporary Facilities and Controls. D. Protect topsoil from uiternnixing with undesirable materials. E. All surplus or unsuitable materials shall be loaded and wasted at the Contractor's expense. 3.6 GROUND WATER CONTROL A. Implement ground water control according to Section 07240 - Dexvatering. Provide a stable trench to allow installation in accordance with the Specifications. 3.7 TRENCH FOUNDATION A. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. B. Airy part of the trench excavated below grade shall be corrected by filling «rith approved inaterial and compacting thoroughly. C. If ledge rock, rock fragnments or other unvielding material is encountered in the bottom of the trench it shall be removed to a depth of six inches below grade, refilled with selected material, and thoroughly compacted. D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. J 01287104-Phase I F; CAVATIONT A14D BACKFILL FOR UTILITIES 023 17 - 7 3.8 PIPE EMBEDMENT, PLACEMENT, AND COMPACTION A. Inunediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place embedment including bedding, haunching, and initial backfill as shown on Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted Do not allow materials to free -fall from heights greater than 24 inches above top of pipe. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. D. Do not place trench shields or shoring within height of the embedment zone unless means to maintain the density of compacted embedment material are used. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and compaction of the material against undisturbed soil. E. Do not damage coatings or wrappings of pipes during backfrlling and compacting operations. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular aggregates. F. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. If necessary, hold snnall-diameter or lightweight pipe in place with sand bags or other suitable means during compaction of haunch areas and placement beside the pipe. Remove sandbags and other suitable means prior to backfilling where these itenns are located. G. Shovel in -place and compact embedment material using pneumatic tampers in restricted areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas. Compact each lift before proceeding with placement of next lift. Water tamping and water jetting are not allowed. H. For cement stabilized backfill, vibrate vrith concrete vibrator to consolidate material under haunches. Use minimum two-inch diameter vibrator, vibrate backfill continuously along entire length of pipe leaving no unconsolidated lengths or areas. If compaction is required to fill all voids with cement stabilized backfill, then hand operated tampers may be used. 3.9 TRENCH ZONE BACKFILL PLACEMENT AND COMPACTION A. Place back -fill for pipe or conduits and restore surface as soon as practicable. Leave only the nninirnurn length of trench open as necessary for construction. Maximum allowed open trench is lmuted to 200 feet unless otherwise approved by the Owner. Maximum - unrepaired pavement surface shall be limited to 4 city blocks (approximately 2,640 feet), where a "block" is taken as the maxinmum dimension of 660 feet. B. Where damage to completed pipe installation work is likely to result from v4thdrawal of sheeting. leave the sheeting in place. Cut off sheeting 1.5 feet or more above the crown of the pipe. Remove trench supports within 5 feet from the ground surface. C. Place trench zone backfill in lifts and compact by methods selected by the Contractor. a Fully compact each lift before placement of the next lift. 1. Cement Stabilized Back-fill/Lean Concrete Back -fill a. Place in depths as shown on plans. b. Use vibratory equipment to ensure placement under the haunches of the pipe. C. Backfilliig of the remaining trench depth after cement stabilized backfill_ has been placed shall not continence until the in -place cement stabilized backfill has attained a penetration resistance reading of at least 30 when measured with a soil penetrometer- according to ASTM D 15y8 and using a one -tenth 01287101-Phase 1 E-A7CAV ATIONT _^1�D BACIKFILL FOR UTILITIES 02317 - 8 02/05 square -inch needle. This equates to a penetration resistance of approximately 300 pounds per square inch. This is not a strength requirement for the cement stabilized backfill, but a measure of the degree of curing of the cement stabilized backfill. After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then compacted backfill operations may continence. The Contractor shall furnish and have on site a calibrated ASTM D 1558 soil penetrometer with one -tenth square -inch needle. The Contractor shall take no less than four penetrometer readings, equally spaced on both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each day's trench length that is planned for controlled density backfill operations. Such readings shall be taken prior to commencing backfill operations. 2. Gravel Embedment a. Place in depths as shown on plans. b. Use vibratory equipment or shovel -slicing to ensure placement under the haunches of the pipe. 3. Native Material/Borrow Material a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by trench sheep's foot or by vibratory equipment to a minimum of 95 percent of the maximum dry density determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.1.B. C. Moisture content within 2% of optimum determined according to ASTM D 698. 4. Topsoil a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by sheep's foot, by steel wheel roller or by vibrator; equipment to a minimum of 95 percent of the maximum dry density, except the top 12 inches where no paving is proposed shall be compacted to at least 90 percent of the maximum dry density, determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.1.B. C. Moisture content within 2% of optimum determined according to ASTM D 698. 5. Bedding Material a. Sand bedding shall be loosely placed in trench as shown on Dravniigs. 3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.11 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 - Utility Back -fill Materials. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting durum construction at no additional cost to Owner. C. Tests will be performed by Contractor on a nninimunm of three different samples of each material tape for plasticity characteristics, in accordance with ASTIR D 4318, and for gradation characteristics, in accordance with Tee:-101-E and Te3,-I.10-E. Additional 0 128? 1011 -Phase I E 1CA-\%ATTON AND BACK-FTL.L FOR UTILITIES 02317 - 9 classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. In -place density tests of compacted pipe foundation, embedment and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. 1. A minimum of one'test for every 500 linear feet of compacted trench zone back -fill material for each 12 inches of back -fill. 2. Density tests will. be distributed among the placement areas. Placement areas are: foundation, bedding, haunching, initial backfill and trench zone. 3. The number of tests will be increased if inspection determines that soil type or moisture content are not uniform or if compacting effort is variable and not considered sufficient to attain uniform density, as specified. 4. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to accept ance/rejection. 5. Two verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. 6. Recompacted placement will be retested at the same frequency as the first test series, including verification tests. F. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. G. Acceptability of crushed rock compaction will be determined by inspection. 3.12 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials inaccordance with requirements of Section 01576 - Waste Material Disposal END OF SECTION 02317 01287104-Phase T EX CA-VATION A_1\TD BACUILL FOR UTIL T'T IES 02317 - 10 02105 0 PART 1- GENERAL 1.1 SECTION INCLUDES SECTION 02318 BORROW A. This portion of the specifications shall consist of the removal and proper utilization of materials secured from sources obtained by the contractor and approved by the Enginieer. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specification sections apply to this section. B. Related Sections include the folloNving: 1. Section 01400 — Quality Requirements. 2. Section 02300 - Earthwork. 3. Section 02317 - Excavation and Backfill for Utilities. 4. Section 02260 - Excavation Support and Protection. 5. Section 02920 - Lawns and Grasses. 1.3 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft. ) rl ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-nucronieter) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand- Cone Method ASTM D 2487 (2000) Classification of Soils for Engnieering Purposes (Unified Soil Classification System) ASTM D 2922 (2001) Density of Soil and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTIvI D 4318 (2000) Liquid Limit. Plastic Limit, and Plasticity Inde of Soils y 01287104 130JR-RO IA' 02318 - 1 1.4 DEFINITIONS A. Refer to Section 02300 — Earthwork and Section 02317 — Excavation and Backfill for Utilities. 1.5 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for borrow soil material. PART 2 - PRODUCTS 2.1 MATERIALS A. Class A (Select Borrow): This material shall consist of sand or other suitable granular material, flee from vegetation or other objectionable matter and reasonably free from lumps of earth, and when tested by ASTM laboratory methods, shall meet the following requirements: 1. The liquid limits shall not exceed 45. 2. The plasticity index shall not be less than 4 nor more than 15. B. Class B: This material shall consist of suitable non -swelling (soils with a plasticity index less than 20) earth material such as loam, clay or other such materials that vxrill form a stable embankment. C. Topsoil: This material shall consist of approved topsoil material and shall be clean, fi-iable soil capable of supporting plant life. This material shall also be free of stones and all other debris. Topsoil for a particular location shall closely match the original topsoil removed fronn that particular location in terns of color, Atterberg Brits and texture. PART 3 - EXECUTION 3.1 METHODS OF CONSTRUCTION A_ Prior to commencing this work, all erosion control and enviromnental measures required i shall be in place. B. Use all suitable materials removed from excavation insofar as practicable. C. All complicated excavation glade work shall conform to the established alignment, grades, and cross-section required of the Contractor by the borrow pit owner. D. Contractor shall arrange for borrow fiom one of the folio« uig sources: 1. Existing borrow pit. 2. New borrow pit. 3. Surplus excavated material from a site which has all required permits. 4. Borrow from an existing playa lake. If this playa lake is located kArithin the Lubbock ETJ a cut and fill plan will be required and must be approved prior to any excavation. E. Contractor shall notify- Engineer 3 weeks prior to opening pit to permit necessary testing for approval of materials. All borrow sites shall comply with the requirements of the permit. i� 01257110=' BOPFOV�' 02.10 - o -05 F. During construction, keep borrow sources draineduisofar as practicable to permit final cross sections to be taken, when required. G. Maintain borrow sites to minimize the impact on the appearance of the natural topographic features and at no time create a potential hazard to the public. END OF SECTION 02318 0128710 BORRO 4i' 0?318 - 3 9 SECTION 02320 UTILITY BACIMLL MATERIALS PART 1 - GENERAL 1.1 SECTION INCLUDES A. This Section of the specifications covers materials related to the backfill of utilities. Included are the following: 1. "Concrete" sand. 2. Cement stabilized backfill. 3. Lean concrete backfill. 4. Native soil materials. 5. Topsoil. 6. Pea Gravel. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specifications apply to this section. B. Section 01330 — Submittal Procedures. C. Section 01400 — Quality Requirements. D. Section 02300 — Earthwork. E. Section 02317 — Excavation and Back -fill for Utilities. F. Section 02318 — Borrow. 1.3 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Utilities. 1.4 REFERENCES A. ASTM C 33 - Specification for Concrete Aggregate. B. ASTM C 40 - Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 - Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 - Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 - Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 - Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12.400 ft-lb,%ft). H. ASTM D 1140 - Test Method for Amount of Materials in Soils Finer Than No. 200 Sieve. I. ASTM D 2487 - Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 - Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). K. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit. and Plasticity Index of Soils. L. ASTM D 4643 - Method for Determination of Water (Moisture) Content of Soil by the Micro,,A-ave Oven Method. 0128 7104-Phase 1 UTILITY•{ BACKFILL MATERIALS 02320 - 1 M. TxDOT Tex-101-E -Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex-104-E -Test Method for Determination of Liquid Limit of Soils (Part 1) O. TxDOT Tex-106-E -Test Method -Methods of Calculating Plasticity Index of Soils. P. TxDOT Tex-110-E - Deternination of Particle Size Analysis of Soils. 1.5 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Subnnit test results for sainples of off -site backfill materials to comply with Paragraph 2.2, Materials Testing and Section 02318 - Borrow. D. Before stockpiling materials, submit a copy of temporary easement or approval from landowner for stockpiling back -fill material on private property. E. For each delivery of material, pro`ide a delivery ticket which includes source location. 1.6 TESTS A. Perform tests of sources for off -site baclTrll material in accordance with Paragraph 2.2 and Section 02318 - Borrow. B. Verification tests of backfill materials may be performed by the Owner, at Owner's expense; however, failing tests will be charged to the Contractor and deducted froin Contractor's progress payments. PART 2 - PROD TCTS 2.1 MATERIAL DESCRIPTIONS A. "Concrete" Sand 1. Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C33. 2. Gradation shall confonn to ASTM C136 and the followin- hints. SIENTE PERCENT PASSING 3; 8" ! 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 I 2 to 10 ... S 012871 04-Pleas ? L,TTIL .T_ T l` BACI�FITT hgr,TFP TAT S 02320 - 02105 B. Cement Stabilized Backfill 1. Cement content 2 sack mix per cubic yard. 2. Water —to -cement ratio = .6 to 0.75 with slump not to exceed three (3) inches. 3. Maximum aggregate size shall not exceed 1.5-inch diameter for backfilling pipe sizes 48 inches and greater in diameter. 4. Maximum aggregate size shall not exceed one -inch diameter for backfilling pipe sizes less than 48 inches in diameter. C. Lean Concrete Backfnll 1. Cement content 4 sack mix per cubic yard. 2. Water/ceiuent ratio = .53. D. Native Soil Material for Back -fill 1. Provide backfill material that is free of stones greater than 6 inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. E. Topsoil 1. Provide topsoil material that is free of stones greater than 1-inch, free of roots, waste, trash, debris, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. Cultivated farm land topsoil shall be fi•ee of rocks. 2. Surface should be made clear of rock and other debris before planting in accordance with Section 02920 — Lawns and Grasses. 3. Use topsoil material salvaged under Section 02317 Excavation and Back -fill for Utilities of excavated material for topsoil back -fill. This material shall be set aside to prevent nixing with other excavated material. Topsoil is only required in non -paved areas. F. Gravel Embedment 1. Gravel embedment shall be free of waste, trash, debris, organic material, unstable material, or other non -gravel matter. 2. Gravel embedment shall be graded within the following limits: SIEVE I PERCENT' 1" 0 7/8" I 0-2 '/<" 15-35 5/8" 55 to 100 3/8" 95-100 No. 10 99 - 100 G. It is the intent that materials excavated from trench or cut and cover operations be used as backfill in the same general open cut location. There is not a specification limit on liquid limit, plastic linnit or plasticity index for native materials removed from a trench and then used as backfill in that same trench. Native backfill materials shall meet the requirements of paragraph 2.1.D. )X'here material must be innported to bring a trench to grade, then the material requirements of paragraph 2.1.F.2 shall be followed. Where street flexible base is involved, the flexible base shall meet the requirements of Section 02300. L 0 128710-''.-Phase I UTILITY BA.CKFILL IVIATEPUALS 02320 - 3 Where cuttings or spoil from excavation operations have been mixed with carrier fluids that contain additives (such as those by Baroid Drilling Fluids, Cetco, Cross Tech, Federal Summit Drilling Fluids, Kem-Tron, Parchem, Polymer Drilling Systems, Wyo-Ben, and others), such cuttings or spoil shall be considered as unsuitable for backfrll and shall not be used for backfrll. Where cuttings or spoil have been minced with water only, such cuttings or spoil may be used for backfill provided the material's water content can be satisfactorily reduced to optimum and specified compaction density can be achieved. 2.2 MATERIAL TESTING A. Ensure that inateiial selected, produced and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification. Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: 1. Gradation. Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. 2. Plasticity of material passing the No. 40 sieve. 3. Los Angeles abrasion wear of material retained on the No. 4 sieve. 4. Clay lumps. 5. Lightweight pieces 6. Organic impurities C. Production Testing. Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. D. Assist the Engineer in obtaining material samples for verification testing at the source or at the production plant. E. Native material requires testing onnly when questionable material is encountered. RAPT 3 - EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. Top 3 feet of excavated material shall be used as topsoil. B. Identify off -site sources for bacldill materials at least 21 days ahead of untended use so that ,I the Engineer may obtain samples for verification testing. C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uruforn and satisfactory products, furnish materials from other approved sources. Materials nnav be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material «which. after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Enguieer. expense for sampling and 0 127101Phase I U-1 ILITi BACILFILL KA_TERI,I S 02320 - =! 02 0 y 0 testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations for practical material handling and control, and verification testing by the Engineer in advance of final placement. Obtain approval from landowner for storage of backfill material on adjacent private property. B. When stockpiling backfill material near the project site, use appropriate covers to eliminate blowing of materials into adjacent areas and prevent runoff containing sedunents from entering the drainage system. C. Cement stabilized backfill and lean concrete backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. D. Pea gravel shall be consolidated upon placement by using rodding or pneumatic vibratory methods. Shovel slicing shall be used as necessary to ensure filling of voids, filling around and under haunches of pipe and filling of spaces. 3.3 FIELD QUALITY CONTROL A. Quality Control 1. The Engineer may sample and test backfill at: a. Sources including borrow pits, production plants and Contractor's designated off -site stockpiles. b. On -site stockpiles. C. Materials placed in the Work. 2. The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate -with Owner and Engineer in allowing access to materials. END OF SECTION 02320 01257104-Phase 1 UTILITY B.ACKFILL MATERI<'?LS O-)-?o - I ASTM D 4632 Grab Breaking Load and Elongation of Geotextiles. ASTM D 4751 Determining Apparent Opening Size of a Geotextile. ASTM D 4759 Determining the Specification Conformance of Geosynthetics. ASTM D 4833 Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products. ASTM D 4873 Identification, Storage, and Handling of Geosyntlmetic Rolls. TEX 7354 Sampling Construction Fabrics. TEX 616-J Testing Construction Fabrics. PART 2 - PRODUCTS 2.1 MATERIALS A. Rock for loose rock riprap shall conform to the requirements of the U.S. Army Corps of Engineer's Lower Mississippi Valley Division standard riprap gradations under high turbulent flow. Specific weight of the stone shall be 155 lbs per cubic foot and the rock shall be placed in a 24" layer thickness. Percent Lighter By Weight Gradation Range (Pounds) Equivalent Spherical Size (Inches) 100% 200-80 16-12 50% 80-40 12-9 15% 40-10 9-6 B. Rock from designated sources shall be excavated, selected and handled as necessary to meet the quality and grading requirements of this specification. The rock shall conform to the specified grading limits when installed. C. Rock riprap shall be excavated, selected, and handled as necessary to meet the quality and grading requirements specified. Individual rock fragments shall be dense, sound and free from cracks, seanms and other defects conducive to accelerated weathering. The rock fragments shall be angular to subrounded in shape. The least dimension of an individual rock fragment shall not be less than one-third the greatest dimension of the fragment. D. Rock riprap shall have the following properties: 1. Bulk specific gravity (saturated surface -dry basis) not less than 2.5 wlmen tested in accordance vith ASTM C 127. 2. Absorption not more than two percent wlmen tested in accordance ,Mh ASTM C 127. 0128710 1-P-hase I p_IPP -kp PRr.-'TEC CTION 07371. _ 04105 1 3. Weight loss in five cycles not more than 10 percent when sodium sulfate is used or 1 ' 15 percent when magnesium sulfate is used when tested in accordance with ASTM C 88 modified as follows: a. The test sample shall not be separated into fractions. It shall consist of 5,000 +/- 300 grains of rock fragments, reasonably uniform in size and shape and v eighing approximately 100 grams each, obtained by breaking the rock and selecting fragments of the required size. LI b. After the sample has been dried, following completion of the final test cycle and washing to remove the sodium sulfate or magnesium sulfate, the loss of weight shall be determined by subtracting from the original weight, of the sample the final weight of all fragments that have not broken into three or more pieces. C. The report shall show the percentage loss of weight, list the sulfate solution used, and list the results of the qualitative examination. E. Geotextile 1. Geotextile shall conform to Texas Department of Transportation Geotextile Performance Requirements (Type 2) and shall be of type Maccaferri Mactex NM95 non -woven, or approved equal, typical equivalent sieve opening equal to 100. 2. The fabric shall be constructed exclusively of manmade thermoplastic fibers; shall be a non -woven geotextile fabric, and shall form a mat of uniform quality. 3. Fabric fibers may be continuous and oriented in a random pattern throughout the fabric. 4. The fabric shall be mildew resistant, rot -proof and shall be satisfactory for use in a wet soil and aggregate environment. 5. Packaging Requirements a. The fabric shall be packaged in rolls of the length and width specified. b. The fabric itself shall be uniformly wound onto suitable cylindrical forms or cores to aid in handling and unrolling. C. Each roll of fabric and the forni or core upon which it is rolled shall be packaged individually in a suitable sheath, wrapper or container to help protect the geotextile from damage due to ultraviolet light and moisture during normal storage and handling. 6. Tagging or Labeling a. Each roll shall be identified by a tag or label securely affixed to the outside of the roll on one end. This tag or label must list the following required information (examples of each are shown in parentheses): 1) A unique roll number, serially designated (Roll No. 31275). 2) Manufacturer's lot number or control numbers, if any (Lot 290, control 6750). 3) Name of fabric manufacturer (Afghan Fabrics). 4) Date of Manufacture (Jan. 16, 1987). 5) Brand name of the product ("Fabriweld"). 6) Manufacturer's style or catalog designation of the fabric, if any (" 300-X"). 7) Roll width in millimeters (inches) (Width — 3810 millimeters [150 inches] ). 8) Roll length in meters (yards) (Length — 91 meters (100 yards]). 9) Gross weight in kilograms (pounds) of entire package which is to include fabric core, wrapping and sheath or container identification tagy, etc. (Gross — 67.00 kilograms [147 pounds]). 012 87101-Phase 1 RIPRAP PROTECTIOl',? 02 371 - 3 10) Tare weight in kilograms (pounds) of core, wrapping, sheath or container identification tag, etc. (Tare — 8.20 kilograms [ 18 pounds]). 11) Net weight in kilograms (pounds) of fabric alone (Net Weight — 59.0 kilograms [129 pounds]). F. Bedding shall be obtained from the designated sources and shall be selected to meet the quality and grading requirements of this specification. G. At least 30 days prior to changing source of approved rock riprap, the Contractor shall notify the Engineer in writing of the new sources from which be intends to obtain the material. The Contractor shall subnnit the gradation, tests and source name and location required in paragraph 1.3 and receive Engineer's approval prior to delivery of any material from the new source. Failure to obtain approval will result in rejection of the source and any material delivered. PART 3 - EXECUTION 3.1 SUBGRADE PREPARATION A. The subgrade surfaces on which the riprap and filter fabric are to be placed shall be cut or filled and graded to the lines and grades shown on the drawings. When fill to subgrade lines is required, it shall consist of approved materials and shall conform to the requirements of the specified class of fill. Subgrade shall be compacted to 95% density, according to ASTM D698, for a depth of six inches. B. Riprap shall not be placed until the foundation preparation is completed and the subgrade surfaces have been inspected and approved by the Engineer. 3? ROCK RIPRAP SAMPLE A. Prior to delivery of rock riprap for incorporation into the proposed works of improvement, the Contractor shall provide a sample load of rock weighing at least ten tons from the rock source and in the gradation specified. This rock sample shall be deposited on the construction or stockpile site at a location designated by the Engineer, and maintained at - this location until the Engineer releases it for inclusion into construction. This sample shall j be used as a source of reference for judging the gradation of the riprap being delivered to the project. Any difference of opinion between the Engineer and the Contractor concerning gradation of the riprap being delivered to the project shall be resolved by dumping and checking the gradation of one random truck load of riprap. In the event such additional checking procedure becomes necessary, the mechanical equipment, preparation of a sorting site, and labor needed to prove thegradation by weighing shall be provided by the T Contractor at no additional compensation. If, at the time the rock is delivered to the ; construction site, separation or segregation of the smaller rock fraction from the larger rock fraction has occurred, the rock shall be reworked as necessary to insure a reasonably uniform distribution of the various rock sizes prior to placement of the rock. Due care shall } be exercised during this reworking operation (if required) to prevent inclusion of earth or other undesirable materials in the riprap. Near the end of the placement of rock riprap on the project, the sample load of rock may be incorporated into the proposed works of improvement at the riprap locations indicated once the Engineer has released it. Due care � } if shall be exercised to prevent the inclusion of earth or other undesirable materials in the riprap. i 01287104-Please I RIPR-" P PROTFCTTOI,,? 02 371 - 4 04/0- 3.3 - EQUIPMENT -PLACED ROCK RIPRAP A. The rock shall be placed by equipment on the surfaces and to the depths specified. The riprap shall be constructed to the full course thickness in one operation and in such a manner as to avoid serious displacement of the underlying materials. The rock shall be delivered and placed in a manner that will insure that the riprap in place shall be reasonably homogeneous with the larger rocks uniformly distributed and firmly in contact one to another with the smaller rocks and spalls filling the voids between the larger rocks. B. Riprap shall be placed in a manner to prevent damage to structures. Hand placing urill be required to the extent necessary to prevent damage to the permanent works and achieve uniform distribution of the rock's gradation. C. Riprap shall be placed in such a manner that the underlying geotextile is not punctured or otherwise damaged or displaced. D. The uppermost surface of the riprap layer will be comprised mostly of the largest, heaviest rock to discourage vandalism associated with the smaller, hand -movable rock. 3.4 HAND -PLACED RIPRAP A. The rock shall be placed by hand on the surfaces and to the depths specified. It shall be securely bedded with the larger rocks firmly in contact one to another. Spaces between the larger rocks shall be filled with smaller rocks and spalls. Smaller rocks shall not be grouped as a substitute for larger rock. Flat slab rock shall be laid on edge. B. Hand -placed riprap shall be placed in such a manner that the underlying geotextile is not punctured or otherwise damaged or displaced. C. The uppennost surface of the riprap layer will be comprised mostly of the largest, heaviest rock to discourage vandalism associated with the smaller, hand -movable rock. 3.5 GEOTEXTILE A. )Vhere the drawings specify geotextile, the filter material shall be spread uniformly on the prepared subgrade surfaces. B. Sampling and Testing Requirements 1. Samples for testing purposes shall be taken in accordance with Test Method "Tex-735-I, Sampling Construction Fabrics." 2. Testing shall be in accordance with the appropriate ASTM or Test Method "Tex-616-J, Testing Construction Fabrics." C. Basis for Rejection 1. Should any individual sample selected at random from 100 rolls, or fraction thereof, fail to meet any specification requirement, then that roll shall be rejected and two (2) additional samples shall be taken, one (1) from each of two (2) other additional rolls selected at random from the same 100-roll lot, or fraction thereof. 2. If either of these two (2) additional samples fail to comply with any portion of the specification, then the entire quantity of rolls represented by that sample shall be rejected. D. Installation 1. Subgrade Preparation: The surface underlying the geotextile shall be smooth and free of ruts or protrusions which could damage the geotextile. Subgrade materials and compaction requirements shall be in accordance with Section 02300 - Earthwork. 01_o ,10--Phase I RIPRAP PP. �°'' ' OTECTI0N 02371 - 2. Placement: The Contractor shall request the presence of the Engineer during handling and installation. Geotextile rolls which are damaged or contain imperfections shall be repaired or replaced as directed. The geotextile shall be laid flat and smooth so that it is in direct contact with the subd ade. The geotextile shall also be free of tensile stresses, folds, and wrinkles. On slopes greater than 5 horizontal on 1 vertical, the geotextile shall be laid with the machine direction of the fabric parallel to the slope direction. 3. Geotextile panels shall be continuously overlapped a minimum of 12 inches. Where it is required that seams be oriented across the slope, the upper panel shall be lapped over the lower panel. The Contractor has the option of field sewing instead of overlapping. 4. All filter cloth/concrete interfaces shall be made secure with adhesive. The adhesive shall not be injurious to either the concrete surface or the geotextile, and shall be continuous throughout the interface both horizontally and vertically. 5. Seams shall be continuously sewn at the locations shown on the drawings. A flat seam with one row of a two -thread chain stitch shall be used unless otherwise reconnnended by the manufacturer. The minimum distance from the geotextile edge to the stitch line nearest to that edge shall be 3 inches unless otherwise recommended by the manufacturer. Quality assurance samples shall be taken at the request of the Engineer. The thread at the end of each seam run shall be tied off to prevent unraveling. Seams shall be on the top side of the geotextile to allow inspection. Slipped stitches or discontinuities shall be sewn with an extra line of stitching with a minimum of 18 inches of overlap. 6. The geotextile shall be protected during installation from clogging, tears, and other damage. Damaged geotextile shall be repaired or replaced as directed. Adequate ballast (e.g. sand bags) shall be used to prevent uplift by wind. The geotextile shall not be left uncovered for more than 14 days during installation. 7. Geotextile damaged during installation shall be repaired by placing a patch of the same type of geotextile which extends a minimum of 12 inches beyond the edge of the damage or defect. Patches shall be continuously fastened using a sewn seam or other approved method. The machine direction of the patch shall be aligned with the machine direction of the geotextile being repaired. Geotextile which cannot be repaired shall be replaced. 8. Geotextile shall not be covered prior to approval by the Engineer. The Contractor shall request the presence of the Engineer during covering of the geotextile. On side slopes, riprap shall be placed from the bottom of the slope upward. No equipment shall be operated directly on top of the geotextile. Low ground pressure vehicles (all terrain vehicles (ATVs)) may be operated directly on top of the geotextile if approved by the Engineer. If ATVs are allowed to operate on top of the geotextile, they shall move at a rate of speed not exceeding 8 kni,%our, travel in straight lines or large arcs, not start or brake abruptly, and not turn sharply. Refueling of ATVs shall not be performed on top of the geotextile. 3.6 TESTING A. The Contractor will perfornn such tests as deemed necessary to verify that the riprap, filter, and bedding materials and the completed work meet the requirements of the specifications. t_ The Owner may perform confirmation tests. These confirmation tests are not intended to provide the Contractor with the information he needs to assure that the materials and workmanship meet the requirements of the specifications. and their performance will not relieve the Contractor of the responsibility of performing his own tests for that purpose. 0128710—," Phase 1 RIPP-kP PROTECTION 02371 - 6 041105 The Contractor shall provide access to the materials so that the Owner may take samples for testinlo, purposes. END OF SECTION 02371 0 12 8 7104-Pba se I RIPR,A-P PROTECTION 02371 - 7 SECTION 02470 TRAFFIC SIGNAL, SYSTEMS PART 1- GENERAL 1.1 SUMMARY A. This Section includes the following I Traffic Signal Assemblies 2. Loop Detector Assemblies 3. OPTICOM Installation 4. VIVDS Installation 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections, apply to this Section. B. Section 1400 - Quality Requirements. j C. Section 02317 - Excavation and Baclfill for Utilities D. Section 03300 - Cast in Place Concrete 1.3 DEFINITIONS A. TXDOT - Texas Department of Transportation "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" 2004. 1.4 REFERENCES TXDOT Item 680 Installation of Highway Traffic Signals TXDOT Item 682 Vehicle and Pedestrian Signal Heads TXDOT Item 684 Traffic Signal Cables TXDOT Item 686 Traffic Signal Pole Assemblies TXDOT Item 687 Pedestal Pole Assemblies t TXDOT Item 656 Foundations for Traffic Control Assemblies 1.5 SUBMITTALS A. Product Data 1. For each type of product indicated. Include technical data and tested physical and performance properties, B. Qualification Data 1. Submit qualifications of product manufacturers 1.6 QUALITY ASSURANCE A. Installer Qualifications: Installer for various elements of traffic signal systems shall be experienced in the successful installation of traffic signal systems. 01287104 TRAFFIC SIGI\TAL SYSTEI\ZS 02470 - 1 1.7 DELIVERY STORAGE AND HANDLING A. Protect materials from damage during delivery, storage, and after installation until accepted by the Owner. PART 2 - PRODUCTS 2.1 Traffic Signal Poles, Masts, Foundations, Wiring, Loop Detectors and Ground Boxes A. In accordance with applicable TxDOT specifications and standard drawings. 2.2 12" Signal Heads and Back Plates (Louvered) A General Each traffic signal shall consist of one or more signal faces arranged in suitable mounting framework as specified elsewhere. Each signal face shall consist of one or more signal sections each of such design and construction as to fit rigidly and securely together, in conformance with the latest ITE Specifications, to present a clean, pleasing appearance and to prevent the entrance of dirt or moisture. B. Section Housing The housing of each section shall be a one piece corrosion resistant aluminum alloy die casting complete with integrally cast top, bottom and sides. The die cast aluminum housing, door and reflector ring if provided shall meet the minimum requirements of the _s American Standards Association. C. Housing Door The housing door of each signal section shall be a 1-piece corrosion resistant aluminum die Two hinge lugs shall be cast on the left of each door an jaws shall be cast on F= casting. 5 5 o d latch the right side of each door. The door shall be attached to the housing by means of two 18-8 1- type 304 Stainless Steel hinge pins. A corrosion resistant 18-8 type 304 Stainless Steel latch screw and wing nut on the right side of the housing shall provide for opening and closing the signal door without the use of any tools. A gasket groove on the inside of the door shall accomunodate a weatherproof and mildew proof air cored resilient neoprene 1 gasket, which, when the door is closed, shall seal against a raised bead on housing, making a positive weather proof and dust proof seal. The outer face of the door- shall have 4-tapped holes equally spaced about the circumference of the lens opening with 4 18-8 type 304 Stainless Steel truss head screws to accommodate the signal visor. D. Optical System 1. Lens (glass) The lens shall be standard Red, Yellow, Green, for 3-section and with additional Yellow, Arrow, Green Arrow for 5-section Traffic Si gnnal Section .The lens shall_ conform to the specifications of the ITE Standards, (ITE Technical Report No. 1) and American Standards Association, D 10.1-1951 UDC-65 6.054where applicable. The lens shall fit into a specially designed 1 piece slotted air cored neoprene lens gasket designed to fit the housing door in such a mariner so as to exclude moisture, dust and road film. The lens and gasket shall be secured to the door with 4 aluminum lens clips. The lens gasket shall be provided with an open slot extending completely around the circumference of the gasket to accommodate the lens clips in such a manner that the lens may be easily rotated and aligned without removing the lens, gasket or clips. i 01287104 TRAFFIC SIGNAL SYSTEIAS 02=',70 - 2 0410 e 2. Reflector The reflector shall be a one piece parabolic second surfaced silvered glass or a specular Alzakalun.inum reflector. All reflectors shall conform to the standards of the ITE technical report No, 1. The reflector shall have an opening in the back to accommodate the lamp and lamp holder. 3. Lamp Holder The lamp holder shall have a heat, moisture and weatherproof molded phenolic housing or high temperature nylon and be designed to accommodate all standard 135watt, 3" LCL traffic signal lamps and to automatically position the filament of the lamp at the exact focal point of the reflector so that an accurate focus will always be obtained. The lamp holder shall be designed so that it can be easily rotated and positively positioned, without the use of any tools, and provide proper lamp filament orientation without affecting the lamp focus. The inner brass screw of the lamp holder shall have a lamp grip to prevent the lamp from working loose due to vibration. 4. Reflector Ring The reflector and lamp holder shall be held in place in a die cast aluminum reflector ring by means of a cadmium plated spring -wire bail. Reflector ring and complete reflector and socket assembly shall be pivoted between two stainless steel pins in such a manner that it can be swung open for ease in servicing the signal without the use of any tools. The reflector, reflector ring, lamp holder and spring -wire bail shall be designed so that they may be moved or replaced either individually or as a complete unit without the use of any tools. E. Wiring Each socket shall be provided with 2 leads with spade type terminals. The leads shall be #18-AVJG Type TEW 600 volt AWM Fixture Wire with 2 64-1050 centigrade thermoplastic insulation. The leads shall be color section center contact. Each complete signal section shall be provided with a teinninal board. Terminal boards shall be placed in the red section unless otherwise specified. The terminal board shall be 6-position, 12-ternninal barrier type strip. Signal Head shall be wired accordin- to ITE standards. F. Visors Visors shall be 12" tunnel type. Visors shall be blaned, formed and welded from 0.040 3003-H16 aluminum alloy and shall have twist -on' attaching ears to facilitate installation. The visor shall be constructed in such a manner that it can be installed or removed from the signal head without removing the attaching screws. The axis of the visors shall deviate not more than 70 nor less than 71/20 downward from. the horizontal. Visors of special length or design shall be furnished when specified. G. Gaskets 1. Door A neoprene hollow cored door gasket shall provide positive seal between the door and signal housing. 2. Lens Gasket A special 1-piece slotted air cored neoprene lens gasket shall provide positive seals between the lens and signal door and between the lens and reflector rung. 3. Reflector Gasket A neoprene "J" section reflector gasket shall provide a cusl.ion and positive seal between the reflector- and reflector rung. 01287104 TRAFFIC SIGNAL. SYSTEM" 02470 - 3 4. Lamp Holder Gasket A soft fiber socket gasket shall provide a cushion and positive seal between the reflector and lamp holder. H. Painting 1. General (housing -yellow, visor and door -black) All surfaces inside and out of the signal housing, door and visors shall be finished i with 3-coats of best quality infra -red oven baked paint before assembly or powder painted process. The stainless steel latching device shall "not" be painted. 2. Coats a. First First coat - primer; shall be Epon, Oxide baking primer and shall meet and/or exceed the performance specification of Federal Specification TT-P-636. b. Second Second coat - grey enamel; shall be medium grey Alkyd Urea exterior baking enamel and shall comply with Federal Specification TT-E-489b. C. Third Third coat - black enamel; shall be Traffic Signal black alkyd urea exterior baking enamel. The third coat on the inside of the visors and door shall be an Alyd Urea Black Synthetic Baking enamel, with minimum gloss reflection and shall meet the performance requirements of MIL-E-5567 Enamel Heat Resisting Glyveyl Plugged, Type 4, Instrument Black. The housing shall be highway Yellow. Back plates 1. Material a. Back plate shall be made from Alodine Aluminum. b. Back plate shall have a minimum thickness of 0.088 inch. 2. Fabrication a. Back plate shall be one piece. b. Back plate shall be designed to fit each manufacturers signal and be contoured to the signal head to eliminate gaps between the back plate and signal housing and to allow for attaching the signal head. C. Back plate shall provide a 5 5/8" border beyond both sides, top and bottom of the signal and shall have 1 1/4" coiner radius unless otherwise specified on the typical drawings. d. The finished back plate shall be painted flat black and pre -drilled to fit the signal for which it is designed or shall contain drill starts for field drilling. e. Louvers shall be a 2- 4 inch slot. A typical 3section head shall have 20 louvers top and bottom and 6 louvers per side equally spaced. A typical 5 section head shall have 6 louvers per side with 25 louvers per top and bottom. 3. Hardware a. Each back plate shall be provided with all necessary bolts, nuts and washers E for attaching to the signal head. b. All hardware shall have a permanent black finish. C. \When mounted on bosses provided on the signal head self -tapping screws shall be provided along with applicable washers. When mounting by drilling I through the signal body the proper quantity of the following shall be provided. 8-32 X 3/4" Pan Head Scre«-, -10 Flat washer, 1" Fender washer Hex Head. Nylon insert, Lock Nut 01287104 TRAFFIC SIGN?,,? SYSTEMS 024 70 - 4 f.. I J. Misc. Fittings and Parts All exposed screws and fasteners shall be 18-8 Type 304 Stainless Steel. ° All interior screws, fasteners and metal parts shall be Stainless Steel, non-ferrous and non -corrodible materials, or if ferrous materials are used they shall be protected against corrosion by cadnniurn plating. All plating shall meet the nninimum requirements of Federal Specification QQ-P-416 Type 11, Class A. K. Special Requirement and Guarantee Each manufacturer shall include in their proposal all warrants and/or guarantees with respect to materials, parts, workmanship and performance of their product. A minimum guarantee of 2-years shall be provided. 2.3 OPTICOM DEVICE, VIVDS CAMERA AND CONTROLLER A. Provided by the City of Lubbock. PART 3 - EXECUT ON 3.1 Traffic Signal Poles, Masts, Foundations, Wiring, Loop Detectors and Ground Boxes A. Install in accordance with applicable TxDOT specifications and standard drawings. Coordinate all work with the City of Lubbock Traffic Engineering Department. 3.2 12" Signal Heads and Back Plates (Louvered) A. Install in accordance with applicable TxDOT specifications and standard drawings. Coordinate all work with the City of Lubbock Traffic Engineering Department. 3.3 OPTICOM DEVICE AND VIVDS CAMERA A. Install in accordance with applicable TxDOT specifications and standard drawings. Coordinate all work with the City of Lubbock Traffic Engineering Department. 3.4 CONTROLLER AND CABINET A. Foundation to be installed by the Contractor. Coordinate conduit and wiring to the controller with the City of Lubbock Traffic Engineering Department. B. Controller and Cabinet to be installed by the Owner. 3.5 TESTING A. Testing to be performed by the Owner. The Contractor shall make repairs or adjustments to Contractor's installations as necessary. END OF SECTION 0128 7104 TR-,FFIC SIGNAL SYSTEMS 02470 - A. As soon as practicable after laying and jointing of the pipe, the completion of bedding, and the completion of structures, the trench shall be backfilled in accordance with ASTM A 798 and/or with the trench backfill detail in the plans. B. Install native backfill at sides and over top of pipe. Provide top cover to rnirumurn compacted thickness of 24-inches. C. The material shall be thoroughly consolidated and shovel sliced to eliminate voids near the pipe. 3.4 CLEANING AND RESTORATION OF SITE A. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt and rubbish fi-om the site. Surplus dirt may be deposited in shoulders or as ordered by the Owner. B. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear and in good condition. C. Perforniance of the cleaning and restoration work described herein is not payable directly but shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the pipe 3.5 ERECTION TOLERANCES A. Lay pipe to alignment and slope gradients noted on drawings; with maximum variation from true slope of 1/2-inch. B. Maximum Offset of Pipe From True Alignment: 6 inches. C. Maximum Variation in Profile of Structure From Intended Position: 0.2 percent. 3.6 FIELD QUALITY CONTROL A. Section 01400 - Quality Control: Field inspection and testing. B. Request inspection prior to and immediately after placing cover over pipe. C. Compaction testing grill be performed in accordance with ASTM D698. D. If tests indicate Work does not meet specified requirements, remove Work, replace and retest. E. Frequency of Tests: Two densities per single barrel culvert, four densities per double barrel culvert. 3.7 PROTECTION A. Protect culvert and bedd na fiom damage or displacement until back -filling operation is in progress. END OF SECTION 012) 87104-Phase I BO `1- CULVERTS 01 "o? ' 02631 - 4' C SECTION 02632 CAST -IN -PLACE HEADNVALLS AND WINGWALLS PART 1- GENERAL 1.1 SECTION INCLUDES A. Cast -in -place headwalls and wingwalls for storm sewers. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specification sections apply to this section. B. Section 03300 — Cast-il-Place Concrete 13 REFERENCES A. ASTM C 270 - Specification for Mortar for Unit Masonry. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 - Subnmittal Procedures. B. Subunit shop drawings for approval of design and construction details for cast -in -place units which differ fiom units shown on Drawings. PART 2-PRODUCTS 2.1 MATERIALS A. Concrete: Conform to Section 03300 — Cast -in -Place Concrete, unless otherwise indicated on drawings. Provide color conditioned concrete where indicated on &-awiner B. Reinforcing Steel: Conform to requirements of Section 03300 — Cast -in -Place Concrete. C. Mortar: Conform to requirements of ASTM C 270, Type S using Portland cement. PART 3-EXECUTION 3.1 EXAMINATION A. Verify lures and grades are correct. B. Verify compacted subgrade will support loads imposed by inlets. 3.2 INSTALLATION A. Construct inlets, headwalls, and wing«xalls complete in place to the dimensions, lines and grades as shwNnn on drawings. B. Excavate in accordance with requirements of Section 02317 - Excavation and Bacl<fn11_ for Utilities. a 012071041-Phase I CAST-D-I-PLACE HEADWALLS A3\0 WD\TGW^T LS 02632 - I PART 2 - NIATERIALS 2.1 GENERAL A. All pipe, fittings, and valves shall be ne-%v and of the best quality in material and workmanship. B. All pipe, fittings, and valves shall conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61. C. In areas where natural gas lines exist, and are cathodically protected by means of impressed current, only electrically non-conductive pipe shall be allowed. 2.2 POLYVINYL CHLORIDE (PVC) PIPE A. PVC pipe 12-inches and smaller shall be AWNVA C-900, Class 150 (DR 18). B. PVC pipe 14-inches and larger shall be AWWA C905, Class 165 (DR25). The outside diameter of the PVC pipe shall be cast iron equivalent. C. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. Gaskets shall conform to ASTM F477. The nominal joint length shall be 20 feet. D. AWWA C900 and C905 pipe shall be marked as prescribed by AWWA standards including nominal site, dimension, ratio, AWWA pressure class, manufacturer's name and code, and seal of testing agency that verified the suitability of the pipe material for potable water service. E. Pipe shall meet all additional test requirements as described in AWWA C900 or C905, as applicable. F. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 2.3 CONCRETE PRESSURE PIPE A. Pretensioned Concrete Cylinder Pipe (PCCP) shall be manufactured in accordance with the latest revision of AWNVA C-303. B. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 p.s.i. longitudinally and helically. C. The joints of the pretensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303. D. A portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pretensioned concrete cylinder pipe. Portland cement used in the mortar shall conform to "Standard Specifications and Tests for Portland Cement," ASTM C150 and C7 7. Sand for the mortar shall conform to ASTM C33-52T for fine aggregate. The exterior jourts onpretensioned concrete cylinder pipe shall be poured with a heavy duty diaper. The width of the diaper shall be nine (9) inches. The band shall be provided with 3/8 inch x 0.20 steel straps on each side. 2.4 DUCTILE IRON PIPE FITTINGS A. General - Pipe fittings shall be of a type and design especially suitable for use t"rith the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. All ductile iron fittings shall have an external- bituminous coating and shall be cement -lined in accordance with ANV�A C104. 012871 0=�-Phrase I WATER WOR1 S P1P11\,TG, .,_h r �jE� .^_l`TD FITTINGS 02665 - 2 0 `5 2.5 2.6 Where flanged fittings are used the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. All flanged fittings shall be faced and drilled in accordance with the standard chilling for ANSI B 16.1 Class 125 flanges rated for at least 250 psi working pressure. Bolts for flanged joints shall be of the length and diameter required by the ANSI Specification. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads. Suitable 1/8" thick rubber ring gaskets shall be provided for all flanged joints. B. Ductile iron fittings shall conform to AWWA C 110. In general, flanged fittings shall be used on all exposed piping and all other fittings shall be mechanical j oint or push -on joint unless otherwise specified or shown on the Drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. All ductile iron fittings shall be cast fi orn the same quality of metal used in casting the ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for the ductile iron pipe. FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS Flanged coupling adapters and flexible couplings shall be provided at the locations shown on the Drawings and at other locations required for installation of the piping system. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy coated steel construction shall be used for all couplings. All bolts, nuts and washers shall be stainless steel. STEEL CASING Steel casing pipe shall be new welded steel pipe, manufactured in the United States, with a minunum yield strength of 35,000 psi meeting ASTM A 139 Grade B or A252 Grade 2. The exterior of the casing pipe shall have a bituminous coating. Casing wall thickness for installation shall be in accordance with the following: Location Diameter Minimum Wall Thickness Highway and Street 24" and Crossings smaller 0.250" 26" or larger 0.312" Railroad Crossings tluu 18" 0.250" 20" thru 26" 0.375" 28" and above 0.300" 01287104-Phase I N�7ATEP WORKS PIPING. VALVES AND FITTMIGS 02665 - 3 2.7 VALVES A. General - Valves that are 12-inch and smaller shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. Valves greater than 12-inches shall be butterfly valves unless otherwise noted on the plans or specified herein. B. Gate Valves - All gate valves shall be resilient seat or double disk parallel seat, iron body, bronze mounted throughout and shall meet all requirements of AWWA C 509. The valves shall be of the type of joint used in the piping. All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two-inch operating nut when valves are buried and shall be fiu7nished with hand wheels when exposed. Gate valves shall be fiu-nished with O-ring stein packing. All gate valves shall be designed to withstand a working pressure of 200 psi unless otherwise noted. Gate valves shall be Mueller, M&H, Darling, or Clow. All parts for valves furnished must be standard and completely interchangable with valves of the same brand. Successful bidder to fiunish to the Owner, upon request, a letter stating the type of valves to be installed and a letter from the manufacturer stating that the parts are standared and interchangable. C. Butterfly Valves All butterfly valves shall be of the rubber -seated tight -closing type. They shall meet or exceed AWWA standard C504 for Class 150-B, latest revision. All valves shall be NSF approved. Both ends of valve shall be "MY' per AWWA C 111. "MY' accessories must be supplied by valve manufacturer. Valve operator shall be of the sworn gear or travelling -nut type, sealed, gasketed, and lubricated for underground service, and shall be designed to operate at maximum torque with a maximum pull of 80 pounds. It shall be capable of lAithstanding an overload input torque of 450 ft. lb at full open or full -closed position A4thout damage to the valve or valve operator. Valve shall be capable of easy closure by one man using standard valve key. All valves shall open left (clockwise to close) and be equipped with 2" operating nut, a locking device, position indicator, and hand «heel. The valves shall be designed for positive stop in the closed position. The design water pressure differential shall be 150 psi upstream and 0 psi downstream. All tests required by Section 5 of AWWA C504 shall be performed and the manufacturer shall finnish certified copies of the reports covering these tests. All butterfly valves are to be installed in a concrete vault and shall be painted with heavy-duty machinery paint with the color and type to be approved by the Engineer. D. Valve Boxes and Extension Stenns - Extension stems, shall be furnished on buried valves where the top of the operating nut is more than 36-inches belo-,A, finished grade. Top of the extension stem shall not be more than 9-inches below the top of the valve box. All valve boxes for butterfly valves shall be precast concrete vaults manufactured by Vaughn Concrete Products, or approved equal. The valve boxes shall be constructed with the dimensions as shovai on the plans. The valve box cover opening shall be centered over operating nut. Manhole frames and covers shall be East Jordon Iron Works No. 2040. with a mini nnuin Nweisht of 275 pounds and a Type 5 pick: bar, and shall conform to the requiremments of ASTIR A 48. The i 01287104-Phase 1 WATER -\�IOPKS PIPING. VALVES AND FITT71 ,JGS 02665 - 4 01 0j B frame and cover shall be designed with a full bearing rings so as to provide a continuous seat between frame and cover. The cover shall include lettering "City of Lubbock, Texas Water." Buried valves shall be provided with cast iron valve boxes. The boxes shall be designed to fit over a section of 6-inch C900 PVC riser pipe which will be used as an extension from the top of the valve to within 8-inches of the ground surface. The box shall have a heavy cast iron cover marked " Water". The box shall have a flange type base, with the base being approximately 4 inches larger in diameter than the outside diameter of the barrel of the box. The necessary length of 6-inch C900 PVC riser pipe required for the extension shall be considered as a part of the box. Valve boxes shall be East Jordon Iron Works No. 8453, or approved equal. E. Fabricated Cast Iron Tapping Sleeves for use on 4" t1wough 12" pipe. 1. General: The manufacturer of the tapping sleeves shall be experienced in their design and construction and shall have given successful service for a period of at least five (5) years. 2. Service: The tapping sleeves will be installed on the following types of pipe (1) cast iron (2) ductile iron (3) asbestos cement (4) C900 PVC, the operating pressure for all four types of water pipe is 150 psi. 3. Material: The tapping sleeves shall be cast iron, mechanical joint and conform to the latest revision of ASTM Standard Designations. The tapping sleeve shall withstand a working pressure of 200 psi. 4. Gaskets: The gaskets shall be duck tipped and shall be totally resistant to cold flow and creep. F. Fabricated Steel Tapping Sleeves for use on 14" through 20" Pipe. 1. General: The manufacturer of the tapping sleeves shall be experienced in their design and construction, shall be regularly engaged in their manufacture, and shall have produced tapping sleeves of the sizes specified herein which have given successful service for a period of at least five (5) years. Materials used in the manufacture of these tapping sleeves and the accessories shall be new and shall conform to the latest applicable standards of the American Society for Testing and Materials. 2 Service: The tapping sleeves will be installed on the following types of pipe (1) cast iron (2) ductile iron (3) asbestos cement pipe (4) C905 PVC pipe. The operating pressure for all three types of water pipe is 150 psi. 3. Material: All steel plate used in fabrication of the tapping sleeves shall confonn to ASTM A-36 or A-285, Grade C. 4. Flanges: Flanges shall be fabricated from steel plate, and all dimensions shall conform to AV'WA Standard C-207 "Steel Pipe Flanges," Class D. Flanges shall be machined to a flat face with finish of 250 nucro-inches or machined to a flat surface -Mth a serrated finish in accordance with ANVWA Standard C-207 "Steel Pipe Flanges." In addition, the machined face shall also be recessed for tapping valves in accordance with the M.S Standard SP-60, 5. Gaskets: Gaskets shall be compounded from new materials, and the shape of cross-section of gasket shall provide adequate seal for the design pressure. Gaskets will be shop glued to the groove provided in the body section. 6. Fasteners: Bolts and hex nuts shall be stainless steel, Usalloy, Dresserloy, Carten or an approved equal for corrosion control. 7. Testinc, Outlet: A 4" NPT by welded coupling shall be attached to the outlet nozzle of each tapping sleeve assembly complete with a 3i4" square head pipe plug. 01287104-Please I WATER WORKS PIPING, VALVES ANTI) FITTnlIGS 02665 - 5 8. Painting: All surfaces of the saddle shall be clean, dry, and flee from grease and dirt before painting. All surfaces of tapping sleeve except face of flanges, bolts and nuts, shall be given a shop coat of a Nio-part thermosetting epoxy, faces of flanges shall be shop coated with a rust preventive compound, such as Dearborn chemical "No-OX-ID", Houghton "Rust -Veto 344," or Rust-Oleurn"R 9". Bolts and nuts shall be slopped bare, no paint or protective coating. 9. Certification: The manufacturer shall furnish a sworn statement that the inspection and all the specified tests have been made and the results thereof comply with the requirements of the applicable standard(s) herein specified. A copy of the certification shall be sent to the Engineer, City of Lubbock Water Utilities Department. 2.8 FIRE HYDRANTS Fire hydrants shall be standard AW-A A C-502 hydrants, iron body, bronze mounted throughout uicluding drain seat rung; and shall be designed for a working pressure of 150 pounds per square inch. The fire hydrants shall be the traffic model type and shall have a 5-1/4" valve opening, two 2-1/2 inch hose nozzles and one 4-inch steamer nozzle, with 4 threads per inch and a crest to crest dimension of 4.995 inches. The hydrants shall be for 6-inch mains and shall have a M.J. Connection, and shall be for 4-1/2 foot bury unless othervvise shown on plans. The hydrants shall be Clove Medallion, American Darling model 13-84-13, Dresser style 129-09 or Mueller Centurion. Operating nuts shall be 1-1/2 inch pentagons measured to a point. The hydrants shall be painted orange. 2.9 POLYETHYLENE WRAP All buried valves and fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D 1248. The polyethylene material shall have a minimum thickness of 8 mil. The wrap shall be secured by 2-inch duct tape. 2.10 CONCRETE Concrete shall be used for blocking the pipe and fittings and shall conform to the concrete specifications as set forth in the Section 03300 Cast -In -Place Concrete, except a minimum compressive strength of 2,800 psi will be acceptable. PART 3 - EXFCUTIOI 3.1 PIPE INSTALLATION - WATER LINES All pipe and accessories shall be unloaded, handled; laid, jointed, tested for defects and for leakage and disinfected in the manner herein specified. 3.2 INSPECTION The pipe, fittings, valves. and accessories shall be inspected upon deliver-y and during the progress ofthe work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPOItiTSSILIT�' FOR MATERL4LS 0128 710.5-Phase I � '.^-_TER VAJOPKS PIPING. ,7 AL-VES AND FITTINGS 04! /05 r, 02665 - e The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dn-t, sand, mud and other foreign matter. 3.5 ALIGNMENT AND GRADE All pipe shall be laid and maintained to the lines and grades sho Arm on the plans or as established on the ground by the Engineer. . Contractor shall verify horizontal and vertical locations of items critical to the alignment and grade of the proposed water line. Confurn compliance with the Drawings and Specifications. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or -,,.,here vertical or horizontal curves are shown or pernnitted, the degree of deflection at each joint shall not exceed the maximum deflection recommended by the manufacturer of the particular type of pipe being laid and the degree of deflection shall be approved by the Engineer. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped in to the trench. 3.7 CLEANING AND INSPECTING Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, -,while suspended, shall be lightly hannmered to detect cracks. Any defective, damaged or unsound pipe and materials shall be rejected. AL foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. At time when pipe laying is not in progress, the open ends of pipe shall be closed by approved means. and no trench water shall be allowed to enter the pipe. 01 "57104-Phase I �FJATER WORKS PIPIT.TG, VALVES AND FITTB\TGS 02665 - 7 3.8 LAYING AND JOINTING PVC PIPE A. General - Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe, pipe coating, or lining. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be permitted to enter the pipe. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe relaid. Immediately after completion of the jointing, sufficient bedding and back -fill material shall be placed around and over the pipe to hold the pipe to line and grade. Flanged joints shall be used where shown on the plans. Mechanical joint, or other approved joints shall be installed with materials furnished by the manufacturer and in accordance with the manufacturer's specifications. Before laying thepipes, all lumps, blisters and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. Defective joints shall be repaired as directed by the Engineer. B. Mechanical Joint Piping - The last 8 inches outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter fi-om the joint, and then painted with lubricant recommmended by the pipe manufacturer. The cast-iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell; care shall be taken to locate the Casket evenly around the entire j oint. The gland shall be nnoved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque-lvniting wrench. Nuts spaced 180 deg. apart shall be tightened alternately in order to produce an equal pressure on 1. all pants of the gland- C. Flanged Joints - Flanged joints where used shall be bolted with Flange bolts of best quality, mild � steel and of the size and length required by American Standards Association: bolts and nuts shall... 01287104-1?hase I WATER VTORKS PIPLNG. V "T VES ATTD F1TTD4GS 02665 - 8 0 1 r0; be provided with standard hexagonal heads. Gasket rings shall be used and shall be made of best quality rubber composition sheet packing one -eighth (1/8) inch thick, of a brand and quality approved by the Engineer. The pipe and fittings shall be properly aligned and free to move in any direction while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. 3.9 LAYING AND JOINTING CONCRETE PRESSURE PIPE A. General - Just before making the joint, the gasket and the inside surface of the bell shall be lubricated with fihn of soft vegetable soap compound (flax soap) to facilitate telescoping thejoint. The rubber gasket shall be stretched uniformly as -it is placed in the spigot groove to unsure a uniform volume of rubber around the circumference of the groove. Metal spacers of proper thickness shall be held on the inside shoulder of the bell to provide the proper space between abutting ends of 27 inch and larger pipe. The joint shall be telescoped by pulling directly along the center line of the pipe so that the spigot enters squarely into the bell. After the spigot has been telescoped into the bell, the bell end of the pipe being laid shall be moved in accordance with the plans to secure proper grade and alignment. After the joint is in place, a thin metal feeler gauge shall be used to check the position of the rubber gasket around the circumference of the joint. After the spigot has been telescoped into the bell, the joint checked and found satisfactory, a diaper shall be placed around the pipe covering the joint. The diaper shall be hemmed at each edge to allow threading with a steel strap to securely fasten the vr apper around the pipe by means of a stretcher and sealer. The length shall be that required to encircle the pipe, leaving enough space between the ends at the top to allow the cement mortar to be poured. The entire joint shall be poured with cement mortar and rodded or agitated to eliminate voids and settlement. Any joint showing shrinkage or excessive cracking shall be cleaned and remade. In hot weather, additional measure may be required to obtain the best quality of joint, such as additional wet burlap; curing membrane, or immediate careful and well -controlled backfrlling of the joint v&rith damp earth. Where size permits, the inside joint recess shall be filled fi•om the inside with mortar and finished off smooth with the inside of the pipe by hand troweling after the pipe has been back -filled. The inside joint recess on pipe smaller in diameter shall be filled by buttering the bell end with mortar immediately prior to placing the pipe together. After the joint is engaged, the interior of the smaller diameter pipe shall be swabbed to smooth and clean the joints. At times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be permitted to enter the pipe. 3.10 PLUGGING DEAD ENDS 1 Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and spigot end -- shall be capped. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. All plugs and caps shall have horizontal thrust blocks. 3.I I SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS of ?C7i n-1-pi,acP T WATPR W( RKS PTPTNG. VALVES AND FITTINGS 02665 - 9 A. General —Valves and fittings shallbe set at the locations shown on the Drawings and shall beset and jointed to the pipe in the manner heretofore specified for pipe installations. All valves shall be hub end as required and all valves buried in the ground shall have a cast iron or precast concrete valve box set over the valve. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked for operation prior to installation. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if necessary. B. Valve Boxes — Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the ground or at such a level as directed by the Engineer. All valve boxes under pavement shall be adjusted to finished pavement grades. C. Fire Hydrants — Fire hydrants shall be located at the points shown on the Drawings. All fire hydrants shall be set plumb, to the grade established on the drawing, and with the steamer nozzle at right angles to the street. The hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant lead or branch. The bowl of the hydrant shall be well braced against unexcavated earth at the end of the trench with concrete blocking. The concrete blocking shall be placed so as not to interfere with the hydrant drains and so that the joints of the flanges are accessible. Blocking of gate valves on fire hydrant leads shall be with concrete as shown on the Drawings. The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for operation prior to iri tallation. Dram holes shall not be blocked or sealed. 3.12 CONCRETE THRUST BLOCKING A. Anchorage of Bends, Tees and Plugs, Etc. - Reaction or thrust blocking shall be applied to all pipe lines at all tees, plugs, caps, and bends. The blocking shall be placed between solid ground and the fittings to be anchored; the area of bearing on pipe and on the ground in each instance shall be sufficient to withstand the maximum thrust anticipated and as shown on the Drawings. The blocking shall be so placed that the pipe and fitting joints wall be accessible for repair. B. Restrained Joints - At the Contractor's option, restrained joints maybe installed on the pipe at fittings and valves in lieu of concrete thrust blocking. Pipe restraints shall be suitable for thepipe with which they are installed and shall have the ability to withstand a maximum pressure of no less than 150 psi. Pipe restraints shall be installed at all joints and fittings within the length specified on the Drawings. 3.13 LINE TESTING After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specked herein. The Contractor shall bear all costs of providing all equipment, materials, labor and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. Testing procedure shall be as follows: A. Duration - The duration of the hydrostatic test shall be a minimum of four (4 ) hours. B. Pressure - The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100%. but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than S5°4u of the e pressure class of P "� P P'P P the pipe. I 01287104-Phase I WATER WORKS PIPEJG, VALVES AND FFFTINGS 0266 - 10 04/05 C. Procedure — Each valved section of pipe shall be slowly filled with water at the specified test pressure and measured at the point of lowest elevation. Pressure shall be applied and maintained by means of a pump connected to the pipe in a satisfactory manner. The pump, pipe connection, and all necessary apparatus, execept meters, shall be furnished by the Contractor. The Contractor shall furnish all labor for connecting the pump, meter, and gages. The water for filling the pipe and making the tests shall be obtained at the location designated by the Engineer. No charge will be made to the Contractor for water used for testing. As the line is being filled and before applying the test pressure, all air shall be expelled fiom the pipe by malting taps at the highest point in the test segment, if necessary. After the test, the taps shall be tightly plugged. During the time the test pressure is on the pipe, the pipe shall be carefully checked at regular intervals for breaks or leaks. Any joints showing leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced with sound material in the manner provided and the test shall be repeated until satisfactory results are obtained. D. Allowable Leakage - The nnaxirnum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula: 1. PVC Pipe The maximum allowable leakage for push -on joints is the number of gallons -per hour as determined by the following formula: L = ND [P 7, 400 where: L = Allowable leakage in gallons/per hour N = Number of joints in length of pipe tested D = Nominal diameter of the pipe in inches P = Average of the max. and min. pressures within the test section in psi Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular lone has been previously accepted and tested. 3.14 DISINFECTION OF PIPE LINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipe lines, which shall be disinfected before being placed in service. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements of A)ArWA C651. B. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the Engineer or Engineer's Representative may witness the disinfection activities. C. After disinfection has been completed and the pipe is flushed, the Contractor shall sample the water in the pipe for bacteriological testing. Samples shall be taken after the pipeline disinfection treatment has been flushed. A minimum�of two sets of samples taken ?4 hours apart shall be 0l?8 7104-Phase 1 WATERWORKS PIPING. VALVES AND FITTINGS 02665 - 11 tested and shall include on sample for every 1000 feet of water line plus sample sets at the end of each pipeline branch. If acceptable bacteriological test results are not received, the Contractor shall disinfect the pipe again and provide whatever measures necessaryto achieve and acceptable result. Acceptable results shall be the bacteriological requirements for potable water as defined by the Texas Commission on Environmental Quality. 3.15 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING Installation of the casing pipe sleeves shall be accomplished by boring as specified herein. Equipment used shall be of such size and capacity as to allow the placement of the casing to proceed in a safe and expeditious manner. Installation of the casing and the excavation and removal of the materials within the casing shall proceed simultaneously. The boring shall proceed from a pit provided for the boring equipment and workmen. Excavation and location of the pit shall be approved by the Engineer and the Railroad or County as appropriate. Boring without the concurrent installation of the casing pipe will not be permitted. The use of water or other fluids in connection with the boring operation will be permitted only to the extent of lubricating cuttings. Jetting will not be permitted. Overcutting in excess of one inch shall be remedied by concrete pressure grouting the entire length of the installation. All casing pipe joints shall be welded. Care shall be taken to keep the pipe sleeve on the proper line and grade. After the casing pipe has been jack and bored and is accepted by the Engineer, the pipe shall be shoved through the casing. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the pipe and not on the bell, and shall be done in such a manner- that the joint is always in compression during the shoving operation. Four hardwood, or other suitable material, skids shall be banded with stainless steel bands to each joint of pipe. The hardwood skids shall be of sufficient dimensions to allow the bell of the pipe to clear the casing pipe by at least one-half inch. The length of the skid shall be equal to at least 2/3 of the exposed length of straight pipe after the joint is made. A minnuum of three bands shall be used to secure the skids to the pipe. The skids shall be such that a minimum of 2 inches clearance is maintained between the top of the pipe and the top of the casing. The design of skids and banding techniques shall be submitted to the Engineer for approval prior to use. 3.16 PIPE IDENTIFIERS A. Marking Tape All pipes installed in an open trench will be identified with the appropriate color and description of 3" wide pipe identification tape. Install the tape parallel to the pipe it identifies at a distance above the pipe of twelve (12) to eighteen (18) inches. Above non-metallic (PVC) pipe material install a tape detectable with a metal detector from the top of finished grade. Install detectable tape as deep as it can be detected but no closer to the non-metallic pipe than twelve (12) inches. 3.17 CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed fi-om the site. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as 01287104-Phase 1 WATER WORKS PIPR\TG, V_^�L.�'E0 �,ND FITTINGS 0?665 - 12 OTC;05 i l FJ 0 necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. END OF SECTION fir jQ-JIC11_Pbn— T W- ATPP, W(—WKq PTPT1J(; VAT.VFS Aa ,J) FIT TB\T(3S 02)661 - 1 j _.__ � . W_..��, .� � .� ��___...� __ rt .. _, SECTION 02730 SANITARY SENVER PIPING AND MANTHOLES PART I -GENERAL 1.1 WORK INCLUDED This section of the specifications covers all sanitary sewer piping and manholes required for the sanitary sewer improvements included in this project. The term piping as used herein shall include all piping, fittings and accessories as shown on the plans and/or as specified herein. 1.2 SUBMITTALS Submittals, in accordance with SECTION 01300, SUBMITTALS are required from the Contractor for the following materials and products. Submittals shall be reviewed and approved by the Engineer prior to the incorporation of any materials and products into the project. A. PVC Pipe and Fittings, ASTM D-3034 and ASTM F-679. B. Manholes, frames, covers, joint sealant and joint pruner. C. Laboratory analysis for rock embedment including sieve analysis, fracture faces, abrasion tests and soundness tests. D. Trench Safety System. E. Shop Dramings of rigid Go -No Go full circle mandrel. F. Membrane Curing Compound. G. DFW Coupling or equivalent. H. Marking Tape. E I. Concrete Mix Design. J. Manhole Vacuum. Test or Leakage Test Procedure or Method. PART 2 - MATERLkLS 2.1 POLYVLNi.'L CHLORIDE (PVC) SANITARY SEWER PIPE The sanitary sewer pipeline and fittings shall be approved type pipe with rubber gasket type joints, complying with ASTM Specification D-3034 and F-679, SDR-35 or SDR 26. Pipematerial shallbe Cell Class 12454-B PVC resin compound conforming to ASTM D 1784. The pipe shall be furnished in 20-foot lengths; other pipe lengths shall be provided when required. All pipe shall be furnished for belled couplings with a belled gasket pocket coupling on one end. Approved elastomeric gaskets designed specially for PVC pipe shall be furnished and shall comply with ASTM F 477. All PVC pipe shall be marked at intervals of 6-feet or less. Markings shall include manufacturer's name and trademark, nominal size of pipe, pertinent information regarding polymer cell classification and critical identifications regarding performance specifications. The minimum stiffness factor shall be 46 psi. 012157104-Phase 1 SANITARY SE-�;'ER PIPING AND MANHOLES 02730 - 1 2.2 PIPE FITTINGS Fittings for PVC pipe shall, in general, be bell -and -spigot type and of PVC material meeting ASTM Specification D-3034. 23 PIPE JOINTS Push -on joints for PVC salutary se-wer pipe shall meet the requirements of ASTM 133212. Joints between ductile iron pipe and PVC pipe shall be made by using a DFW coupling or equal. 2.4 MANHOLES AND MISCELLANEOUS ITEMS A. General Manholes shall be constructed at the locations sho xii on the plans. The manholes shall be constructed in accordance with the details shown on the plans and as specified herein for precast reinforced concrete manholes. B. Concrete Manholes i . After the excavation has been completed, the concrete base or bottom shall be poured in accordance with the details shown on the plans. Precast manhole bases maybe used with Engineer approval. 2. On straight runs, the pipe shall be laid through the manholes and, upon completion of the invert, the top half of the pipe shall be removed. On manholes where there is a change in direction of the main, and where lateral lines enter the manhole, the inverts shall be neatly formed with concrete. The inverts shall have a true curve of as large a radius as the size of the manhole will pen -lit and shall be given a smooth trowel finish. 3. When the concrete bottom has properly cured for not less than 24-hours, the precast manhole shall be installed. ConSeal CS-102 flexible plastic gaskets or equal shall be used in the tongue and groove joints and the joint between the manhole bottom section and the manhole base. The bottom ring shall be grouted in as shown on the plans. Concrete grade rings shall be used to adjust the manhole frame to the proper grades; the nnaxnnunn extension of the top section shall not exceed 12-inches. 4. Precast manholes shall be tongue and groove concentric precast reinforced concrete manholes, constructed in accordance with ASTM C 478 of the diameter indicated on the drawings. Concrete manholes shall be provided with a concentric top cone unless other x� ise shown on the drawings. 5. All joints shall be tongue and groove except for the grade rums and all joints shall be watertight. ConSeal CS-102 flexible plastic gaskets or approved equal shall be used in all joints. All joints shall be primed prior to the application of the joint sealing material. 6. Manhole bases shall be cured as soon as feasible after removal of forums. Concrete curing compound shall be applied to all exposed surfaces at a coverage rate reconnnnended by the manufacturer. C. Manhole Frames and Covers Manhole frames and covers shall be of cast iron of the types shown on the drawings. All castings shall be made fronn superior quality gray cast-iron conforming to the requirements of ASTM A 48, having a clear opening or not less than 22 inches. Drawings of all manhole fi•ames and covers proposed for use shaLl be subnnitted to the Engineer for approval before items are shipped. The casting shall be designed with a full bearing rung so as to provide a continuous seat between frame and cover. The cover shall be furnished with a T-pe 5 pick bar lifting ring cast into the cover in 01287104-Phase I SA1\11TAR7V SEWER PIPING AkNID MANHOLES 02730 - 01-1;0 2.5 such manner as to prevent water leaking through. Frame and cover shall have a weight of not less than 275 pounds. The manhole ring and cover shall be East Jordon Iron Works No. 2040, or approved equal. The cover shall include lettering, "City of Lubbock, Texas Sanitary Sewer." D. Manhole Connections Resilient materials for connectors and filler rings shall be manufactured of natural or synthetic rubber and shall conform to the requirements prescribed in Table 1 of ASTM C923. E. Grout Grout mortar shall contain 7-1/2 sacks of cement per cubic yard of grout and shall contain only sufficient water to provide the required consistency. The grout shall be worked and packed into the annular space of the manhole base, as well as worked and packed for internal manhole drainage, until a dense and uniform installation is achieved. The grout shall be cured with the application of curing compound. F. Concrete and Mortar Portland Cement shall conform to ASTM C-150 specifications. Fine and course aggregate to be used in concrete shall conform to ASTM C-33 specifications. Sand to be used in cement mortar shall conform to ASTM C-144 specifications. All concrete shall conform to the concrete specifications as set forth in the Section 03300 Cast -In - Place Concrete. All Class A Concrete for manhole bases, piers and other reinforced concrete structures shall contain not more than 7.0 gallons of water per sack of cement. All Class B concrete for pipe cradling, blocking of fittings, and other non -reinforced concrete shall contain not more than 9.0 gallons per sack of cement. Surface moisture carried by aggregates shall be included as part of the mixing water. Class A concrete shall have a minimum 28-day compressive strength of 4,000 psi and Class B shall have 2,800 psi. G. Curing Compound Compounds used to form an air tight membrane over a fresh concrete surface shall be ni accordance with Texas Department of Transportation Item 531.2. ROCK EMBEDMENT Rock embedment for the pipe is required and shall conform to the following gradation: % by Weight Retained on 1-inch sieve 0 Retained on 7/8-inch sieve 0-2 Retained on 3/4-inch sieve 15-35 Retained on 5/8-inch sieve 55-100 Retained on 3/8-inch sieve 95-100 Retained on No. 10 99-100 The rock embedment will be crushed stone. Crushed stone shall result in a product in -which the coarse aggregate shall have at least 85% by weight of particles with one or more fi•actured faces and 65° o 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 siven in ASTM C33. The coarse aggregate (retained on the 3/8-inch sieve). shall not shot- more than 45% vwear when tested in accordance with AST1\4 C131. The coarse aggregate shall also not sho-, evidence of disintegration nor- M Ie trnULPi,ncp T gA1,,TTTAP-)7 SFW-F..R PTPTI-.T(—T AWM MANHOLES 02730 - show a total loss greater than 20% when subjected to five cycles of the sodium sulfate soundness test as specified in ASTM C33. 2.6 STEEL CASING Steel casing pipe shall be new welded steel pipe, manufactured in the United States, with a minimum yield strength of 35,000 psi meeting ASTM A139 Grade B or A252 Grade 2. The exterior of the casing pipe shall have a bituminous coating in conformance with AVFTTA C203. Casing wall thickness for installation shall be in accordance with the followrina: Location Diameter Highway and Street 24" and Crossings smaller 26" or larger Railroad Crossings tluu 18" 20" thru 26" 28" and above PART 3-EXECUTION 3.1 PIPE INSTALLATION Minimum Wall Thickness 0.250" 0.312" 0.250" 0.375" 0.500" A. General All pipe and accessories for the work specified herein shall be unloaded, handled; laid, jointed, tested for defects and for leakage ili the manner herein specified. 3.2 RESPONSIBU ITY FOR MATERIALS The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.3 HANDLE\TG PIPE AND ACCESSORIES All pipe, fittings, and other accessories shall, unless otherwise directed, be unloaded at the point of deliver;, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidNvays in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidivays must not be skidded or rolled against pipe already on the ground. r u 01287104-Phase 1 SAINTITARY SEV, ER P1PIid J AND 1\ A 1JHOLES 02730 - 4 04'0 The pipe, fittings and accessories shall be placed along the site in such a manner as to bekept as free as possible fiom dirt, sand, mud and other foreign matter. 3.4 PIPE LAYING IN TRENCH After the trench has been properly fine graded, the pipe shall be laid in accordance with the following specifications. Each length of pipe shall be inspected for defects and the spigot cleaned thoroughly inside and outside before lowering into the trench. Pipe laying shall proceed up -grade with the spigot ends pointing in the direction of the flow. All pipe shall be laid true to the lines and grades as established by the drawings using a laser beam or cut stakes to control the grade of each joint of pipe. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the barrel of the pipe to rest on the top of bedding and to allow ample space for properly jointing the pipe. Installation and jointing of the pipe shall be in accordance with the manufacturer's reconnnendatiorn`s except where the requirements of these specifications are stricter. The jointing shall be completed for all pipe laid each day, in order not to leave open j oints in the trench overnight. At times when pipe laying is not in progress, the open ends of pipe shall be plugged by approved means, and no trench water shall be permitted to enter the pipe. No pipe shall be laid in water, or when the trench conditions or weather is unsuitable for such work. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid Pipe shall be handled and installed in strict accordance with the recommendations of the manufacturer. Special care shall be exercised in handling pipe, it preparation of the trench for pipe laying, and in compacting the bedding under and embedment around each side of the pipe. The ring groove shall be clean before installation of the elastomeric gasket. The gasket shall be carefully installed in the groove as recommended by the manufacturer. The spigot end of the pipe shall be wiped clean and lubricated using the recommended lubricant. The spigot end shall be carefully inserted into the bell end until the reference mark on the spigot end is flush ,krith the end of the bell. Where the DFW Coupler, or equivalent, is used, the pipe shall be cut to a point where a spigot -to -spigot connection can be achieved with the DFW Coupler. Burrs fiom pipe cutting shall be completely removed. The spigot ends of the pipes shall be butted together tightly, the DFW Coupler centered over the butt joint and the coupler clamps tightened. The joint shall withstand, and meet the tolerance, of the leakage test specified in Paragraph 3.3. 3.5 SEWER LINE CROSSING WATER LINE Where a new potable waterline crosses a new, pressure rated wastewater line, one segment of the waterline pipe shall be centered over the , wastewater line, such that the joints of the "vaterliie pipe are equidistant and at least nine feet horizontally from the centerline of the wastewater line. The potable waterline shall be at least six inches above the wastewater line. Whenever possible, the crossing should be centered between the joints of the ,,waste, water line. The «yastewater line shall be embedded in cement stabilized sand for the total length of one pipe segment plus 12 inches beyond the joint on each end as shovm on the draiA ings. 017R7104-Phase I SANITARY SEWER PIPING AND MANHOLES 1_12%;0 - 5 3.6 LEAKAGE TEST A. Sanitary Sewer Pipeline Low pressure air tests shall be made by the Contractor on all sewer lines not less than 30 days after installation. The tests on the sewer lines shall be made on sections of pipe between manholes. Each section of sewer line shall be tested using the Air Test Method, in accordance with ASTM C828 (latest revision), and as modified below. The minimum time for the pressure to drop in any segment from 3.5 psig to 2.5 psig shall be determined as follows: T = 0.0850 DK Q where: T = time for pressure to drop 1.0 pound per square inch gauge in seconds K = 0.000419DL, but not less than 1.0 D = average inside pipe diameter in inches L = length of line of same pipe size being tested, in feet Q = rate of loss, 0.0015 cubic feet per minute per square foot internal surface shall be used Since a K value of less than 1 shall not be used, there are mninimtum testing times for each pipe diameter as follows: 21-inch diameter 1,190 seconds 18-inch diameter 1,020 seconds 15-inch diameter 850 seconds 12-inch diameter 680 seconds 10-inch diameter 567 seconds 8-inch diameter 454 seconds 6-inch diameter 340 seconds 4-inch diameter 227 seconds The time calculated from either the formula or the minimum time listed above, whichever is greater, shall be the required time for each segment of pipeline tested. If a test fails to meet the mininnum allowable requirements of the test, the Contractor shall immediately determine the cause, make the necessary repairs and retest. All testing and repair work shall be done at the Contractor's expense. Leakage testing will not be performed until all backfill material required has been placed and densified for a period of 30 days. Leakage testing shall only be performed in the presence of the ( , Engineer personnel or their representative. Contact Engineer at least 48-hours in advance of testino, activities. t 1 ) 01287104-Phase I SANITAR-'' SEWER PLPING AND MANTHOLES 02730 - 6 � ?-05 I B. Manhole Test A leakage test shall be performed on each manhole installed in this project. The manhole leakage test shall not be performed until all backfill around the manhole has been in place for at least 48 hours. Manhole leakage tests may be performed by one of two methods: 1. Manhole Hydrostatic Exfiltration Test All wastewater lines entering the manhole shall be temporarily plugged with an internal pipe plug. The manhole shall be filled with water to the manhole ring and allowed to stand for 24 hours in order to allow saturation of the concrete. Following the 24-hour saturation period, the manhole shall be refilled with water to the manhole rung and the test period begun. The contractor shall provide test equipment in which the volume of water lost can be accurately metered or measured The minimum test period shall be one hour. The maximum allowable loss rate shall not be greater than 0.025 gallons per foot of manhole diameter per foot of manhole depth per hour. The exfiltration test shall only beperformed in the presence of the Engineer or the Owner's representative. Any manhole which fails the hydrostatic exfiltration test shall be repaired, reworked or replaced as applicable at the Contractor's expense until the manhole passes the required test. Manhole Vacuum Test All lift holes and exterior j oints shall be plugged with a non -shrink grout. No grout shall be placed in horizontal joints prior to testing. All pipes entering the manhole shall be plugged. Stubouts, manhole boots, and pipe plugs shall be secured to prevent movement while the vacuum is drawn. A minimum 60-inch/lb torque wrench shall be used to tighten the external clamps that secure the test cover to the top of the manhole. The test head shall be placed at the inside of the top of the cone section, and the seal inflated in accordance with manufacturer's recommendations. A vacuum of 10 inches of mercury shall be drawn, and the vacuum pump shut off. With all valves closed, the time for the vacuum to drop to 9 inches of mercury shall not be less than 2 minutes. If vacuum tests are used in lieu of hydrostatic tests, the test shall be done both before and after backfilling of the manhole has occurred. If the manhole fails a test, necessary repairs shall be made with a non -shrunk grout while the vacuum is being drawn. The test shall be repeated. If the vacuum test is failed twice, the manhole shall be repaired, and a hydrostatic test shall be performed in accordance with paragraph (1) of this section. 3.7 DEFLECTION TEST A deflection test shall be made by the Contractor on all PVC sewer pipe. The test shall not be made on a section of sewer until all the backfill on that section has been in place for 30 days. Deflection testing shall only be performed in the presence of the Owner or their representative. Contact Owner at least 48- hours in. advance of testing activities. The deflection test shall be run using a rigid Go -No Go full circle mandrel with a diameter equal to 951/t, of the inside diameter of the pipe. The Contractor shall submit shop drawings of the mandrel to the City for concurrence prior to using the mandrel for testing. The test shall be performed without mechanical pulling devices. Wherever possible and practical. the testing shall be initiated at a downstream manhole and proceed upstream. 011271(t 1-Phase T SANITARI` S1 ��%"El PIPIl\1G _4ND 1AnNHOLE.S 0? 730 7 No pipe shall exceed a deflection of 5% of the inside diameter of the pipe. All excess deflections shall be corrected. The Contractor shall excavate to the point of the excess deflection, correct the deficiency and retest the pipe. If the pipe retest fails the 5% allowable deflection, the pipe shall be replaced. 3.8 INSPECTION The pipe, fittings, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected, and the Contractor shall remove such defective material from the site of the work. 3.9 PIPE IDENTIFIERS A. Marking Tape All pipes installed in an open trench will be identified with the appropriate color and description of 3" wide pipe identification tape. Install the tape parallel to the pipe it identifies at a distance above the pipe of twelve (12) to eighteen (18) inches. Above non-metallic (PVC) pipe material install a tape detectable ,xrith a metal detector from the top of finished grade. Install detectable tape as deep as it can be detected but no closer to the non-metallic pipe than twelve (12) inches. 3.10 CLEANUP The backfill shall not be rounded up over trenches. The surface of the trench backfill shall be compacted and bladed to final grading contours. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. Anv trench settlement which occurs within the one-year warranty period shall be corrected by the Contractor at no expense to the Owner. END OF SECTION 01287101-Phase I Sp_1,11TARY SEWER PIPINIG ANTI) MANHOLES 02730 - 8 0",'0 SECTION 02741 HOT-AlLLX ASPHALT PAVING PART 1- GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Hot -mix asphalt paving. 2. Hot -mix asphalt patching. 3. Asphalt surface treatments. 4. Pavement -marking paint. 5. Cold milling of existing hot -mix asphalt pavement. 1.2 RELATED DOCUMENTS A Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections, apply to this Section. B. Section 01400 — Quality Requirements. C. Section 02300 - Earthwork- D. Section 02764 - Pavement Joint Sealants. 1.3 DEFINITIONS A. Hot -Mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of terms. B. TxDOT: Texas Department of Transportation "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" 2004. 1.4 REFERENCES AASHTO T 102 Spot Test of Asphaltic Materials AASHTO T 245 Resistance to Plastic Flow of Bituminous Mixtures Using AASHTO M 248 Al MS-2 AI MS-22 ASTM C 29/C 29M ASTM C 88 Marshall Apparatus Standard Specification for Ready -Mixed White and Yellow Traffic Paints (1994) Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types Construction of Hot Mix Asphalt Pavements (1991; Rev. A) Unit Weight and Voids in Aggregate (1990) Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate n1')C710d_A1, T T4(_)T_1,,,TTZ ACPT-TAT T P- NTi1\,TC; 02741 - 1_ ASTM C 117 (1995) Materials Finer than 75-Micrometer (No. 200) Sieve in Mineral Aggregates by Washing ASTM C 127 (1988; R 1993) Specific Gravity and Absorption of Coarse Aggregate ASTM C 128 (1993) Specific Gravity and Absorption of Fine Aggregate ASTM C 131 (1996) Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 136 (1996; Rev. A) Sieve Analysis of Fuze and Coarse Aggregates ASTM C 199 (1995) Density of Hydraulic Cement ASTM D 70 (1982; R 1990) Specific Gravity of Semi -Solid Bituminous Materials ASTM D 75 (1987; R 1992) Sampling Aggregates ASTM D 242 (1995) Mineral Filler for Bituminous Paving Mixtures ASTM D 546 (1994) Sieve Analysis of Mineral Filler for Road and Paving Materials ASTM D 692 (1994; Rev. A) Coarse Aggregate for Bitunnous Paving Mixtures ASTM D 854 (1992) Specific Gravity of Soils ASTM D 946 (1982; R 1993) Penetration -Graded Asphalt Cement for Use in Pavement Construction ASTM D 979 (1996) Sampling Bituminous Paving Mixtures �.J ASTM D 995 (1995; Rev. B) Mixing Plants for Hot -Mixed, Hot -Laid Bituminous Paving Mixtures ASTM D 1073 (1994) Fine Aggregate for Bituminous Pavug Mixtures ASTM D 1075 (1996) Effect of Water on Cohesion of Compacted Bituminous - Mixtures ASTM D 1188 (1996) Bulk Specific Gravity and Density of Compacted j Bituminous Mixtures Using Paraffin -Coated Specimens ASTM D 1559 (1989) Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus ASTM D 2027 Standard Specificaton for Cutback Asphalt (,Medium -Curing Type) i 01287104-Phase I HOT-1\4I 1 ASPHALT P:A rfitiiCT 02741 - 2 04,'05 c ASTM D 2041 (1995) Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D 2172 (1995) Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D 2726 (1996; Rev. A) Bulk Specific Gravity and Density of Non - Absorptive Compacted Bituminous Mixtures ASTM D2950 Standard Test Method for Density of Bituminous Concrete hi Place by Nuclear Methods ASTM D 3381 (1992) Viscosity -Graded Asphalt Cement for Use in Pavement Construction ASTM D3405 Standard Specification for Joint Sealants, Hot -Applied, for Concrete and Asphalt Pavements ASTM D3549 Standard Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Specimens TEX-126-E Molding, Testing and Evaluating Bituminous Black Base Materials TEX-204-F Design of Bituminous Mixtures TEX-224-F Determining Flakiness Index TxDOT Item 300 Asphalt, Oils and Emulsions TxDOT Item 301 Asphalt Antistripping Agents TxDOT Item 340 Specification for Hot Mix Asphaltic Concrete Pavement TxDOT Item 345 Specification for Asphaltic Stabilized Base (Plant Mix) TxDOT Item 662 Work Zone Pavement Markings TxDOT Item 666 Reflectorized Pavement Markings TxDOT Item 672 Raised Pavement Markers Cit} of Lubbock City of Lubbock Street/Drainage Enguieering Standard Specifications Specifications, Current Version 1.5 SUBMITTALS A. Product Data 1 . For each type of product indicated. Include technical data and tested physical and performance properties. AI T PnT-1\41X ASPHAT:TPA\7P\TG 02741 - 3 B. Job -Mix Designs 1. Submit a job -mix design, for approval prior to preparing and placing the bituminous mixture. Design mix using procedures contained inChapterIII, Marshall Method of Mix Design, of Al MS-2. Formulas shall indicate physical properties of the Waxes as shown by tests made by a commercial laboratory approved by the Engineer, using materials identical to those to be provided on this project. Submit fonmulas with material samples. Job -mix formula for each mixture shall be in effect until modified in writing by the Contractor and approved by the Engineer. Provide a new job -mix formula for each source chance. Job mix shall be for this specific project. Job mixes developed for other projects, although they may have similar requirements, will be rejected without review. C. Qualification Data 1. Submit qualifications for product manufacturers. D. Material Test Reports 1. Specific gravity test of asphalt 2. Coarse aggregate tests 3. Weight of slag test 4. Percent of crushed pieces in gravel S. Fine aggregate tests 6. Specific gravity of mineral filler 7. Bituminous mixture tests 8. Aggregates tests 9. Bituminous nix tests 10. Pavement courses E. Product Submittals 1. Pavement marking materials. 1.6 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM D 3666 for testing indicated, as documented according to ASTM E 548. B. Asphalt -Paving: Comply with TxDOT Item 345 "Asphalt Stabilized Base" (Plant Mix) ' unless other requirements are indicated herein, for asphalt stabilized base. Comply with # TxDOT Item 340 "Hot Mix Asphaltic Concrete Pavement" for hot mix wearing course unless other requirements are indicated herein. C. Mock -Up Test Section I. Prior to full production of the binder and wearing course[s], prepare a quantity of bituninous mixture according to the job -nix formula. Construct a test section 200 feet long by not less than 10 feet wide and of the same compacted depth specified for the construction of the course which the test section represents. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type t and weight to be used on the remainder of the course represented by the test section. Test not less than two samples of the mixture produced at the plant for gradation, asphalt cement content, stability, flow, air voids, voids in mineral aggregate, and in weight. Obtain not less than three cores from the test strip for density and thickness -' tests. Check the test section for smoothness and finish surface texture. If the test section should prove to be unsatisfactory, make the necessary adjustrnnents to the mix � design.. plant operation. transportation, laydoNni, and/or rolling procedures. Additional test sections, as required.. shall be constructed and evaluated for 0128710-pthase I NOT -MI - ASPH_kLT PAVR,\TG 0?741 - 4 I 04i05 0 conformance to the specified requirements. When test sections do not conform to specified requirements, remove and replace the bituminous pavement. A marginal quality test section that has been placed in an area of little or no traffic may be left in place. If a second test section also does not meet specified requirements, remove both sections at the Contractor's expense. Full production shall not begin without the Engineer's approval. D. Required Data 1. Job -mix formula shall show the following: a. Source and proportions, percent by weight, of each ingredient of the mixture; b. Correct gradation, the percentages passing each size sieve listed in the specifications for the mixture to be used, for the aggregate and mineral filler from each separate source and from each different size to be used in the mixture and for the composite mixture; C. Amount of material passing the No. 200 sieve determined by dry sieving; d. Number of blows of hanuner compaction per side of molded specimen; e. Temperature viscosity relationship of the asphalt cement; f. Stability, flow, percent voids in mineral aggregate, percent air voids, unit weight; g. Asphalt absorption by the aggregate; h. Effective asphalt content as percent by weight of total mix; i. Temperature of the mixture immediately upon completion of nixing; j. Asphalt viscosity grade andlor penetration range; and k. Curves for the asphalt stabilized base and hot mix asphalt paving courses. 1.7 DELIVERY, STORAGE, AND HANDLING A. Inspect materials delivered to the site for damage and store with a minimum of handling. Store aggregates in such a manner as to prevent segregation, contamination, or intermixing of the different aggregate sizes. 1.8 PROJECT CONDITIONS A. Environmental Limitation: Do not apply asphalt materials if subgrade is wet or excessively damp or if the following conditions are not met: 1. Prune and Tack Coats: Minimum surface temperature of 60 deg F. 2. Asphalt Base Course: Minimum surface temperature of 40 deg F and rising at time of placement. 3. Asphalt Surface Course: Minimum surface temperature of 60 deg F at time of placement. 1.9 MIXING PLANT A. Provide nixing plant capable of meeting the needs of the project B. At no time shall the plant hinder the progress of the project. 0 ?R7104-Phase I HOT -MIX ASPHALT PANT IG 02)741 - 5 FART 2 - PRODUCTS 2.1 MATERIALS A. Aggregate General: Use materials and gradations that have performed satisfactorily in previous installations. 1. Coarse Aggregate - Coarse aggregate shall conform to ASTM D692. a. The coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, tough, durable fragments of crushed stone of uniform quality. Mixing or combining of crushed gravel and crushed stone will not be permitted. Coarse aggregate shall be crushed to the extent that produces a minimum of 55% crushed faces for Type "C" HMAC as defined by City of Lubbock paving specifications when tested in accordance with ASTM D 692. b. Coarse aggregate shall have a maximum loss of 15% when subjected to 4 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 2 percent. When subjected to the Los Angeles Abrasion test, the coarse aggregate shall not have a loss greater than 40 percent by weight. C. Coarse aggregate may be enhanced by the addition of crushed concrete (class A minimum). The crushed concrete shall be processed and blended at the contractor's batch plant. The material shall be processed to remove wood, steel and other objectionable materials so as to produce a crushed aggregate in conformance with these specifications. 2. Fine Aggregate - fine aggregate shall conform to ASTM D1073. a. The fine aggegate shall be that part of the material passing the No. 4 sieve and shall consist of sand and/or screenings. The plasticity index of that part of the sand passing the 40 sieve shall not exceed 6. The plasticity index of the screenings shall not exceed 9. b. Sand shall be composed of durable stone particles free from injurious foreign matter. Screenings shall be of the same or similar material as specified for coarse aggregate. 3. Mineral Filler a. Mineral filler shall conform to ASTM D242 and consist of thoroughly dry stone dust, portland cement or other material dust approved by the Engineer. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: Percent by Weight Retained on No. 30 Sieve 0 Percent by Weight Retained on No. 80 Sieve 10 maximuln t Percent by Weight Retained on No. 200 Sieve 35 maximum B. Asphalt 1. Asphalt shall be AC 10 with Latex (3% by weight of asphalt), or performance grade 64-28 S or L, AASHTO Performance Graded Sunder Specification (MP 1). 2. The Contractor shall notify the Engumeer of the source of asphaltic material for , approval prior to production of the asphaltic mixture. 3. The optimum asphalt content shall be determined by the Marshall Stability method. ' 4. The percent asphalt content in HMAC surface shall be optimum as indicated by Marshall Stability optimum plus 0.25% for T-, e "C" ILT\4-4C as defined by City- of Lubbock paving specifications. 0128 7104-Phase I HOT-!\,IIX A SPI i nTT PA\,--FNG 02741 - 6 f 0-: I 5. The asphalt content of the paving mixture shall not be below optimum, or vary fiom the specified design asphalt content by more than plus 0.3 percent dry weight, based on total mixture. C. Prime Coat 1. The surface shall be pruned using an application of 0.20 to 0.30 gallons per square yard of MC asphalt confornung to ASTM D 2027 — MC 30. D. Tack Coat 1. The asphaltic material for tack coat shall meet the requirements for Cut -Back Asphalt RC-250, slow rate cure SS-1 emulsified asphalt, or medium rate cure MS-1 emulsified asphalt. E. Joint Sealant . 1. ASTM D 3405 or AASHTO M 301, hot -applied, single -component, polymer - modified bituminous sealant. F. Emulsified Asphalt Sealer 1. The surface coat shall be sealed using a 15/85 mix of MS-2 (or 20,/80 SS-1) liquid anionic asphalt and distilled water at a rate of 0.10 to 0.12 gallon per square yard of surface. G. Mix Design 1. Hot -Mix Asphalt: Dense, hot -laid, hot -mix asphalt plant Waxes approved by authorities having jurisdiction; designed according to procedures in Al MS-2, "Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types"; and complying with the following requirements: a. Provide mixes with a history of satisfactory performance in geographical area where Project is located. 2. Base Course a. Asphalt stabilized base shall consist of a compacted mixture of graded gravel aggregate and asphalt cement nixed hot in a mixing plant in accordance with these specifications. Unless otherwise specified, the materials and construction shall conforni to TxDOT Item 345 "Asphalt Stabilized Base" (Plant Mix). b. The Contractor shall provide a current mix design using the approved materials indicating gradation and optimum asphalt content. The aggregate nnixture shall conform to the following master gradation: Sieve Size 1-1/2" '4/a " '" #4 #40 Percent Retained by Weight 0 8-30 30-55 50-70 70-40 Material passing the #40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Linnit shall not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 C. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. d. The ASB mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The mineral aggregate shall conform to the gradation requirements specified. The percent asphaltic material shall be determined in accordance with Test Method Tex.-126-E or Test Method Tex.-204-F and procedures outlined in TxDOT Bulletin C-14. In no case shall the asphalt 01')e710 -Phase T H0T-1`4l ASPHALT Pam`.\TNG 02741 - 7 content be less than 4% or more than 9% by weight. Asphalt for the mixture shall meet the requirements of TxDOT Item 300 "Asphalt, Oils, and Emulsions". The grade of asphalt and source must be approved by the Engineer prior to use. Surface Course a. Hot mix asphalt concrete surface shall consist of a compacted mixture of coarse aggregate, fine aggregate, mineral filler (if required), and asphalt cement mixed hot in a mixing plant in accordance with these specifications. Unless othervvise specified, the materials and construction shall conform to TxDOT Item 340 "Hot Mix Asphaltic Concrete Pavement". b. The combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex 203-F. The percent of flat or elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex 224-F. C. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either lime or liquid anti -stripping agent approved by the Engineer. Anti -stripping agents shall meet requirements of TxDOTItem 301 "Asphalt Antistripping Agents," and shall be added at the manufacturer's recommended dosage and temperature range. d. Type "C" Hot Mix Asphaltic Concrete (HMAC) as defined by City of Lubbock pa-d ig specifications shall be used for asphalt -paved street repairs on this project. The Contractor shall provide a current HMAC nix design using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall conform to the following master gradation: Tvne "C" (Coarse Graded Surface Course Percent passing 7/8" 100 Percent passing 5/8" 98 - 100 Percent retained on 3/8" 12 - 25 Percent retained on No. 4 15-30 Percent retained on No. 10 12-30 Total Percent Retained on No. 10 53-65 Percent retained on No. 40 10-20 Percent retained on No. 80 5-15 Percent retained on No. 200 5-15 Percent passing No. 200 1-6 Material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 e. The mineral aggregate shall not contain more than 0.5, o moisture prior to entering the pugnnill for mixing with asphalt. s i 0128710Js-Phase I HOT-1 TI-"7 ASPHALT PAVING 027411 - 8 0,±/O_` £ The HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. The percent asphalt in the mixture shall be detein-iined to meet the Marshall Stability criteria as follows: Marshall Criteria Type "C" No. Blows (each end of specimen) 75 Stability (Lb.) 1500 Flow (units of 0.01 inch) 8 nnin 16 max Percent Air Voids 2 min 5 max Molding temperature for Marshall criteria shall be 275 degrees F. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that subgrade is dry and in suitable condition to support paving and 'unposed loads. B. Proof -roll subbase using heavy, pneumatic -tired rollers to locate areas that are unstable or that require further compaction. C. Proceed with paving only after unsatisfactory conditions have been corrected. D. Surface shall be clean and free of loose dirt, rock, or any other foreign matter. 3.2 PRIME COAT A. Application 1. Inunediately following the surface preparation, apply the bituminous material by means of the bituminous distributor. Apply the bitumnous material at a pressure range of 25 to 75 pounds per square inch within the temperature limits specified herein, and at the rate of not less than 0.20 gallon nor more than 0.30 gallon of bituminous material per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated with slight puddling on the surface. Unless the distributor is equipped to obtain satisfactory results at the junction of previous and subsequent applications, spread building paper on the surface of the applied material for a sufficient distance back from the ends of each application, so that flow fi•orn the sprays may be started and stopped on the paper, and so that all sprayers will operate at full force on the surface to be treated. Irnnediately after the application, remove the building paper and apply bituminous material to spots mussed by the distributor. B. Curing r 1. Following the application of bituminous material, allow the surface to cure without being disturbed for a period of not less than 48 hours, or longer as may be necessary, to attain penetration into the foundation course and evaporation of the volatiles from the bitunnuious material. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Maintain the primed surface until the succeeding layer of pavement is placed by protecting the surface against damage and by repairing and repritning deficient areas. n»e-in_f-Pl-, T R0T-T\4TN:ASPRATTPAI\-7WG 02741-9 C. Temperature 1. Maintain application temperature between 68 ° F and 149 ° F. D. Protection I . Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades to prevent traffic over freshly treated surfaces. 3.3 TACK COAT A. Application j 1. Apply the tack coat when the surface to be treated is dry. Immediately following the preparation of the surface for treatment, apply the bituminous material by means of l the bituminous distributor, within the limits of temperature specified herein and at a J rate of not less than 0.05 gallon nor more than 0.15 gallon of diluted emulsion per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated. Treat lightly coated areas and spots missed by the distributor with the bituminous material. Following the application of bituminous material, allow the surface to cure without being disturbed for period of time necessary to permit setting of the tack coat. Apply the bituminous tack coat only as far in advance of the placing of the overlying layer as required for that day's operation. Maintain and protect the treated surface from damage until the succeeding course of pavement is placed. B. Temperature 1. Maintain application temperature between 122°. F and 185' F. C. Material Test 1. Perform spot test for asphalt in accordance with AASHTO T102 on each shipment. D. Traffic Controls 1. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades so that traffic will not travel over freshly treated surfaces. 3.4 ASPHALT STABILIZED BASE COURSE (ASB) A. ASB shall not be placed when au- temperature as reported by the National Weather Service is below 45 degrees F and falling. B. ASB shall be placed at a temperature between 255 and 285 degrees F during the months of June, July and August. During other months, ASB shall be placed at a temperature between 275 and 325 degrees F. C. Any ASB material that is above, or below the specified temperature range may be rejected. No payment will be made for any rejected material. D. ASB shall be placed and compacted in 3 inch lifts, unless otherwise directed by the Engineer. The material shall be placed in such a manner than when properly compacted the finished course is smooth, of unifonn density, and in conformance with required cross -sections and grades. 01287104-Phase I HOT -MIX ASPHALT PAVING 02741 - 10 0.l { } I 3.5 SURFACE COURSE A. HMAC shall be placed with a ninimunn compacted thickness of 1 '/a inches unless otherwise shown on the plaits. B. Laying of HMAC shall not start until sunrise, and must stop one hour before sunset. C. Air temperature requirements as follows: 1. November 1 to April 1 HMAC shall not be placed when the air temperature is below 55 degrees F and -_ falling. HMAC may be placed when the air temperature is above 50 degrees F and rising. 2. April 1 to November 1 HMAC shall not be placed when the air temperature is below 50 degrees F and falling. _. HMAC may be placed when the air temperature is above 45 degrees and rising. Air temperature shall be determined by the National Weather Service hourly report. D. If the temperature of any HMAC, measured while passing through the lay down machine, is 25 degrees F more or less than the nixing temperature, that load shall be rejected. No payment mill be made for rejected material. E. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross -sections and grades shown on the associated plans. F. Raking loose material back across the HMAC mat will not be permitted. G. Wings of the laydown machine may not be dumped unless they are dumped after every load. H. A level up course, '/2 inch or more in thickness, shall require the use of ASB or a coarse grade of HMAC approved by the Engineer. I. When the asphaltic nxture is placed in a small area where use of a finishing machine is not practical, the contractor may use other methods approved by the Engineer proN4ded a satisfactory surface can be obtained. J. Adjacent to curbs, gutters or other flush structures, the surface shall be finished uniformly high so that when compacted it will be inch above the curb or flush structure. K. All joints shall present the same texture, density, and smoothness as other sections of the course. The joints between old and new pavements or between successive day's work shall be made to insure a continuous bond between the old and new sections of the course. The transverse edges of old pavement and, if required by the Engineer, the successive day's pavement shall be cut with an approved concrete saw to expose an even vertical surface for the full thickness of the course. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of hot bituminous material (tack coat) before the flesh mixture is placed. L. Rolling with three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least half the width of the rear wheels. Alternate trips of the roller shall be slightly different in length. On super -elevated curves rolling shall begin at the low side and progress toward the high side. M. The motion of the rollers shall be slow enough to avoid displacement of the mixture. Rollers shall not be permitted to stand on pavement which has not been fully compacted. Any displacement of the mixture shall be corrected immediately by the use of rakes and fresh nni pure where required. 012S7104-Phase I HOT-M1=7 ASPHALT PA-V TNG 02741 - 11 N. Places inaccessible to the rollers may be compacted using lightly oiled tamps. Limited areas where required compaction cannot be obtained using a three wheel roller shall be compacted with a trench type roller. O. The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-section. When tested with a 10 foot straight edge placed parallel to the centerline of the roadway, or other means acceptable to the Engineer, the maximum deviation shall not exceed 1/8 inch in 10 feet. An acceptable 10 foot straight edge shall be pro-,rided by the Contractor. Any point in the surface not meeting this requirement shall be corrected as directed by the Engineer. When placed on existing surfaces, the 1/8 inch maximum deNriation requirements may be waived by the Engineer. 3.6 JOINTS A. Construct joints to ensure a continuous bond between adjoining paving sections. Construct joints free of depressions with same texture and smoothness as other sections of hot -nix asphalt course. 1. Clean contact surfaces and apply tack coat to joints. 2. Offset longitudinal joints, in successive courses, a minimum of 6 inches. 3. Offset transverse joints, in successive courses, a minimum of 24 inches. 4. Construct transverse joints as described in Al MS-22, "Construction of Hot Mix Asphalt Pavements." 5. Compact joints as soon as hot -mix asphalt will bear roller weight without excessive displacement. 6. Compact asphalt at joints to a density Arithin 2 percent of specified course density. 3.7 COMPACTION A. General: Begin compaction as soon as placed hot -mix pa-ving will bear roller weight , without excessive displacement. Compact hot -mix paving with hot, hand tampers or -ribratory-plate compactors in areas inaccessible to rollers. 1. Complete compaction before mix temperature cools to 185 deg F. B. Breakdown Rolling: Complete breakdo«n1 or initial rolling itmnediately after rolling joints and outside edge. Examine surface irrmiediately after breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and rolling operations to comply with requirements. , C. Intermediate Rolling: Begun intermediate rolling immediately after breakdo,vni rolling while hot -mix asphalt is still hot enough to achieve specified density. Continue rolling until hot -mix asphalt course has been uniformly compacted to the following density: 1. Average Density: 96 percent of reference laboratory density according to AASHTO T 245, but not less than 94 percent nor greater than 100 percent. D. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot -mix asphalt is still warn. E. Edge Shaping: while surface is being compacted and finished, trim edges of pavement to j proper alignment. Bevel edges while asphalt is still hot; compact thoroughly. F. Repairs: Remove paved areas that are defective or contaminated with foreign materials and replace with fresh, hot -mix asphalt. Compact by rolling to specified density and surface smoothness. G. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened. H. Erect barricades to protect paving from traffic until mixture has cooled enough not to I_ become marked. I_ 01287104-Plnase l HOT-Irli ASPH_A_LT PAVMNTG 0=741 - 12 (4110i 3.8 INSTALLATION TOLERANCES A. Thickness: Compact each course to produce the thickness indicated within the following tolerances: 1. Base Course: Plus or minus 1/2 inch. 2. Surface Course: Plus 1/4 inch, no minus. B. Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as deternnined by using a 10-foot straightedge applied transversely or longitudinally to paved areas: 1. Base Course: 1/4 inch. 2. Surface Course: 1/8 inch. 3. Crowned Surfaces: Test with crowned template centered and at right angle to crown. Maximum allowable variance from template is 1/4 inch. 3.9 PAVEMENT MARKING A. Work Zone Pavement Markings — See Section 01555, Barricades, Signs and Traffic Handling, paragraph 2.2. B. Permanent Pavement Markings 1. All permanent pavement markings shall be reflectorized multiploymer (Modified Urethane) applied in accordance with manufacturer's recommendations including surface preparation. 2. Permanent pavement markings including raised pavement markers shall be identical in size, shape, color and location to pavement markings that exist prior to connmencing work. 3. Before removing existing pavement markings or existing paving, the Contractor shall inventory existing pavement markings. The inventory shall include all information necessary to replace the markings in their original location following pavement reconstruction. 4. Materials and installation for surface markings shall be in accordance with TxDOT Item 666, except markings may be applied between September 31 and March 1 if temperature and moisture linnitations are not exceeded. 5. Materials and installation for raised pavement markers shall be in accordance with t TxDOT Itein 672, Class B. C. Elimination of Pavement Markings 1. Existing pavement markings and raised pavement markers that are in conflict with work zone pavement markings shall be removed. 2. Work zone markings that are not eliminated by street construction performed by the Contractor shall be removed as described in this paragraph. 3. Approved methods for removal of markings on asphalt surfaces: a. Surface treatment application at least two feet in width. b. Water or water -sand blasting. C. Other methods proven to be successful to the Owner. ?. Approved methods for removal of markings on concrete surfaces: a. Burning performed in such a manner that does not damage concrete. b. `eater or ,Pater -sand blasting. C. Other methods proven to be successful to the Owiier. 5. Removal of raised pavement markers and adliesive shall be by mechanical methods. 01 i9710-s-Phase I HOT-MP-1' ASPHALT PAVING 02741 - k3 3.10 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall perfonn field tests and inspections and prepare test reports. 1. Testing agency will conduct and interpret tests and state in each report whether tested work complies with or deviates from specified requirements. B. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. C. Thickness: In -place compacted thickness of hot -mix asphalt courses will be determined according to ASTM D 3549. D. Surface Smoothness: Finished surface of each hot -nix asphalt course will be tested for compliance with smoothness tolerances. E. In -Place Density: Testing agency will take samples of uncompacted paving mixtures and compacted pavement according to ASTM D 979 or AASHTO T 168. 1. Reference maximum theoretical density mill be determined by averaging results from four samples of hot -nix asphalt -paving mixture delivered daily to site, prepared according to ASTM D 2041, and compacted according to job -mix specifications. 2. In -place density of compacted pavement will be determined by testing core samples according to ASTM D 1188 or ASTM D 2726. a. One core sample mill be taken for every 2000 sq. yd. or less of installed pavement. F. Remove and replace or install additional hot-rnix asphalt where test results or measurements indicate that it does not comply with specified requirements. G. Owner may elect to take confirmation tests at Owner's expense. Contractor shall cooperate with Owner's testing agency. Failing tests taken at Owner's direction shall be charged to the Contractor. Failing test charges shall include pro-rata technician charges, actual failing test charge, pro -rats mileage charge, and other pro -rated charges. 3.11 DISPOSAL A. Dispose of excess materials in accordance with requirements of Section 01576 — Waste Material Disposal. 1. Do not allow excavated materials to accumulate on -site. END OF SECTION 02741 0128 7104-Phase I _N_OT-I\ZIT: ASPHAL P.4�'ING 02741 - 14 I bi SECTION 02751 PORTLAND CEMENT CONCRETE PAVEMENT PART1-GENERAL 1.1 SECTION INCLUDES A. This section includes the following: 1. Concrete pavement. 2. Curb and gutter. 3. Driveways (alleys). 4. Sidewalks. B. This section applies wherever Contractor has elected to remove, or is required to remove, and replace concrete pavement, curb and gutter, driveway (alleys), and sidewalks as part of storm. sewer installation. Section applies also for repair or replacement of facilities otherwise damaged by Contractor's operations. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specification sections apply to this section. B. Section 02221 — Removing Existing Pavements. C. Section 02300 — Earthwork- D. Section 02741 — Hot -Mix Asphalt Paving. E. Section 02764 — Pavement Joint Sealants. F. Section 03300 — Cast -in -Place Concrete. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, expansive hydraulic cement, flv ash and other pozzolans, ground granulated blast -furnace slag, and silica fume. B. TxDOT: Texas Department of Transportation "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" 2004. 1.4 SUBMITTALS A. Submit product data in accordance with Section 01330 — Subnnittal Procedures. B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete pavement mix. Include alternate rnix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: I. Cennentitious materials and as reeates. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Admixtures. -5. Curing compounds. 0128710=1-Phase 1 PORTLAI`TD CEMENT COI\TCP FTE P. �.�,T14ENT 027-51 - 1 6. Applied finish materials. 7. Bonding agent or adhesive. 8. Joint fillers. E. Shop drawings for reinforcement detailing, fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed pavement work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction Arith a record of successful in-senvrice performance. B. Manufacturer Qualifications: Manufacturer of ready -mixed concrete products complying Frith ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mix Concrete Association's Plant Certification Program. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate from one source. E. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by the requirements of the Contract Documents. Refer to Section 03300 — Cast -in -Place Concrete for additional codes and standards. F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixes. 1.6 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities and emergency services. PART 2 - PRODUCTS 2.1 FORMS A. Form Materials: Plywood, metal, metal -framed plywood, or other approved panel -type materials to provide full -depth, continuous. straight, smooth exposed surfaces. 1. Use flexible or curved forms for curves of a radius 100 feet or less. 2. Forms should be no less than 10 ft. in length. B. Form -Release Agent: Conuiiercially formulated forni-release anent with a maximum of 350 g/1 volatile organic compounds (VOC's) that will not bond with, stain, or adversely I-- affect concrete surfaces and will not impair- subsequent treatments of concrete surfaces. C. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that gill leave no metal closer than 1-1/2 inches to the plane.of the exposed concrete surface. 1. Provide ties that, when removed, will leave holes not larger than 1 inch in diameter in the concrete surface. 0128 i 10-1.-Phase I PORTL - TD CEMENT CONCRETE P.A�'T1v1ENT 02751 - 0=1 `f' -5) 2.2 2.3 STEEL REINFORCEMENT A. Plain -Steel Welded Wire Fabric: ASTM A 185, fabricated from as-dra-wn steel wire into flat sheets, shall be 6" x 6" — 10 gauge welded wire fabric, or as shown on plans. B. Reinforcement Bars: ASTM A 615/A 615K Grade 60, deformed. C. Joint Dowel Bars: Plain steel bars, ASTM A 615/A 615M, Grade 60. Cut bars true to length with ends square and free of burrs. D. Tie Bars: ASTM A 615/A 615M, Grade 60, deformed. E. Hook Bolts: ASTM A 307, Grade A, internally and externally threaded. Design hook -bolt joint assembly to hold coupling against pavement form and in position during concreting operations, and to permit removal without damage to concrete or hook bolt. F. Bar Supports: Bolsters, chaos, spaceis, and other devices for spacing, supporting, and fastening reinforcement bars, welded wire fabric, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete or fiber -reinforced concrete of greater compressive strength than concrete, and as follows: 1. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. 2. Space reinforcing supports at 5'-0" maximum in any direction. CONCRETE MATERIALS A. General: Use the same brand and type of cementitious material from the same manufacturer throughout the Project. B. Portland Cement: ASTM C 150, Type I, II, or III or ASTM G176 IA, IIA, or IIIA for air entrained. 1. Fly Ash: ASTM C 618, Type C. C. Aggregate: ASTM C 33, uniformly graded, from a single source, with coarse aggregate as follows: 1. Class:4M. 2. Maximum Aggregate Size: 1-1 /2 inches nominal. 3. Coarse aggregate for Class C or E concrete shall be crushed limestone (Brovcrnwood type or equivalent). Aggregate shall be graded from fine to coarse and shall conform to ASTM C 136. The gradation for aggregate shall meet the following requirements by weight: FINE AGGREGATE COARSE AGGREGATE Sieve Percent Retained Sieve Percent Retained 3/8 inch 0 1-3/4 inch 0 No. 4 0-5 1-1/2 inch 0-5 No. 16 20-55 3/ inch 30-65 No. 30 45-75 3/8 inch 70-90 No.50 70-90 No.4 95-100 No.100 98-100 Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM C 87. Maximum amounts of impurities finer than the 9200 sieve shall conform to ASTM C 117. Maximum amounts of soft particles shall conform to ASTM C 123. Maximum amounts of friable particles shall conform to ASTM C 142. 01')R'71 n1_Pha ca T PnP TT AMTI rFTvTFNTT r Y1TTrp FTF P h VF10TNT 02751 - 3 Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Engineer. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. Stockpiles shall be built in layers of uniform thickness. Equipment shall not be permitted_ to operate over the same lift repeatedly. D. Water: ASTM C 94. 2.4 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cement and to be compatible with other admixtures. B. Air -Entraining Admixture: ASTM C 260. Certified by manufacturer to be compatible with other required admixtures. C. Neater -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Adinixture: ASTM C 494, Type F or Type G. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. 2.5 FIBER REINFORCEMENT A. Fiber reinforcement may be used in place of wire mesh only if approved by Engineer and Owner. B. Fiber reinforcement shall be 100% virgin polypropylene, collated, fibrillated fibers, made for use as concrete reinforcement, containing no reprocessed olefin materials, and conforming to ASTM C 1116, Type III. C. Specific gravity - .91 D. Tensile Strength — 70,000 psi to 100,000 psi E. Length - 3/" A. Liquid -type membrane -forming curing compound with white pigment complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 pounds per square yard when applied at 200 sq. ft./gal. 2.7 RELATED MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber. I_) B. Texture Surface for Ramps 1. Meet requirements of the Texas Accessibility Standards. 2. Concrete paver units shall meet all requirements of ASTM C-936 and C-33 and shall i be laid in a two by two unit basket weave pattern. 3. Color as selected by Owner. To be a contrasting color with the adjacent surfaces. 4. Durabak with Safti-Traxx Detacable Warning System by Cote-L Distribution Company, or approved equal. 5. Texture surface requirements for ramps may be modified by Oxvner at any tune to comply with Texas Accessibility Standards. No additional compensation will be made for such modification. 01287104-Phase I PORTL_AND CEMENT CONCRETE PAS/EMENT 02751 - 4 04/05 N C. Bonding Agent 1. Polyvinyl acetate or acrylic base. D. Sand Cusion 1. Clean, manufactured or natural sand with plasticity index of 8 or less. E. Epoxy Adhesive 1. ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit project requirements. 2.8 CONCRETE MIXES A- Prepare design nnixes, proportioned according to ACI 301, for each type and strength of normal -weight concrete determined by either laboratory trial nixes or field experience. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the trial batch method. 1. Do not use Owner's field quality -control testing agency as the independent testing agency. C. Proportion mixes to provide concrete with the following properties: 1. Maximum Water-Cementitious Materials Ratio: 0.45. D. Classification 1. The following City of Lubbock classes of concrete shall be used: Class A Curb and gutter, sidewalks, curb ramps, medians, and driveways. Class B Alley returns and alley paving. Class C Valley gutters, fillets, and concrete street pavement. Class D Utility encasements. Class E Fast setting concrete pavement such as "Fast Track" Concrete Pavement or other special design. E. Mix Design 1. At least 15 days prior to beginning any concrete pavement construction the Contractor shall subunit the following to the Engineer for approval: a. Test certificates from an approved conunercial testing laboratory on all proposed aggregate. Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate or Sodium Sulfate test (not to exceed 18%). b. A nix design based on water -cement ratio. C. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with ASTM C 78, made by an approved commercial testing laboratory. Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. 2. The Engineer will approve or reject the mix design and materials based on these subnnittals. This approval shall be subject to additional testing during construction. 0 1 25 7104 -Pha se I PORTL?.I\TD CEMENT CONCRETE PA'rEt,/IENT Mix designs for various classes of concrete shall conform to the following: Class Minimum Sacks Cement per CY Maximum Gal Water per Sack Maximum Slump Inches A 5.0 6.5 4 B 5.5 5.5 3 C 6.0 6.0 3 D 4.5 6.5 4 E 7.0 5.0 As specified by Concrete batch plant F. Strength Requirements 1. The various classes of concrete shall conform to the following strengths in psi as determined by the average of two test cylinders or beams. COMPRES SWE FLE `'URAL, Class 3 Dav 7 Dav 28 Day A - 2100 3000 - B 2500 3000 - - C - 2500 3600 600 (28 day) D - - 2500 - E Unless otherwise specified 500 (16 hr) G. Properties 1. Air Entrainment: 5%+/- 1 '/2% ASTM C 260. 2. Synthetic Fiber: Use manufacturer's recommended rate, but not less than 1.0 lb/cu.yd. (where applicable). 3. Flyash: Not more than 10% by absolute volume of cement. 2.9 FLOWABLE FILL Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 2 sacks per cubic yard Flowable fill shall be used for backfill in all utility ditches within the right of way, and other areas as specified. r� KOTOW64aaA O ►Nli Wr A. Ready -Mixed Concrete: Comply with requirements and with ASTM C 94 and ASTM C 1116 when synthetic fibers are involved. 1. When air temperature is between 85 deg F and 90 deg F, reduce n-dxing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce nuking and delivery time to 60 minutes. B. Project -Site Mixing: Comply with requirements and measure, batch, and nix concrete materials and concrete according to ASTM C 94. Mix concrete materials in appropriate drum -type batch machine nnixer. 1. For mixers of 1 cu. yd. or smaller capacity, continue mixing at least one and one- half minutes, but not more than five minutes after ingredients are in mixer, before any part of batch is released. 2. For nnixers of capacity larger than 1 cu. yd.. increase mixing time by 15 seconds for each additional_ 1 cu. yd. 0128 7104-Phase I PORTLAND CEMENT CONCRETE PAvE_N4FNTT 02751 - 6 04!05 7 3. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, nix time, quantity, and amount of water added. PART 3 - EXECUTION 3.1 PREPARATION A. Proof -roll prepared subbase surface to check for unstable areas and verify need for additional compaction. Proceed with pavement only after nonconforming conditions have been corrected and subgrade is ready to receive pavement. B. Remove loose material from compacted subbase surface immediately before placing concrete. 3.2 EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for pavement to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. B. Clean forms after each use and coat with form release agent to ensure separation from concrete without damage. 33 STEEL REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's (CRSI) "Manual of Standard Practice" for fabricating reinforcement and with recommendations in CRSI's "Placing Reinforcing Bars" for placing and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond -reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. 3.4 JOINTS A. General: Construct isolation, contraction, construction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. 1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour, unless pavement terminates at isolation joints. 1. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 2. Provide tie bars at sides of pavement strips where indicated. F012e i 10'-Phase I PORTLAI\TD CE1,4ENT COI\TCPFTE PA TEI�4ENTT 02751 - 7 3. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Isolation Joints: Form isolation joints of preformed joint -filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, wallcs, other fixed objects, and where indicated. 1. Extend joint fillers full width and depth of joint. 2. Tel joint filler less than 1/2 inch or more than 1 inch below finished surface if joint sealant is indicated. 3. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 4. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint -filler sections together. 5. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Curb and Gutter 1. Place 1/" pre -molded expansion joints at the tangent point of each return at intersections and at intervals not more than 40 feet between the intersections. 2. Locate construction joints of at least 3/" depth at 10 foot intervals. E. Sidewalk 1. Place %4" expansion joint material where new construction abuts an existing structure, sidewalk, etc. 2. Place expansion joints at 36 ft. spacing (max). 3. Place weakened plane joints at 5 ft. spacing (max). They shall be '/" wide by Y" deep. F. Driveways and Pavements 1. Install dowel bars and support assemblies at joints. Dowel bar spacing and size as directed by Engineer. Lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 2. Cnooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to the following radius. Repeat grooving of contraction jousts after applying surface finishes. Eliminate groover marks on concrete surfaces. a. Radius: 1/4 inch. b. Bottom Width: 3/8 inch. C. Top Width: 3/4 inch. d. Depth: 1 5/8 inch. 3.5 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcement steel, and items to be embedded or cast in. B. Remove snow, ice, or fi•ost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they are at the required finish elevation and alionunent. D. Comply -%vith requirements and with recommendations in ACI 3 04 R for measuring, nnixing, transporting, and placing concrete. E. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to mote concrete into place. 012' 7104-Phase I PORTLAND CEMENT CONCRETE PA�.TMENTT 02 751 - 8 04/05 F. Consolidate concrete by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures to consolidate concrete according to reconnniendations in ACI 309R. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square -faced shovels for hand -spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. G. Place concrete in two operations; strike off initial pour for entire width of placement and to the required depth below finish surface. Lay welded wire fabric or fabricated bar mats immediately in final position. Place top layer of concrete, strike off, and screed 1. Remove and replace portions of bottom layer of concrete that have been placed more than 15 minutes without being covered by top layer, or use bonding agent if approved by Engineer. H. Screed pavement surfaces with a straightedge and strike off. Continence initial floating using bull floats or darbies to form an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading dry -shake surface treatments. I. Curbs and Gutters: When automatic machine placement is used for curb and gutter placement, submit revised mix design and laboratory test results that meet or exceed requirements. Produce curbs and gutters to required cross section, lines, grades, finish, and jointing as specified for formed concrete. If results are not approved, remove and replace with formed concrete. J. When adjoining pavement lanes are placed in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of its 28-day compressive strength. K. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to, or is expected to fall below, 40 deg F, unifornly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in nix designs. L. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 deg F. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcement steel with water -soaked burlap so steel temperature will not exceed ambient air temperature irnrmediately before embedding in concrete. 3. Fog -spray formes, reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniforms vithout standing water, soft spots, or dry areas. 3.6 CONCRETE FINISHING A. General: Wetting of concrete surfaces during spreeding, initial floating, or finishing operations is prohibited. I 01287104-Phase 1 PORTL. TTD CEIAIENT CONCRETE PAN' IAENIT Q751_ - 9 B. Float Finish: Begin the second floating operation when bleed -water sheen has disappeared and the concrete surface has stiffened sufficiently to permit operations. Float surface with power -driven floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots, and fill low spots. Refloat surface immediately to uniform. granular texture. 1. Burlap Finish: For sidewalks, drag a seamless strip of damp burlap across float - finished concrete, perpendicular to line of traffic, to provide a uniform, bitty texture. 2. Medium -to -Fine -Textured Broom Finish: For curb and gutter, draw a soft bristle broom across float-fuiished concrete surface perpendicular to line of traffic to provide a uniform, fine -line texture. 3. Medium -to -Coarse -Textured Broom Finish: For concrete pavement and driveways (alleys), provide a coarse finish by striating float -finished concrete surface 1/16 to 1/8 inch deep with a stiff -bristled broom, perpendicular to line of traffic. 3.7 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI306.1 for cold -weather protection and follow recommendations in ACI 305R for hot -weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface. D. Curing Methods: Cure concrete by moisture curing, moisture -retaining -cover curing, curing compound, or a combination of these as follows: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water -fog spray. C. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Inunediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply urnifornnly in continuous operation by power spray or roller according to manufacturer's written instructions. Refloat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.8 PAVEMENT MARKINGS A. Permanent pavement rnarkiigs shall be reflectorized multipolymer (Modified Urethane) applied in accordance with manufacturer's recommendations including surface preparation. B. Materials and installation for surface marldngs shall be in accordance with TxDOT itern 666. E_ 0i387IiJ=!-Phase I PORTT_.Ai !jrBl'N4ErdTCQT,j`PFTEP A�'EMET�TT 027-1-10 3.9 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control include those specified in this Article. B. Testing Services: Testing shall be performed according to the following requirements: 1. Sampling Fresh Concrete: Representative samples of fresh concrete shall be obtained according to ASTM C 172, except modified for slump to comply with ASTM C 94. 2. Slump: ASTM C 143; one test at point of placement for each compressive -strength test, but not less than one test for each day's pour of each type of concrete. Additional tests will be required when concrete consistency changes. 3. Air Content: ASTM C 231, pressure method; one test for each compressive -strength test, but not less than one test for each day's pour of each type of air -entrained - concrete. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each set of compressive -strength specimens. 5. Compression Test Specimens: ASTM C 31/C 31M; one set of four standard r , cylinders for each compressive -strength test, unless otherwise indicated. Cylinders shall be molded and stored for laboratory -cured test specimens unless field -cured ' test specimens are required. 6. Compressive -Strength Tests: ASTM C 39; one set for each day's pour of each concrete class exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd.. One specimen shall be tested at 7 days and two specimens at 28 days; one specimen shall be retained in reserve for later testing if required. 7. When frequency of testing will provide fewer than five compressive -strength tests for a given class of concrete, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. C. Test results shall be reported in writing to Engineer and Contractor within 24 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing agency, concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete nmix proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. D. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer but will not be used as the sole basis for approval or rejection. E. Additional Tests: Contractor shall make additional tests of the concrete when test results indicate slump, air entrainment, concrete strengths, or other requirements have not been met, as directed by Engineer. Contractor may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. F. Contractor shall pay for failing tests. G. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" -where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders or acceptance test beams are not representative of concrete -in -place in the pavement; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders or acceptance test beams for days concreting were made for testing. 012)87104-Phase I PORTLA?NTD CEMENT CONCRETE PAVEMENT 02)751 - 11 B. Float Finish: Begin the second floating operation when bleed -water sheen has disappeared and the concrete surface has stiffened sufficiently to permit operations. Float surface with power -driven floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots, and fill low spots. Refloat surface immediately to uniform granular texture. 1. Burlap Finish: For sidewalks, drag a seamless strip of damp burlap across float - finished concrete, perpendicular to line of traffic, to provide a uniform, gritty texture. 2. Medium -to -Fine -Textured Broom Finish: For curb and gutter, draw a soft bristle broom across float -finished concrete surface perpendicular to line of traffic to provide a unnifonm, fine -line texture. 3. Medium -to -Coarse -Textured Broom Finish: For concrete pavement and driveways (alleys), provide a coarse finish by striating float -finished concrete surface 1/16 to 1/8 inch deep with a stiff -bristled broom, perpendicular to line of traffic. 3.7 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete fi•om premature drying and excessive cold or hot temperatures. Comply with ACI306.1 for cold -weather protection and follow recommendations in ACI 305R for hot -weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface. D. Curing Methods: Cure concrete by moisture curing, moisture-retainnin—cover curing, curing compound, or a combination of these as follows: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water -fog spray. C. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in Aidest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply unnifonnly in continuous operation by power spray or roller according to manufacturer's written instructions. Refloat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.8 PAVEMENT MARKINGS A. Permanent pavement markings shall be reflectorized multipolymer (Modified Urethane) - applied in accordance with manufacturer's recommendations including surface preparation. B. Materials and installation for surface marldiigs shall be in accordance with TxDOT itenn � 666. I 0128 710'-Phase I PORTT AMID CEMENT CONrPFTF PATEMENT 02751 - 10 , 04',105 3.5 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and fronn damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants inmiediately so installations with repaired areas are indistinguishable from the original work. END OF SECTION 02764 0 12) R 71 04-Pli ase I P11'AVE1,AENT JOINT SEA-1-ANTS 02764 - 5 SECTION 02920 LAWNS AND GRASSES PART 1- GENERAL 1.1 SUMMARY A. This section refers to establishment of grasses for developed and underdeveloped areas damaged or removed by construction activities. All developed areas are to be re -sod using approved methods and materials. All underdeveloped areas are to be seeded using approved methods and materials. Where seeding is required the Contractor has the option of either planting seed with a drill or planting seed through hydroseeding, or a mixture of both methods, in accordance with these specifications. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Specification Sections, apply to this Section. B. Related Sections include the following: 1. Section 02300 Earthwork 2. Section 02317 Excavation and Backfill for Utilities 3. Section 02320 Utility Backfill Materials 1.3 DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or back -fill immediately beneath planting soil. E. Developed Areas: Area to be disturbed by construction activities across property along the roadway. For the purposes of meeting the re -vegetation requirements required under this project, developed areas shall be defined as that reach of the project from Station 12/+83 to approximate Station 139+23 and 280+69 to 310+50. F. Undeveloped Areas: Area to be disturbed by construction activities where the land is not developed being used for active farning. For the purposes of meeting the re -vegetation requirements for this project, undeveloped areas shall be defined as the corridor. 1.4 SUBI /HTTALS A. Product Data: For each type of product indicated. B. Certification of Grass Seed: From seed vendor for each grass -seed monostand or mixture stating the botanical and conuiion name and percentage by weight of each species and variety, and percentage of purity, gennination, and weed seed. Include the year of production and date of packaging. 1. Certification of each seed nxture for turfgrass, identifying source, including name and telephone number of supplier. C. Product Certificates: For soil amendments and fertilizers, signed by product manufacturer. D. Qualification Data: For landscape installer. 01287104. LA7\A`NS AND GRASSES 02920 - I E. Planting Schedule: Indicating anticipated planting dates for each type of planting. F. Preconstruction Condition Documentation: Prior to construction in any park or range area, subunit video tape or photographic evidence that shows all areas to be disturbed. This will provide the documentation of the "preconstruction" condition of these areas. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful park and range grass establislunent. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. 1.6 DELIVERY, STORAGE, AND HANDLING A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. B. Sod: Harvest, deliver, store, and handle sod according to requirements in TPI's "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" in its "Guideline Specifications to Turfgrass Sodding." 1.7 SCHEDULING A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. 1. Seeding: February - May 2. Sodding: March - September B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions pen -nit. C. When construction activities are completed outside planting periods for seeding or sodding operations, the Contractor shall overseed the areas disturbed by construction activities with annual rye grass as a temporary stabilization measure. The Contractor shall re -seed or re -sod areas overseeded with annual rye with approved pennanent stabilization grasses as soon as practical during the following planting season. 1.8 RANGE MAINTENANCE A. Begin maintenance innrnediately after each area is planted and continue until an acceptable t_.1 stand of grass is established, but for not less than 40 calendar days from date of Substantial Completion. Y B. Maintain and establish grass by watering, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and reinulch. C. Watering: Pro -,ride and maintain temporary piping, hoses, and lawn -watering equipment to j convey water from sources and to keep range uniformly moist. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water range at a nuninum rate of'h inch per week for 4 weeks after planting. D. Mow- grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf gro-wth in initial or subsequent mowings. Do not delay P C1?87.0=LA\X714TS-STD GRASSES 029_02 t.�- r :� rnV_ � t__1 mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 4 inches to 6 inches high. E. Range Seeding/Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to lawn area. 1.9 PARK MAINTENANCE A. Begin maintenance innmediately after each area is planted and continue until an acceptable stand of grass is established, but for not less than the following periods: 1. Sodded Lawns: 30 calender days from date of Substantial Completion. B. Maintain and establish grass by watering, fertilizing, weeding, mowing, trinuming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a unifornly smooth surface. C. Watering: Provide and maintain temporary piping, hoses, and lawn -watering equipment to convey water from sources and to keep area uniformly moist to a depth of 4 inches. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water grass at a minimum rate of 1 inch per week. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of 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 snow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 1-1/2 inch to 2 inches high. E. Park Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to lawn area. 1.10 ROW CROP MAINTENANCE A. Restore row crop soils to original condition and grades upon completion of storm sewer pipe construction. B. Coordination with landowners -,ria the City of Lubbock's Right -of -Way Agent can be made to define restoration efforts. C. Any deviation from these specifications shall be documented in vTiting in a letter from the landowners. PART 2 - PRODUCI'S 2.1 SEED A. Grass Seed: Fresh, clean, dry, new -crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. B. Seed Species: Seed of grass species as follows, with not less than 95 percent genmination. not less than 85 percent pure seed, and not more than 0.5 percent weed seed: 1. Buffalograss (Buclnloe dactyloides) 01287104 LAWNS AND GR ASSES 02920 - 33 2.2 TURFGRASS SOD A. Turfgrass Sod: Approved, complying with TPI's "Specifications for Turfgrass Sod Materials" in its "Guideline Specifications to Turfgrass Sodding." Furnish Friable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. B. Turfgrass Species: 1. Parks and Lawns: Bermudagrass (Cynodon dactylon tiffivay cultivar) 2. Range: Buffalograss (Buchloe dactyloides) 2.3 TOPSOIL A. Contractor shall use approved topsoil obtained from stripping ahead .of construction activities. 2.4 PLANTING ACCESSORIES A. Selective Herbicides: EPA registered and approved, of type recommended by manufacturer for application. 2.5 FERTILIZER A. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water -insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. B. Coordinate with golf course personnel for fertilizer requirements. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive grasses for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected._ 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydroseeding overspray. B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and Avalk\vays. 3.3 PARK, LAWN AND RANGE PREPARATION A. Lin -tit subgrade preparation to areas to be planted. B. Subgiade Over Excavated Trench: Loosen subgrade to a nninimum depth of 4 inches. � Remove stones larger than one inch in any dimension and sticks. roots, rubbish, and other 01287104 LAV,/NTS A2\TD GRASSES 02920 - 4 O `OS extraneous matter and legally dispose of them off Owner's property. Pulverize or roto-till soil clods to less than one-half inch equivalent diameter. I. Apply fertilizer directly to subgrade before loosening at a rate of 400 pounds per acre. 2. Reduce elevation of planting soil to allow for soil thickness of sod. C. Adjacent Subgrades: If grasses are to be planted in areas unaltered or undisturbed by excavating, grading, or surface soil stripping operations; but were affected by stockpiling, vehicular traffic or other ancillary activity relating to construction operations, prepare surface soil as follows: 1. Loosen surface soil to a depth of at least of 4 inches. a. Apply fertilizer directly to subgrade before loosening at a bulk rate of 400 pounds per acre. 2. Remove stones larger than one inch in any dimension and sticks, roots, trash, and other extraneous matter. 3. Legally dispose of waste material, including grass, vegetation, and turf. off Owner's property. D. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. 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. E. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Restore areas if eroded or otherwise disturbed after finish grading and before planting. 3.4 SEEDING OF RANGE GRASSES A. Sow seed with drill specifically designed for type of seed to be used. Do not broadcast or drop seed when wind velocity is excessive. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged. B. Sow seed at the rate of 20 lb. of pure live seed (pls) per acre. C. Roll lightly, and water with fine spray. 3.5 HYDROSEEDING A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue nixing until uniformly blended into homogeneous slurry suitable for hydraulic application. 1. Mix slung with nonasphaltic or asphalt -emulsion tackifier. 2. Apply slurry uniformly to all areas to be seeded in a one-step process. 3.6 SODDING OF PARKS AND LAWNS A. Lay sod -Mthin 48 hours of har \resting. Do not lay sod if dormant or if ground is frozen or muddy. 01 97104 LAViNS AND GRASSES 02920 - 5 B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1. Lay sod across angle of slopes exceeding three horizontal to one vertical. 2. Anchor sod on slopes exceeding six horizontal to one vertical with wood pegs or staples spaced as recommended by sod manufacturer but not less than 2 anchors per sod strip to prevent slippage. C. Saturate sod with fine water spray within two hours of planting. During first week, water daily or more frequently as necessary to maintain moist soil to a miniinum depth of 1-1/2 inches below sod. 3.7 RENOVATION OF PARKS, LAWNS AND RANGES A. Renovate existing grasses and landscaping damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles, at Contractor's expense. 1. Reestablish lawn where settlement or washouts occur or where minor regrading is required. B. Remove sod and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil. C. Remove topsoil containing foreign materials resulting from Contractor's operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new topsoil. D. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre -emergence herbicides. E. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. F. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches. G. Apply soil amendments and initial fertilizers required for establishing new lawns and mix thoroughly into top 4 inches of existing soil. Provide new planting soil to fill love spots and meet finish grades. H. Water newly planted areas and keep moist until new grass is established. 3.8 SATISFACTORY PARKS, LAWNS AND RANGES A. Satisfactory Seeded Range: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 5 by 5 inches. B. Satisfactory sodded park, lawn or range: At end of maintenance period, a healthy, well - rooted, even -colored, -,riable stand of grass has been established, free of weeds, open joints, bare areas, and surface irregularities. C. Reestablish park, lawns or range grasses that do not comply with requirements and continue maintenance until grasses are satisfactory to the Owner. 3.9 CLEANTUP AND PROTECTION 1 A. Promptly remove soil and debris created by landscape work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks_ or other paved areas. t 01287104 LA-1PNS AND GR;_SSES 02920 - 6 I , 01,1'05 B. Erect barricades and warning signs as required to protect newly planted areas fiom traffic. Maintain barricades throughout maintenance period and remove after lawn is established. C. Remove erosion -control measures after grass establishment period in accordance -,with the Storm Water Pollution Prevention Plan. END OF SECTION 02920 0 1287 104 LA�TYNS A1,TD GRASSES 02920 - 7 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1-GENERAL RFESSIMBUTIMYTIVII'm A. This Section includes, but is not limited to cast-inplace concrete, including formwork, reinforcing, rnix design, placement procedures, curing, and finishes. B. Cast -inn -place concrete includes but is not limited to the following: 1. Foundations and footings. 2. Slabs -on -grade. v 3. Inlets, headwalls and wingwalls. 4. Cast -in -place manhole bases and manhole riser supports at pipe tee locations. C. Cast -in -place concrete for pavement, sidewalk-, curb and gutter, driveways, and alleys shall meet the requirements of Section 02751 - Portland Cement Concrete Pavement. D. Cast -in -place concrete for storm sewer pipe shall meet the requirements of Section 03301- Cast - In -Place Non -Reinforced Concrete Pipe. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections, apply to this Section. 1.3 SUBMITTALS A. General: Submit the following according to Conditions of the Contract and Division 1 Specification Sections. B. Product data for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, joint systems, curing compounds, and others if requested by Engineer. C. Design Mixes: For each concrete nix. D. Shop drailrings for reinforcement detailing fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar- schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. Include special reinforcing required for openings through concrete structures. E. Laboratory test reports for concrete materials and mix design test. F. Formwork shop drawrings: Prepared by or under supervision of a qualified Professional Engineer detailing fabrication, assembly, and support of fornwork. Design and Engineering of formwork are Contractor's responsibility. G. Shoring and Reshoring: Indicated proposed schedule and sequence of stripping formwork, shoring removal and installing and removing reshoring. 012 87104-Phase I CAST-11,4-PLACE CONCRETE 03300 - 1 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply «dth provisions of the following codes, specifications, and standards, except where more stringent requirements are shown or specified: 1. American Concrete Institute (ACI) 301, "Specifications for Structural Concrete for Buildings." 2. ACI 318, "Building Code Requirements for Reinforced Concrete." 3. Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard Practice." 4. American Concrete Institute (_ACI) 305R, "Hot Weather Concreting." 5. American Concrete Institute (ACT) 306R, "Cold Weather Concreting." 6. American Concrete Institute (ACI) 306.1, "Standard Specification for Cold Weather Concreting." 7. American Concrete Institute (ACI) 350R, "Environmental Engineering Concrete Structures." 8. American Concrete Institute (ACI) 117, "Specifications for Tolerances for Concrete Construction and Materials." B. Concrete Testing Service: Engage a testing agency acceptable to Owner to perform material evaluation tests and to design concrete mires. Agency shall be qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated. 1. Personnel conducting field test shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-I or an equivalent certification program. C. Materials and installed Work may require testing and retesting at any time during progress of Work. Tests, including retesting of rejected materials for installed Work, shall be done at Contractor's expense. D. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this project and,Ahose work has resulted in construction with a record of successful in-service performance. E. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94, "Requirements for Production Facilities and Equipment." 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association Certification of Ready Mixed Concrete Production Facilities. PART 2 - PRODUCTS 2.1 FORM MATERIALS A. Forms for Exposed Finish Concrete: Fitzgerald Fommliner pattern No. 16982 Arizona Flagstone - Urethane, or equal. 1. Fitzgerald Fornnliners, 1341 East Pomona Street, Santa Ana, CA 92705. 1-800-547-7760. 2. Maxirnurn dunension of for nliner pattern joints shall not exceed 10" in any direction. ! t B. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, earth, or another acceptable material. Provide lumber dressed on at least two edges and one side for tight fit. C. Forn Release Agent: Provide conunercial formulation form release agent with a maximum of 3 50 g/L volatile organic compounds (VOCs) that will not bond with, stain or adversely affect _. concrete surfaces and will not impair subsequent treatments of concrete surfaces. D. Forn Ties: Factor y-fabricated, adjustable -length, removable or snap -off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that wiL leave no metal closer than 1-1 %2 inches to the plane of the exposed concrete surface. f 0128710=-Phase I CAST-IINT-PLACE CONCRETE 03300 - 2 CI`j Cf5 Provide ties that, when removed, will leave holes not larger than 1 inch in diameter in the concrete surface. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of the exposed surface. Furnish ties with integral water. Barrier plates to walls indicated to receive damp proofing or waterproofing. ?.? REINFORCING MATERIALS A. Reinforcing Bars: ASTM A 615 Grade 60, deformed. B. Epoxy -coated fabricated reinforcing bars ASTM A 775. C. Supports for Reinforcement: Bolsters, chairs and spacers for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Use wire bar -type supports complying with CRSI specifications. 1. For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. ?. For exposed -to -view concrete surfaces where legs of supports are in contact with forms, provide supports with legs that are protected by plastic (CRSI, Class 1) or stainless steel (CRSI, Class 2). 3. rts at 5'-0" maximum in any direction. Space reinforcing suppo 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. 1. Use one brand of cement throughout Project unless noted otherwise. B. Fly Ash: ASTM C 618, Type C. C. Normal -Weight Aggregates: ASTM C 33, size 57. D. Water: Potable. E. Admixtures, General: Provide concrete admixtures that contain not more than 0.1 percent chloride ions. F. Air -Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures. G. Water -Reducing Admixture: ASTM C 494, Type A. H. High -Range Water -Reducing Admixture: ASTM C 494, Type F or Type G. I. Water -Reducing, Accelerating Admixture: ASTM C 494, Type E. J. Water -Reducing, Retarding Admixture: ASTM C 494, Type D. K. Water Proofing Admixture: IPANEX (800) 523-3834. L. Concrete Hardener: "Hydro" integral concrete floor hardening admixture, Specon, Inc., 262 Washington Avenue, Bergenfield, NJ 07621, (201) 385-6470, http://W\Nw.specorninc.corun- see draxvings for specific location applications. 2.4 RELATED MATERIALS A. Dovetail Anchor Slots: Hot -dip galvanized sheet steel, not less than 0.0336 inch thick with bent tab anchors. Fill slot ,vith temporary filler or cover face opening to prevent intrusion of concrete or debris. B. Sand Cushion: Clean, manufactured or natural_ sand «rith plasticity index of 8 or less. 01.287104-Please I CAST -IN -PLACE CONCRETE 03300 - 3 C. Liquid Membrane -Forming Curing Compound: Liquid -type membrane -foaming cluing coinpound complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 lb/sq.yd. when applied at 200 sq. ft./gal. D. Bonding Agent: Polyvinyl acetate or acrylic base. E. Epoxy Adhesive: ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit Project requirements. 2.5 PROPORTIONING AND DESIGNING MDMS A. Prepare design nixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301. For the trial batch method, use an independent testing agency acceptable to Engineer for preparing and reporting proposed nix designs. 1. �Do not use the wine testing agency as Owner for field quality control testing. B. Submit iwitten reports to Engineer of each proposed nix for each class of concrete at least 15 days prior to start of Work. Do not begin concrete production until proposed nix designs have been reviewed by Engineer. Do not submit mix designs for other projects or that are over 60 days of age. Do not submit concrete cylinder strength reports from other projects that are older than 45 days, or that are not of the proposed mix design. C. Standard design nix to be used unless noted otherwise, provide normal weight concrete with the following properties: 1. 3000 psi, 28-day compressive strength. 2. Type I cement. 3. Fly Ash: Allow up to 2 5% of cenentitious material. 4. Minimum Slump: 4 inches. 5. Maximum Slump: 6 inches. 6. Maximum Water Cementitious Water Ratio:.55. 7. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless otherwise indicated. D. Water related structures mix design: Provide normal weight concrete with the following properties: 1. 4500 psi, 28-day compressive strength. 2. Type I cement 3. Fly Ash: 25% of total cementitious weight. 4. Minimum slump: 6 inches 5. Maximum slump: 8 inches 6. Maximum water cementitious material ratio:.40 7. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless other`�ise indicated. S. Water proofing admixture. 9. Floor hardener admixture. E. Adjustment to Concrete Mixes: Mix design adjustments may, be requested by Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant, as accepted by Engineer. Laborator v test data for revised nmix design and strength results must be submitted to and accepted by Engineer before using in Work. 01'87104-Phase 1 CAST -IN -PLACE CONCRETE 03 300 - 4 0 srOJ r 3 2.6 ADMIXTURES A. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. B. Use accelerating admixture in concrete slabs placed at ambient temperatures below 50 deg F. C. Use admixtures for water reduction and set accelerating or retarding in strict compliance with manufacturer's directions. D. Use water -reducing admixture in pumped concrete, concrete required to be water tight, and concrete with a water cementitious materials ratio below 0.50. E. Limit water-soluble, chloride ion content irl hardened concrete to 0.15 percent by weight of cement. 2.7 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements of ASTM C 94, and as specified. 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes, and when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 GENERAL A. Coordinate the installation of joint materials, vapor retarder, and other related materials with placement of fornns and reinforcing steel. Before concrete placement operations begin, the substrate shall be fullyprepared. Contractor shall be responsible for verifying that all work -which will be embedded is complete and necessary inspections have been performed. Pour stops or bulkheads shall be in place and reinforcement shall be secured in proper location. B. Prepare not more than two test panels, each measuring four feet by eight feet, with sufficient depth or thickness for proper casting of formliner and stamped pattern concrete finishes. I. Do not prepare test panels until fonnnliner and stamped pattern submittals have been reviewed and approved. 2. Prepare one test panel with formliner and one test panel with stamped pattern frrish. 3.2 FORMS A. General: Design, erect, support, brace, and maintain fonnnvork to support vertical, lateral, static, and dynamic loads that might be applied until concrete structure can support such loads. Construct formwork so concrete members and structures are of correct size, shape, aliganient, elevation, and position. Maintain formwork construction tolerances and surface irregularities complying with the following ACI 347 limits: 1. Provide Class A tolerances for concrete surfaces exposed to view. 2. Provide Class C tolerances for other concrete surfaces. B. Construct fomns to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment, location, grades, level, and plumb work in finished structures. Provide for openings, offsets, sinnkaees, keyways, recesses, moldings, nutications, re -lets, chamfers, blocking; screeds, bulkheads, anchorages and 'inserts, and other features required in the Work. Use selected materials to obtain required finishes. Solidly butt joints and provide backup at joints to prevent cement paste from leaking. 01287104-Phase I CAST-ITNT-PLACE CONCRETE 03300 - 5 C. Fabricate forms for easyremoval without hammering orprying against concrete surfaces. Provide crush plates or w ecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like for easy removal. D. Provide temporary openings for clean -outs and inspections where interior area of formwork is inaccessible before and during concrete placement. Securely brace temporary openings and set tightly to forms to prevent losing concrete mortar. Locate temporary openings in forms at inconspicuous locations. E. Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. F. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades providing such items. Accurately place and securely support items built into forms. G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before placing concrete. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 3.3 PLACING REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institutes recommended practice for "Placing Reinforcing Bars," for details and methods of reinforcement placement and supports and as specified 1. Avoiding cutting or puncturing vapor retarder during reinforcement placement and concreting operations. Repair damages before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that reduce or destroy bond with concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as approved by Engineer. D. Place reinforcement to maintain rninirnutn coverages as indicated for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Install welded wire fabric in lengths as long as practicable. Lap adj oining pieces at least one full mesh and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. F. Do not weld reinforcing bars unless specifically shwxn. Where sho,A2i on the plans, comply with AWS D1.4. Bars to be welded shall conform to ASTM A706. 3.4 JOINTS A. Construction Joints: Locate and 'install construction joints so they do not impair strength or appearance of the structure, as acceptable to Engineer. B. Provide ke-vways at least 1-1/? inches deep in construction joints in walls and slabs and between walls and footings. Bulldneads designed and accepted for this purpose may be used for slabs. C. Place construction joints perpendicular to main reinforcement. Continue reinforcement across construction joints except as indicated othelivise. Do not continue reinforcement through sides of strip placements. D. Use bonding agent on existing concrete surfaces that,vill_ be -joined «with fresh concrete. 01297104-Phase I CAST-T_N-PL A CF CONCRETE 03300 - 6 0 }!05 E., Waterstops: Provide waterstops in construction joints as indicated. Install waterstops to form continuous diaphragm in each joint. Support and protect exposed waterstops during progress of work. Field fabricate joints in waterstops according to manufacturer's printed instructions. F. Isolation Joints in Slabs -on -Grade: Construct isolation joints in slabs -on -grade at points of contact between slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. G. Contraction (Control) Joints in Slabs -on -Grade: Construct contraction joints in slabs -on -grade to form panels of patterns as shown. 3.5 INSTALLING EMBEDDED ITEMS A. General: Set and build into formwork anchorage devices and other embedded items required for other work that is attached to or supported by cast -in -place concrete. Use setting drawings, diagrams, instructions, and directions provided by suppliers of items to be attached. B. Install dovetail anchor slots in concrete structures as indicated on drawings. C. Forms for Slabs: Set edge forms, bullheads, and intermediate screed strips for slabs to achieve required elevations and contours in finished surfaces. Provide and secure units to support screed strips using strike -off templates or compacting -type screeds. D. Ends of storm sewer pipe to be embedded in cast -in -place walls shall be in place prior to setting formwork and reinforcement, floor slab inclusive. 3.6 PREPARING FORM SURFACES A. General: Coat contact surfaces of forms with an approved, nonresidual, lov -VOC, form -coating compound before placing reinforcement. v B. Do not allow excess form -coating material to accumulate in foams or come into contact with in -place concrete surfaces against which fresh concrete will be placed. Apply according to manufacturer's instructions. 1. Coat steel forms with a nonstaining, rust -preventative material. Rust -stained steel formwork is not acceptable. 3.7 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast in. Notify other trades to pemnit installation of their work. B. General: Comply with ACI 304, "Guide for Measuring, Mixing, Transporting, and Placing Concrete," and as specified. C. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened sufficiently to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation at its final location. D. Placing Concrete in Forms: Deposit concrete in forms in horizontal lavers no deeper than 24 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. 1. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand - spading, rodd ng, or tamping. Use equipment and procedures for consolidation of concrete complying with ACI 309. 2. Do not use vibrators to transport concrete inside forms. Insert and -,vithdrav, vibrators vertically at unifornnly spaced locations no farther than the risible effectiveness of the 01287104-Phase I CAST -IN -PLACE CONCRETE 03300 - 7 machine. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete ennbednnent of reinforcement and other embedded items without causing mix to segregate. E. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within ; limits of construction joints, until completing placement of a panel or section. 1. Consolidate concrete during placement operations so that concrete is thoroughly worked around reinforcement, other embedded items and into corners. j 2. Bring slab surfaces to correct level with a straightedge and strike off. Use bull floats or darbies to smooth surface free of humps or hollows. Do not disturb slab surfaces prior to beginning finishing operations. j 3. Maintain reinforcing in proper position on chairs during concrete placement. F. Cold-Weathe. Placement: Comply with provisions of ACI 306 and as follows. Protect concrete t work fromphysical darnage or reduced strength that could be caused by frost, freezing actions, or low temperatures. G. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before nixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 1. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 2. Do not use calcium chloride, salt, or other naterials containing antifreeze agents or chemical accelerators unless otherwise accepted in mix designs. H. Hot -Weather Placement: When hot weather conditions exist that would impair quality and strength of concrete, place concrete complying with ACI 305R and as specified 1. Cool ingredients before mixing to maintain concrete temperature at time of placement to k below 90 deg F. Mixing water may be chilled or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of nixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedding in concrete. 3. Fog spray forms, reinforcing steel, and subgrade just before placing concrete. Keep t subgrade moisture uniform without puddles or dty areas. 4. Use water -reducing retarding admixture when required by high temperatures, to«= humidity, or other adverse placing conditions, as acceptable to Engineer. 1. Water may be added to the concrete at the project site, subject to the following conditions: h . Truck tickets indicate maximum amount of water that can be added n�rithout exceeding the maximum specified water/cement ratio. 2. Water is added in a manner to control volume added. 3. Concrete is properly re -mixed after addition of water. 4. Inspector is notified, if concrete placement requires inspection. 5. Site added water should be done prior to taking concrete samples for testing. 6. Do not add water to concrete after adding high range water -reducing admixtures to nnix. 3.8 FINISHING FORMED SURFACES A. Rough -Formed Finish: Provide a rough -formed finish on formed concrete surfaces not exposed to view, -in the finished Work or concealed by other construction. This is the concrete surface having 01287104-Phase T CAST -IN -PLACE CONCRETE 03300 - 8 U� 04:'0 5 texture imparted by foim-facing material used, with tie holes and defective areas repaired and patched, and fins and other projections exceeding 1 /4 inch in height rubbed down or chipped off. B. Smooth -Formed Finish: Provide a smooth -foamed finish on formed concrete surfaces exposed to view or to be covered with a coating material applied directly to concrete, or a covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, painting, or another sunnilar system. This is an as -cast concrete surface obtained with selected form -facing material, arranged in an orderly and symmetrical mariner with a minimum of seams. Repair and patch defective areas with funs and other projections completely removed and smoothed. C. Form Liner Finish: Provide form liners as indicated to achieve finish texture and pattern. Repair and patch defective areas with fins and other projections completely removed and smoothed that disrupt the fora liner pattern. D. Smooth -Rubbed Finish: Provide smooth -rubbed finish on scheduled concrete surfaces that have received smooth -formed finish treatment not later than 1 day after form removal. 1. Moisten concrete surfaces and rub with carborundunn brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. E. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike -off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. 3.9 MONOLITHIC SLAB FINISHES A. Float Finish: Apply float finish to monolithic slab surfaces to receive trowel finish and other finishes as specified; slab surfaces to be covered vrith membrane or elastic waterproofing, membrane or elastic roofing, or sand -bed terrazzo; and where indicated. 1. After screeding, consolidating, and leveling concrete slabs, do not work surface until ready Yt for floating. Begin floating, using float blades or float shoes only, when surface water has disappeared, or when concrete has stiffened sufficiently to permit operation of power - driven floats, or both. Consolidate surface with power -driven floats or by TI hand -floating if area is small or inaccessible to power units. Finish surfaces to tolerances of F(F) 18 (floor flatness) and F(L) 15 (floor levelness) measured according to ASTM E 1155 . Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. 2. Remove any efflorescence as soon as feasible after its appearance. If the efflorescence hardens, then remove urith a mild detergent or a nmild acid cleaner. B. Trowel Finish: Apply a trowel finish to monolithic slab surfaces exposed to view and slab surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile, paint, or another thin film -finish coating system. 1. After floating, begin fist trowel -finish operation using a power -driven towel. Begun final troweling when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final hand -troweling operation, free of trowel marks, uniform in texture and appearance, and finish surfaces to tolerances of F(F) 20 (floor flatness) and F(L) 17 (floor levelness) measured according to ASTM E 1155. Grind smooth any surface defects that would telegraph through applied floor covering system. C. Nonslip Broom Finish: Apply a nonslip broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 01 28/ 104-Plmase I CAST-P.\?-PLACE CONCRETE 03300 - 9 F 1. Immediately after float finishing, slightly roughen concrete surface by broorning with fiber - bristle broom perpendicular to main traffic route. Coordinate required final finish with PP Engineer before application. g D. Stamped Pattern Finish: Matcrete Random Stone Patter or equal. Stone image dimension not to exceed 10 inches for a single stone outline. 1. Matcrete Stamped Concrete Tools, Phone (877) 662-8273 or (714) 979-2727, http://vrvx,w.iiiaterete.com. 2. A plastic sheet or powder release agent shall be used such that the stamping tool may be released without damage to the stamped surface. The Contractor shall follow IJ manufacturer's recommendations so that potential damage to finished surfaces is avoided or minimized. y t 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures for passage of work by other trades, unless otherurise shown or directed, after work of other trades is inplace. Mix, place, and cure concrete as specified to blend with in -place construction. Provide other miscellaneous concrete filling shown or required to complete Work. 3.11 CONCRETE CURING AND PROTECTION A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. In hot, dry, and windy weather protect concrete from rapid moisture loss before and during finishing operations with an evaporation -control material. Apply according to manufacturer's instructions after screeding and bull floating, but before power floating and troweling. B. Start initial curing as soon as free water has disappeared fiorn concrete surface after placing and finishing. C. Curing Methods: Cure concrete by curing compound, and moisture -retaining cover curing, D. Apply curing compound on exposed interior slabs and on exterior slabs, walks, and curbs as follows: 1. Apply curing compound to concrete slabs as soon as final finishing operations are complete (within 2 hours and after surface water sheen has disappeared). Apply uniformly in continuous operation by power spray or roller according to manufacturer's directions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 2. Use membrane curing compounds that will not affect surfaces to be covered with finish materials applied directly to concrete. E. Curing Unformed Surfaces: Cure unformed surfaces, including slabs, and other flat surfaces, by applying the appropriate curing method. F. Curing Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing by curing compound. 3.12 RFMO �'INTG FORMS A. General: Formwork not supporting -weight of concrete, such as sides of beams.. Yvalls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete, provided concrete is sufficiently hard to not be 012S710-1-Phase I CAST -IN -PLACE COI CFEFTE 03300 - i 0 damaged by form -removal operations, and provided curing and protection operations are maintained. 3.13 REUSING FORMS A. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delarninated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -coating compound as specified for new formwork. B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joint to avoid offsets. Do not use patched forms for exposed concrete surfaces except as acceptable to Engineer. 3.14 CONCRETE SURFACE REPAIRS A. Patching Defective Areas: Repair and patch defective areas with cement mortar innnediately after removing forms, when acceptable to Engineer. B. Mix dry -pack mortar, consisting of one part portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. 1. Cut out honeycombs, rock pockets, voids over 1 /4 inch in any dimension, and holes left by tie rods and bolts down to solid concrete but in no case to a depth less than 1 inch. Make edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water, and brush -coat the area to be patched with bonding agent. Place patching mortar before bonding agent has dried. 2. For surfaces exposed to view, blend white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Provide test areas at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike -off slightlyhigher than surrounding surface. C. Repairing Fornied Surfaces: Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Engineer. Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, funs and other projections on the surface, and stains and other discoloration that canriot be removed by cleaning. Flush out form tie holes and fill with dry -pack mortar or precast cement cone plugs secured in place with bonding agent. 1. Repair concealed formed surfaces, where possible, containing defects that affect the concrete's durability. If defects cannot be repaired, remove and replace the concrete. D. Repairing Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for smoothness and verify surface tolerances specified for each surface and finish. Correct low and high areas as specified. Test unformed surfaces sloped to drain for trueness of slope and smoothness by using a template having the required slope. 1. Repair finished unformed surfaces containing defects that affect the concrete's durability. Surface defects include crazing and cracks in excess of 0.01 inch wide or that penetrate to the reinforcement or completely through nonreinforced sections regardless of width, spalling, popouts, honeycombs, rock pockets, and other objectionable conditions. ?. Correct high areas in unformed surfaces by grinding after concrete has cured at least 14 days. 3. Correct low areas in unformed surfaces durnna or innrmediately after completing surface finishing operations by cutting out low, areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. Proprietary underla}nnent compounds may be used when acceptable to Engnneer. 01 2)5-7101 Phase I CAST -MI -PLACE CONCRETE 03300 - I I 4. Repair defective areas, except random cracks and single holes not exceeding 1 inch in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose reinforcing steel with at least 3/4 inch clearance all around. Dampen concrete surfaces in contact Adth patching concrete and applybonding agent. Mix patching concrete of same materials to provide concrete of same type or class as original_ concrete. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. E. Repair isolated random cracks and single holes 1 inch or less in diameter by dry -pack method. Groove top of cracks and cut out holes to sound concrete and clean of dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding compound. Place dry -pack before bonding agent has dried. Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. If random cracks and single holes indicate weeping and leakage under adjacent hydrostatic head, seal A ith Avanti International Scotch Seal 5600 urethane, water -activated grout prior to dry packing. F. Perform structural repairs «rith prior approval of Engineer for method and procedure, using specified epoxy adhesive and mortar. G. Repair methods not specified above may be used, subject to acceptance of Engineer. 3.15 HYDRAULIC LEAKAGE REPAIR A. Joints, embedrnents and penetrations that exhibit leakage or weeping when under adjacent hydrostatic pressure shall be sealed with Avanti International Scotch Seal 5600 water -activated urethane grout. Procedures and surface finish over urethane grout shall be as approved by the Engineer. 3.16 QUALITY CONTROL TESTING DURING CONSTRUCTIOI\T A. Sampling and testing for quality control during concrete placement shall be performed by Contractor as follows: 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. p a. Slump: ASTM C 143; one test at point of discharge for each day's pour of each type of concrete; additional tests when concrete consistency seems to have changed. One test for each set of compressive strength cylinders cast. b. Air Content: ASTM C 173, volumetric method for light-, alit or normal weight concrete; ASTM C 231, presses e method for normal «eight concrete; one for each t' day's pour of each type of air -entrained concrete. C. Concrete Tennperature: ASTM C 1064; one test hourly, when air temperature is 40 deg F and below, when SO deg F and above, and one test for each set of compressive -strength specimens. One test for each set of compressive strength cylinders cast. d. Compression Test Specimen: ASTM C 31: one set of four standard cylinders for it each compressive -strength test, unless other wise directed. Mold and store cylinders for laboratory -cured test specimen-- except when field -cured test specimens are required. e. Compressive -Strength Tests: ASTM C 39; one set for each dav's pour exceeding 5 cu. vd. plus additional sets for each 50 cu. yd. more than the first 25 cu. yd. of each concrete class placed in any one da; .- one specimen tested at 7 days, two specimens tested at 28 days, and one specimen retained inreserve for later testing if requ»•ed. ! 4 012u'710=4Pha: e 1 CAST-rl,i-PT _SCE C 0l',CFFTE 03300 - 12 i} 2. When frequency of testing will provide fewer than five strength tests for a given class of concrete, conduct testing from at least five randomly selected batches or from each batch if fewer than five are used. 3. Strength level of concrete will be considered satisfactory if averages of sets of three consecutive strength test results equal or exceed specified compressive strength and no individual strength test result falls below specified compressive strength by more than 500 psi. B. Test results will be reported in writing to Engineer, ready -mix producer, and Contractor vithin 24 hours after tests. Reports of compressive strength tests shall contain the Project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-day tests and 28-day tests. C. Additional Tests: The Contractor will make additional tests of in -place concrete when test results indicate specified concrete strengths and other characteristics have not been attained in the structure, as directed by Engineer. The Owner may require the Contractor to conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. D. Questionable Concrete I . Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders are not representative of concrete in -place in the structure; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the structure, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3 . The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests a. Three representative cores shall be taken fiom each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the structure. Damaged cores shall be replaced. rz b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity less than 60° o) for 7 days before test and shall be tested dry. If the concrete in the structure H11 will be more than superficially wet under service conditions, the cores shall be inunersed in «eater for at least 48 hours and tested wet. 0121C7104-Phase 1 CAST-II,J-PLACE CONCRETE 0 100 - 13 C. Questionable concrete grill be considered structurally acceptable if the average of the cores is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified strength. END OF SECTION 03300 01?c 1 ri_'•_PllI_? 1 I'tiS"T'-11'.'_PT _z,.r_r CtjT;TCpETF 03 1)00 — 1=�' i