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-R0331 - Contract For Remington Park Drainage And Irrigation Improvements - Turfmaster - 07_14_2005
Resolution No. 2005-RO331 July 14, 2005 Item 39A 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 Remington Park drainage and irrigation improvements, by and between the City of Lubbock and Turf raster Irrigation and Landscaping, Inc. of Wolfforth, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 14th day of July , 2005. ARC MCDOUGAL, MAYOR ATTEST: Rebecca Garza, City Secretary APPROVED AS TO CONTENT: Rantly Truesdell, Director of Community Services APPROVED AS TO FORM: M. Knight, AA91—stant testy Attorney gs/ccdocs/res-Contract-Turfmaster Irrigation&Landscaping Inc July 8, 2005 No Text City of Lubbock PURCHASING DEPARTMENT ROOM 204, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purehasirigc.lubbocktx.us ITB # 05-069-MA, Addendum #1 ADDENDUM #1 05-069-MA Remington Park Drainage Et irrigation Improvements DATE ISSUED: June 30, 2005 . OLD -CLOSE DATE._ _ _. _ _ ._July._6, 2005.@.3:00 P.M. CST. _ NEW CLOSE DATE: July 7, 2005 @ 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. Bid Due Date and Time are -CHANGED from July 6, 2005 @ 3:00 p.m. to July 7, 2005 A 2:00 P.M. 2. Bidders attention is invited -to -review -the attached Addendum No. 1, provide by PSC architects. This addendum consist of 3 pages of summary information, Section 01025 (2 pages), 2 drawings and a revised bid form. — THANK YOU, &Na,zt. Oq&a LEZ CITY OF LUBBOCK Marta Alvarez Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, rec---irements, 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. } ITB#05-069-MAAd1 1 TO: All Prospective Bidders / Plan Holders PROJECT: City of Lubbock Remington Park Drainage & Irrigation Improvements DATE: June 30, 2005 -- . -.. PSC Job No: 01-2685-04 This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated May 2005 as noted below. This Addendum consists of: • 3 pages of summary information • Section 01025 (2 pages) • 2 drawings • Revised bid form 1) CHANGES TO NOTICE TO BIDDERS: a) Bid Closing Date - Change from July 6, 2005 @ 100p.m. to July 7, 2005 @ 2:00P.m. - 2) CHANGES TO SPECIFICATIONS: a) LID FORM i) Replace the Bid Submittal Form with the attached revised Bid Submittal Fornf (2 pages). ii) Added Alternate #1 for topsoil installation using city -owned topsoil source. Topsoil will be stockpiled by City personnel at McAllister Park (bounded by Frankford Avenue, Brownfield Highway, and Spur 327). Contractor is responsible for loading, hauling and installing the topsoil. iii) Added Alternate #2 for topsoil installation using Contractor -supplied topsoil. Topsoil must meet the specifications. iv) Added Alternate #3 for installation of 2-inch Schedule 40 conduit in trench and at -grade pull - boxes (Sze specifications below). The Contractor shall install 4,200 LF of 2-inch Sch 40 PVC conduit. At -grade pull boxes shall be fiberglass with a watertight sealing cover and an 8,000-1b loading capacity over 10 square inches. Pull box size shall be 20" x 26" x 30" deep. Install pull boxes at every 200 ft. Exact location to be determined in the field. Use Quazite pull boxes or approved equal. The Contractor shall sweep the conduit up into the pull box. B) SECTION 01025—MEASUREMENT AND PAYMENT PARKHILL, SMITH & COOPER, INC. Engineers • Architects • Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock ElPaso Midland Amarillo Odessa Addendum No. 1 Page 2 Date Refer to Section 0125 attached. C) SECTION 02900 — SEEDING Add the following subparagraphs to Paragraph 1.8 COORDINATION AND SCHEDULING. "B. Planting Restrictions: Plant during the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. 1. Turf grass: Refer to paragraph 3.8 2. Over -seeding — Annual Rye Grass. (a) If turf grass seeding cannot be established by September IS, turf areas are to be over -seeded. with.annual.rye grass at a: rate.of..4-lbs/_1,000sf. If this:is..required; the: contractor: shale: maintain the annual grass lawn, as needed, including, but not limited to, irrigation, mowing to maintain a maximum height of 3", and edging, as required. (b) The annual rye grass maintenance shall be considered as separate from the 60-day maintenance period specified for the seeded turf grass. (c) The Contractor shall apply a minimum of two applications of Roundup herbicide to the annual rye grass in early spring in preparation for turf grass seeding. The two applications shall be separated by a period of 10-14 days. (d) After sufficient annual -grass -kill, Contractor shall till the turf area to a depth of 2 "- 3" prior to seeding the turf grass as specified. C. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. " 3) CHANGES TO DRAWINGS: a) Refer to Sheets C6.0 and C 10.0 attached. The area once designated for parking has been changed to be irrigated. b) Refer to Sheet C6.0 attached. A 4'x3' concrete pad with 2'x2'xl'6" footer for mounting the owner -provided irrigation controller has been added. END OF ADDENDUM NO. 1 PARKHILL, SMITH & COOPER, INC. Engineers • Architects • Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock El Paso Midland Amarillo Odessa Addendum No. I Page 3 Date Respectfully submitted, PARKHILL, SMITH & COOPER, -INC. By: R. Holly Holder, P.E. Project ManagerzFirm Principal z� V, ZALV---t -- — - gnature) Receipt of this addendum shall be acknowledged by the-- Bidder .below.. This entire;addendumj-or--a---- - copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By: R:kprojectsl2004\2685.041CIVIL',Addendum OLDOC PARKHILL, SMITH & COOPER, INC. Engineers - Architects - Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock ElPaso --- . .... ..... . Midland Amarillo Odessa SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - GENERAL The bid price on each item, as stated in the proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the bid prices on the various items. 1.1 MOB ILIZATION/DEMOBILIZATION No separate payment will be.made_for mobilizing and demobilizing all equipment, tools, and all other job -related items to and from the job site. The price for mobilization/demolition shall be included in the Base Bid price. 1.2 BASE BID: REMINGTON PARK DRAINAGE AND IRRIGATION IMPROVEMENTS Payment for constructing the `Base Bid drainage andimgation improvements as specified will be on a lump sum basis. Price shall include all equipment, la�or, materials, superintendence and all incidentals necessary to completely construct the base bid improvements as shown on the plans. 1.3 ADDITIVE ALTERNATE #1: INSTALLING TOPSOIL FROM CITY -OWNED SOURCE Payment for loading, hauling and installing 12-inches of topsoil from a City -owned site at McAllister Park shall be at the unit price per cubic yard. The City will stockpile topsoil material and make it available :o the Contractor, but the Contractor will be required to provide all labor and equipment necessary to load, transport and install the material. Price shall include all equipment, labor, superintendence and all incidentals necessary to complete the topsoil installation as shown on the plans. 1.4 ADDITIVE ALTERNATE #2: INSTALLATION CONTRACTOR -SUPPLIED TOPSOIL Payment for providing and installing 12-inches of topsoil as shown on the plans at the unit price per cubic yard. The contractor is responsible for securing his own source. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to complete the topsoil installation as shown on the plans. 1.5 ADDITIVE ALTERNATE #3: INSTALLATION OF 2-INCH SCH 40 PVC CONDUIT AND AT - GRADE PULL BOXES Payment will be made for providing and installing 2-inch Sch 40 PVC conduit and at -grade pull boxes as specified at the lump sum price. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to complete the installation as specified. _3 01268504 MEASUREMENT AND PAYMENT 01025 - 1 06/05 Addendum No. 1 1.6 FINAL CLEANUP (INCIDENTAL COST TO ALL BID ITEMS) The Contractor shall make final cleanup of all parts of the work before final acceptance of the work by the Owner. This cleanup shall include, among other things, removing all construction material and in general preparin., - the site of the work in an orderly manner. The cost of cleanup, shall -be included as part of the cost of the various items of work involved and no direct compensation will be made for this work. 1.7 SURVEYING ------ No separate payment shall be made for construction surveying. The cost of surveying shall be included in the bid prices of the applicable pay items. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01268504 MEASUREMENT AND PAYMENT 01025-2 06/05 Addendum No. 1 9 loo CN (o ,n O L 6� 2 5 2" 10 /3T2\ 100 ul 03 an co Iri �- CO 10 0-1 ol a in I In Ila so L "M ,::a al MaL All "'a, )JEMAXALEMMMIN ON PARK DRAINAGE:" SHEET: c 10.0 & •i ATION IMPROVEMENTS ISSUE DATE: 6-28-05 .8164 *see REVISIONS: PSC PROJECT #: 2685-04 1 77j) - L_j c ALBANY AVE C� X 0' ^ ! Cu X . _ ....1 .. .m AA_ yy ��R1 t)I iWa Iti F1d # I�LARt O O > nUaX1 ,3OO, -- - — ^J N I N N I N N NX N N N I N i U I -- -I O O O T O O vu �. Jd I I 1 Fr. tliRiGATtON:PLAN #,2.::. c SHEET,C9.0. o N ID Co (71 c` n N SII'RMWAIER WI TEN1I0N.BAS'N It IIGA ON RUN 4 (1, IRRIGATION PLAN #1: _ _ �C N X v i r') FEET" 1..0 _ — N T C8 0 7 _ _ _l __. _ _ . ._ _ ." \`\ , SSE DETAIL � _. r ( 1, J' m TH( $HEET "fa — ,r 0 CT) e 1 IS lllll� 1 41 ( Ba BW1.4 x MUE •..SP5 , cD E.., 01 1 .. — — --'J r�—_. _. — —I 1(, + •"°�`•_". ry I..I r) -. .. I cf1 Ul In I� i .1 i fifU Y P+anE IL— __ OWNER OR TR WILL TO BE MOUNTED INSIDEENCLOSURE fE i�n o I4, - CONTRA" 10�TMOIINf ENLlDSURC _ I I �.� - N 6. n� ( r x �( �s...- J... - M ^ - �n 10 n `n r - A, CONCRETE PAD fOR IRRIGATION CONTROLLER 01 PROJECT NAME: REMINGTON PARK DRAINAGE & IRRIGATION IMPROVEMENTS Iy.•- •: P SHEET: C6.0 MAX L. �irrt:�E ISSUE DATE: 6-28-05 REVISIONS: PSC PROJECT #: 2685-04 DATE: PROJECT NUMBER: #05-069-MA— REMINGTON PARK DRAINAGE AND IRRIGATION IMPROVEMENTS Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council, City of Lubbock, Texas _(hereinafter called Owner) Gentlemen: The Bidder, in compliance with .your Invitation, to Bid for the construction. of REMINGTON PARK DRAINAGE AND IRRIGATION IMPROVEMENTS, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of tLz intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. BASE BID: REMINGTON PARK DRAINAGE & IRRIGATION IMPROVEMENTS MATERIALS: ($ ) SERVICES: TOTAL BASE BID ($ ) ADDITIVE ALTERNATE NO. 1: TOPSOIL INSTALLATION USING CITY -OWNED SOURCE MATERIALS: SERVICES: ($ ) TOTAL ADDITIVE ALTERNATE NO. 1 ($ ) ADDITIVE ALTERNATE NO.2: TOPSOIL INSTALLATION USING CONTRACTOR — SUPPLIED TOPSOIL MATERIALS: $ SER TOTAL ADDITIVE ALTERNATE NO. 2 ($ ) 5 a Bidder's Initials Addendum No. 1 ADDITIVE ALTERNATE NO.3: INSTALL 2-INCH SCH 40 PVC CONDUIT AND AT -GRADE PULL BOXES [ 11 j MATERIALS: ($ ) SERVICES: ($ R.. 1 TOTAL ADDITIVE ALTERNATE NO. 3 ($ (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written ' "Notice to Proceed" of the- Owner - and to fully complete the project within. 120 (ONE . HUNDRED TWENTY) . consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $150 (ONE HUNDRED FIFTY DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents.. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this -bid shall -be good. and may, not be withdrawn for -a period of thirty-(-30)-calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliablo surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award - of the contract to him. Enclosed with this bid is a Cashier's Check or Certified" Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder's Initials Addendum No. 1 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. Date: Authorized Signature _ (Printed or Typed Name) (Seal if Bidder is a Corporation) � -.. ATTEST: .. Company j Secretary Address Bidder acknowledges receipt of the following addenda: City, County } Addenda No. Date State Zip Code Addenda No. Date _..::._.: Telephone: - rv, Addenda No. Date Fax: Addenda No. Date M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) ..J �i a t Addendum No. 1 LIST OF SUBCONTRACTORS Minority Owned Yes No 1. _ 2.. ! � i 3. i 4. S. J- - ...J 7. El L] 8. 0 9. _ 10. .i s THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH INSURANCE CERTIFICATES FOR EACH SUB -CONTRACTOR PURSUANT TO SECTION 28G OF THE GENERAL CONDITIONS. ....... Addendum No. I 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. Contractor (Signature) CONTRACTOR'S FIRM NAME: CONTRACTOR'S FIRM ADDRESS: Contractor (Print) (Print or Type ) Name of Agent/Broker: Address of Agent/Broker: City/State/Zip: Agent/Broker Telephone Number: ( ) Date: NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing & Contract Manager for the City of Lubbock at (806) 775-2165. BID #05-069-NIA - REMINGTON PARK DRAINAGE AND IRRIGATION IMPROVEMENTS Addendum No. 1 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 involving worker safety or safety of the citizens of the City of 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 (EPA1, the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), 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 violation, 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 iesulted 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 environment, 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 NO ............._..........._ If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: t Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. a' Addendum No. 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 hind 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 NO 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 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 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 given by me in this questionnaire will be 3 investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. Signature Title 11 ", , Addendum No. 1 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 $255000 or more can be made to your fu=m, 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: Signature of Company Official: Date Signed: Printed name of company official signing above: Addendum No. 1 CITY OF LUBBOCK SPECIFICATIONS FOR REMINGTON PARK DRAINAGE AND IRRIGATION IMPROVEMENTS ITB #05-069-MA Plans & Specifications may be obtained, at the bidder's expense, from THE REPRODUCTION COMPANY http://pr.thereproductioncompM.com/ Phone: (806) 763-7770 "A City Of Planned Progress" CITY OF LUBBOCK Lubbock, Texas CITY OF LUBBOCK INVITATION TO BID FOR TITLE: REMINGTON PARK DRAINAGE AND IRRIGATION B4PROVEMENTS ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 05-069-MA PROJECT NUMBER: 5223.8304 CONTRACT PREPARED BY: PURCHASING & CONTRACT MANAGEMENT DEPARTMENT INDEX i 1 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE t 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS ..� ('1 - :OT1L'F'TL`T/"'•MTTF4�T0 , .. ... .. ..:. .,. .. .:._.. _.--, :, .. ....._.. , _ .. NOTICE TO BIDDERS NOTICE TO BIDDERS ITB #05-069-MA Sealed bids addressed to Victor Kilman, Purchasing & Contract Manager, City of Lubbock, Texas, will be received in the office of the Purchasing & Contract Manager, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 o'clock p.m. on the 6th day of July, 2005, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "REMINGTON PARK DRAINAGE AND IRRIGATION IMPROVEMENTS" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing & Contract 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 & Contract Manager for the City of Lubbock, before the expiration of the date ahnve first written Bids are due at 3:00 o'clock p.m. on the 6th day of July, 2005, and the City of Lubbock City Council will consider the bids on the 28th day of July, 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 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE 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 22nd day of June, 2005 at 10:00 o'clock a.m., in TRAINING CONFERENCE ROOM L01, 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 EXPENSE, .a FROM THE REPRODUCTION COMPANY, http:f/pr.theWroductioncompany.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 & Contract Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. t 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. i 1 Price for Plans: $28.25 Price for Specs: $15.32 Price per Set: $43.57 CITY OF LUBBOCK V4�� &--�-aeyef VICTOR KILMAN PURCHASING & CONTRACT MANAGER No Text GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to fixrnish REMINGTON PARK DRAINAGE AND IRRIGATION EUPROVEMENTS per the attached specifications and contract documents. Sealed bids will be received no later than 3:00 p.m. CST, the 6th day of July, 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 #05-069-MA, RENIINGTON PARK DRAINAGE AND IRRIGATION IMPROVEMENTS" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Victor Kilman, Purchasing & Contract Manager City of Lubbock 1625 l3th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing & Contract Management Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 ' Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. _ 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non-mandatM pre -bid meeting will be held at 10:00 a.m., June 22nd, 2005 in TRAINING CONFERENCE ROOM L01, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder _ they represent. - 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at ho://www.RFPdgpot.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance. of the response deadline. BUSINESSES WITHOUT INTERNET 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 from the Purchasing & Contract Management Department. At the request of the bidder, or in the event the Purchasing & Contract Management Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing & Contract Management Department. Such addenda issued by the Purchasing & Contract Management Department will be available over the Internet at http://www.RFPdoot.com and will become part of the proposal package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a 1 request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing & Contract Management 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 & Contract Management Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAM] NATION OF DOCUMENTS AND RE 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing & Contract Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing & Contract Manager prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing & Contract Manager before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 5 BID PREPARATION COSTS 5.1 Issuance of thisITBdoes not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you .will he notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under 2 Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. V ° 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they, would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 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 Lexamined without charge as noted in the Notice to Bidders. . 12 BIDDER INOUI IES AND CLARIFICATION OF REOUIREMENTS ._ 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing; & Contract Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the reguirements 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 & Contract Management Office no later than five (5) calendar days before the bid 1 closing date. A review of such notifications will be made. 12.2 MARTA ALVAREZ, SENIOR BUYER City of Lubbock 1625 13t' Street Lubbock, Texas 79401 3 13 14 15 16 Fax: (806) 775-2164 Email: MAlvarez@mylubbock.us RFPDepot: h=://www.RFPdgpot.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within ONE HUNDRED TWENTY (120) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, i however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that -the. progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. PAYMENT t All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages -of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, .at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- -` contractor or any third party involved in the creation or development of the products and services to be 4 i delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the -law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 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 furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 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 intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 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 AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 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 dr 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. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or - - - below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 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 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate ofinsurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil 6 . ... Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort o complete c ntract �ri the allotted g t p the o thin d time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it isnolonger dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic - employed for each calendar day,or portion thereof, such laborer, workman or mechanic is paid less than the d wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included -in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. ._: 7 30 31 If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBAUTTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall famish 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. I.] (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 8 (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors q 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 Amount. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best -low bid.. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. ui C._.; 9 Fll BID SUMMTTAL ***REVISED*** BID SUBMITTAL LUMP SUM BID CONTRACT DATE: - C;LD0 J PROJECT NUMBER: #05-069-MA- REMINGTON PARK DRAINAGE AND IRRIGATION IMPROVEMENTS x Bid of rf- i4ij�-61-1 44 nC . (hereinafter called Bidder) To the Honorable Mayor and City Council, City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of REMINGTON PARK DRAINAGE AND IRRIGATION IMPROVEMENTS having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. BASE BID: REMINGTON PARK DRAINAGE & IRRIGATION IMPROVEMENTS D ou MATERIALS:�'�'o �aQoc-� nz.,, � aY i%. ; ($ o� �� , q 5 . V" SERVICES: ore �d si�tt - " 4 � , V n U Gj ) TOTAL BASE BID $ , b ) 'ivi- � ►ti, ..e, �.N' a-,e? �'�-sue--- ADDITIVE ALTERNATE;O. 1: TOPSOIL IlrTSTALLATION USING CITY -OWNED SOURCE MATERIALS: ($ G 0 ) SERVICES: 1 NQ A4 t2o (,$ 1 " t C"k _ Q TOTAL ADDITIVE ALTERNATE NO. 1 i Ad- �'�aQ /1 "DC> ($ i q ` C ADDITIVE ALTERNATE NO.2: TOPSOIL INSTALLATION USING CONTRACTOR - SUPPLIED TOPSOIL MATERIALS: r-",L A if $ S . I 6. � ; ) SERVICES: 0ikL 4;-&4 Ni-' ($ (q. � q C-•K, ) TOTAL ADDITIVE ALTERNATE NO. 2 1'� 'tGh G�- s//��-� ($ 1 S-• ) Z Ib -- Bidder's Initials Addendum No. 1 ADDITIVE ALTERNATE NO.3: INSTALL 2-INCH SCH 40 PVC CONDUIT AND AT -GRADE PULL BOXES MATERIALS --C►'� W—k J j4 %�+ �c.a� c, d / ur _ ($ I . 00 ) SERVICES: ��� SERVICES: D r�Q 1�^'��,�G-cQ L + �G1'� - ✓�. i n.� r /�" � � g , vv I � ) TOTAL ADDITIVE ALTERNATE NO.3 n�����-i 5i .[ l�.•�r'a�Q �$ 1 �'I (D� I �%� ) (Amount shall be shown in both words and nume%Als. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 120 (ONE HUNDRED TWENTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $150 (ONE HUNDRED FIFTY DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. v. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to ,ommence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for p�Dollars ($ ) or a Bid Bond in the sum of T14 kn - # :. s� w� k-JJ 'Dollars ($ Al ra44t14 ., which it is agreed shall be collected and retain by the Owner as liquid damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. I L Bidder's Initials Addendum No. 1 r-i L Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBNHTTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. _ Date '� — le Addenda No. Date Addenda No. Date M _7 _ �aS (Printed or ed Name) Company " RJ.8� Address City, County '"""T e4'5 , .-� 3?Z State Zip Code Telephone: Fax: Soy 111.3 M/WBE Firm: Woman I I Black American I Native American Hispanic American Asian Pacific American I I Other (Specify) Addendum No. I LIST OF SUBCONTRACTORS 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Minority Owned Yes No El El ❑ ❑ ❑ ❑ ❑ Ej THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH INSURANCE CERTIFICATES FOR EACH SUB -CONTRACTOR PURSUANT TO SECTION 28G OF THE GENERAL CONDITIONS. Addendum No. 1 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, famish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. Contra t r (Signature) Contractor (P t) CONTRACTOR'S FIRM NAME: ► tti�u r� atD�. a LasC �r�C (Print or Type ) CONTRACTOR'S FIRM ADDRESS: P. Name of Agent/Broker: Address of Agent/Broker: City/State/Zip: r c` �6 Dc-z-- -74 3? t Agent/Broker Telephone Number: ( V� ) r71 g" �DC> Date: ' �D r vb �— NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing & Contract Manager for the City of Lubbock at (806) 775-2165. BID #05-069-MA - REMINGTON PARK DRAINAGE AND IRRIGATION IIVIPROVEIIENTS Addendum No. I 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 a consider any incidence involving worker safety or safety of the citizens of the City of 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 State Health Services (DSHS), 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 violation, 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 environment, 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 NO_ If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Addendum No. 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 NO �( 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 frni, 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 V 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 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 given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. Signa y eS . Title Addendum No. 1 SUSPENSION AND DEBARMENT CERTIFICATION J 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. --rJ ..LA_ COMPANY Signature of Company Official: Date Signed: -� - -7 Printed name of company official signing above: rJ �►+� ��-('"`Q'� �Q� nC . Addendum No. 1 City of Lubbock PURCHASING DEPARTMENT ROOM 204, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us ITB # 05-069-MA, Addendum #1 ADDENDUM #1 05-069-MA Remington Park Drainage Et irrigation Improvements DATE ISSUED: June 30, 2005 OLD CLOSE DATE: July 6, 2005 @ 3:00 P.M. CST NEW CLOSE DATE: July 7, 2005 aQ 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. Bid Due Date and Time are CHANGED from July 6, 2005 @ 3:00 p.m. to July 7, 2005 A 2:00 P.M. 2. Bidders attention is invited to review the attached Addendum No. 1, provide by PSC architects. This addendum consist of 3 pages of summary information, Section 01025 (2 pages), 2 drawings and a revised bid form. THANK YOU, .ZmaaEa c4luatez CITY OF LUBBOCK Marta Alvarez Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or 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. ITB*05-069-MAAdi 1 ADDENDUM NO.1 TO: All Prospective Bidders / Plan Holders PROJECT: City of Lubbock Remington Park Drainage & Irrigation Improvements DATE: June 30, 2005 PSC Job No: 01-2685-04 This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated May 2005 as noted below. This Addendum consists of: • 3 pages of summary information • Section 01025 (2 pages) • 2 drawings • Revised bid form 1) CHANGES TO NOTICE TO BIDDERS: a) Bid Closing Date -Change from July 6, 2005 @ 3:00p.m. to July 7, 2005 @ 2:00p.m. 2) CHANGES TO SPECIFICATIONS: a) BID FORM i) Replace the Bid Submittal Form with the attached revised Bid Submittal Form (2 pages). ii) Added Alternate #1 for topsoil installation using city -owned topsoil source. Topsoil will be stockpiled by City personnel at McAllister Park (bounded by Frankford Avenue, Brownfield Highway, and Spur 327). Contractor is responsible for loading, hauling and installing the topsoil. iii) Added Alternate #2 for topsoil installation using Contractor -supplied topsoil. Topsoil must meet the specifications. iv) Added Alternate #3 for installation of 2-inch Schedule 40 conduit in trench and at -grade pull - boxes (See specifications below). The Contractor shall install 4,200 LF of 2-inch Sch 40 PVC conduit. At -grade pull boxes shall be fiberglass with a watertight sealing cover and an 8,000-lb loading capacity over 10 square inches. Pull box size shall be 20" x 26" x 30" deep. Install pull boxes at every 200 ft. Exact location to be determined in the field. Use QuaAte pull boxes or approved equal. The Contractor shall sweep the conduit up into the pull box. B) SECTION 01025 —MEASUREMENT AND PAYMENT V PARKHILL, SMITH & COOPER, INC. Engineers - Architects - Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock ElPaso Midland Amarillo Odessa Addendum No. 1 Refer to Section 0125 attached. C) SECTION 02900 — SEEDING Page 2 Date Add the following subparagraphs to Paragraph 1.8 COORDINATION AND SCHEDULING. "B. Planting Restrictions: Plant during the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. 1. Turf grass: Refer to paragraph 3.8 2. Overseeding — Annual Rye Grass. (a) If turf grass seeding cannot be established by September 15, turf areas are to be over -seeded with annual rye grass at a rate of 4-lbs/I,000sf. If this is required, the contractor shall maintain the annual grass lawn, as needed, including, but not limited to, irrigation, mowing to maintain a maximum height of 3 ", and edging, as required. (b) The annual rye grass maintenance shall be considered as separate from the 60-day maintenance period specified for the seeded turf grass. (c) The Contractor shall apply a minimum of two applications of Roundup herbicide to the annual rye grass in early spring in preparation for turf grass seeding. The two applications shall be separated by a period of 10-14 days. (d) After sufficient annual grass kill, Contractor shall till the turf area to a depth of 2 "- 3" prior to seeding the turf grass as specified. C. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. " 3) CHANGES TO DRAWINGS: a) Refer to Sheets C6.0 and C10.0 attached. The area once designated for parking has been changed to be irrigated. b) Refer to Sheet C6.0 attached. A 4'x3' concrete pad with 2'x2'xl'6" footer for mounting the owner -provided irrigation controller has been added. END OF ADDENDUM NO. 1 PARKHILL, SMITH & COOPER, INC. Engineers • Architects - Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock El Paso Midland Amarillo Odessa Addendum No. I Page 3 Date Respectfully submitted, PARKHILL, SMITH & COOPER, INC. By: R. Holly Holder, P.E. Project Manager Firm Principal ( gnature) Receipt of this addendum shall be acknowledged by the Bidder below.. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted ACKNOWLEDGED: --Ta4j,v,4Je,,,- By R:%projects0004\2685.04WIVILIAddentlum 01.DOC PARKHILL, SMITH & COOPER, INC. Engineers - Architects • Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock El Paso Midland Amarillo Odessa SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - GENERAL The bid price on each item, as stated in the proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the bid prices on the various items. 1.1 MOB ILIZATION/DEMOBILIZATION No separate payment will be made for mobilizing and demobilizing all equipment, tools, and all other job -related items to and from the job site. The price for mobilization/demolition shall be included in the Base Bid price. 1.2 BASE BID: REMINGTON PARK DRAINAGE AND IRRIGATION IMPROVEMENTS Payment for constructing the Base Bid drainage and irrigation improvements as specified will be on a -- lump sum basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to completely construct the base bid improvements as shown on the plans. 1.3 ADDITIVE ALTERNATE #I : INSTALLING TOPSOIL FROM CITY -OWNED SOURCE Payment for loading, hauling and installing 12-inches of topsoil from a City -owned site at McAllister Park shall be at the unit price per cubic yard. The City will stockpile topsoil material and make it available to the Contractor, but the Contractor will be required to provide all labor and equipment necessary to load, transport and install the material. Price shall include all equipment, labor, superintendence and all incidentals necessary to complete the topsoil installation as shown on the plans. 1.4 ADDITIVE ALTERNATE #2: INSTALLATION CONTRACTOR -SUPPLIED TOPSOIL Payment for providing and installing 12-inches of topsoil as shown on the plans at the unit price per cubic yard. The contractor is responsible for securing his own source. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to complete the topsoil installation as shown on the plans. - 1.5 ADDITIVE ALTERNATE #3: INSTALLATION OF 2-INCH SCH 40 PVC CONDUIT AND AT - GRADE PULL BOXES Payment will be made for providing and installing 2-inch Sch 40 PVC conduit and at -grade pull boxes as specified at the lump sum price. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to complete the installation as specified. 01268504 MEASUREMENT AND PAYMENT 01025 - I 06/05 Addendum No. I 1.6 FINAL CLEANUP (INCIDENTAL COST TO ALL BID ITEMS) The Contractor shall make final cleanup of all parts of the work before final acceptance of the work by the Owner. This cleanup shall include, among other things, removing all construction material and in general preparing the site of the work in an orderly manner. The cost of cleanup shall be included as part of the cost of the various items of work involved and no direct compensation will be made for this work. 1.7 SURVEYING No separate payment shall be made for construction surveying. The cost of surveying shall be included in the bid prices of the applicable pay items. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01268504 MEASUREMENT AND PAYMENT 01025 - 2 06/05 Addendum No. 1 R; ro ects 2004\26".5 4 7C11��\ICML\C 10-2685.d ADD M i6/28/2005 1:56:26 PM• SIser7.pC3mi monsoon ■::apt► U• ■�. .� iiiii:i — ... / on too gm! 1/t i me.us sulswn: nn•nnnnnn� � s � •- -- 6`aO*sr9 4 sN ` j • • • N • a • • V l• 1 1/4- 1 2" • �.. • 1• ' • •ii f - 4 f z I �-Z O Z \ a` 1 1/2' t 1/4' n t t t/2• � I o m m D ;u N to Ln C7 (= � �J a 0 Z D f' cn I m m t 2 ' OOo Il v1 pp - w— w— W1wP.C) ---- — s - — -- s — -- -- - �� I A ;r7-pc3 BiTIH ),ST 1.8 3? 1 I I � I 98 4Q 100;r'101, I.n � 2' 11 ' O 32• x m Z D Ii C ' 114'i m i 1341 13 I G7 � O E z rH )fL Z � D I 37 1 136 ' m D , rNC-) N _t326'8LPL - T 315m15156 157, I , n C C m cn rn O CZ? D n m m rn co I top Ln co O P a x 71ST 61 i 160 �jI ^1�}59 1'158 jI 1 :2 26r:227y; 228; 229 2337L��Ig232 233m,y�:3� `7'.',`� au CI 124L2QG.T-,12:21;Q5 PM I _ _' _ ieE_sesi!o�=e -- - - ----� `• - —----- Al 218-A JT;• - - — X 217 � t m ?, 6 _A �-4 N o 21514 —j N _ . z.. ... I 29-A 1 X 21 - 1 1 210-A 209-A ' �I �•.' t 1' 2032A3 I' - X-- 1 207-A I, (— �I 17 0 Ir 206-A II 32 x I x 0 ' tt-� - 1176' 177' 118174' 180' 38b4•V82' 183 1184 1 I I I I X I /l I �X 1 193 1 192 ' 191 i t I f zu 19 2 r 4 189� •1787 + 18 LIP1, 6; I 5�C x' TaE-$PSI' , X ` 37 1'3 135 - 61 II 34 P-e' a e' Y-o' e' - --•_� - ` - - � - - � _ � —TT q w 3261.3 X a► 3 n 27 ; 28, 29 ; 30 , 31 ; 32 `1 �i 3e62.8 I 3264.4 z� x ��� a11RA P64.1 RACT C iol 264.9 X 3264.4 33 6�26- X 3 S U R E _' n� t BID BOND KNOW ALL MEN BY THESE PRESENTS, that we TURFMASTER IRRIGATION AND LANDSCAPING INC. as principal, hereinafter called the "Principal," and SURETEC INSURANCE COMPANY, 5000 Plaza on the Lake, Suite 290, Austin, TX 78746, as surety, hereinafter called the "Surety," are held and firmly bound unto CITY OF , LUBBOCK as obligee, hereinafter called the Obligee, in the sum of Five Percent (50/6) of the Amount Bid by Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind i ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for REMINGTON PARK DRAINAGE AND IRRIGATION IMPROVEMENTS. ITB-05-069-MA. NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 7`h day of JULY, 2005. TI (Principal) BY: ;--14', TITLE: (_I rr LS SureTec Insurance Com an BY: _ MAREA HILL, Attorney -in -Fact SureTec Bid Bond Rev 11.11.03 SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099 You may also write to the Surety at: SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 78746 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Important Notice Regarding Terrorism Risk Insurance Act of 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: SureTec Insurance Company, U. S. Specialty Insurance Company, and any other company that is added to SureTec Insurance Company for which surety business is underwritten by SureTec Insurance Company ("Issuing Sureties"). The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. The actual coverage provided by your bond for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, penalties, limits, other provisions of your bond and the underlying contract, any -° endorsements to the bond and generally applicable rules of law. This Important Notice Regarding Terrorism Insurance Risk Act of 2002 is for informational purposes only and does not create coverage nor become a part or condition of the attached document. ------------------------------------------------------------------------------------------------------------------------------ Exclusion of Liability for Mold, Mycotoxins, and Fungi The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergins, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor the remediation thereof, nor the consequences of their occurrence, existence, or appearance. Rev 11.11.03 S Li r eT i LIMITED POWER OF ATTORNEY Knott, ,4ii Men Im 7/resc Presents, 1"hat SURETEC INSURANCE COMPANY ((he "Company"), a corporation duly organized and existing under the. Lt" s of the State of Texas. sand having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Howard Cowan. Marla Hill of Lubbock . Texas its true and lawlid Attorncy(s)-in-fact, with full power and authority hereby conferred in its name, place and stead. to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include iinivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million Dollars and no/100 _ dollars (S 5,000,000.00 _._j amf to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary. hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is niade under and by authority of the following resolutions of the Board of Directors of the SureTec insurance Company: Be it Resolred, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorncy(s)-in- Fact to represent and act foi and oil behalf of the Company subject to the following provisions: 1I11oriiep-in-Fiu•/ may be given full power and authority (or and in the name of and of behalf of the Company, to execute, acknowledge and deliver. any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating (lie Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as il'signed by the President and sealed and effected by the Corporate Secretary. Be is Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereaflcr affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adop(ed at a meeting held on 201h of April, 1999.) /n Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to he hereto affixed (his 13111 day of December. A.D. 2004. .— t hV��S >lA 9P�G (�OrpUl'aIC Jeal aiw y )� State of Texas County of Harris ss: SURETEC INSURANCE COMPANY By: John Knox, Jr., President On this 13th day of December A.D. 2004 belbie me personally came John Knox, Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so all ixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. Notary Seal: Rhonda McCary, Notary Public My commission expires September H, 2006 1, Richard W. Sauer, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furtherniore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seal of said Company at Houston, Texas this * 7THday of JULY , 20 05 , A.D. Corporate Seal 'This date must be the same as the date of execution of the attached instrument. Ric 11k1` ar w� AW-Annt S cry`tnr� PAYMENT BOND I BOND NO. 4347609 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) TURFMASTER IRRIGATION AND KNOW ALL MEN BY THESE PRESENTS, that LANDSCAPING, INC. (hereinafter called the Principal(s), as e Principal(s), and SURETEC INSURANCE COMPANY -3 (hereinafter called the Sure ty(s), as Surety, are held and fmnl�-bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of F��U'�P SEVENTY NITNE6-HOUSANDDollars ($479,720.60) lawful money of the RED —WE= '�.=;—o W 100--- 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: WHI~'_ZEAS, the Principal has entered into a certain written contract with the Obligee, dated the 14TH day of �_. _7ULY' ,20 05 ,to BID #05-069—MA — REMINGTON PARK DRAINAGE AND IRRIGATION I IMPROVEMENTS and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or. a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; L 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. �.a IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this L 21 ST day of JULY 2005 TURFMASTER IRRIGATION AND SURETEC INSURANCE COMPANY LANDSCAPING`} INC. L Surety *By. 221 Lill', (Title) MARLA HILL ATTORNEY —IN —FACT (Company Name) Ln �'Joj-�s I (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. SURETEC INSURANCE COMPANY Surety * By: (Title) MARLA HILL ATTORNEY —IN —FACT Approved as to form: City of Lubbock By: z l� tM U�.� City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by -Laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 I tf 1 L.J. PERFORMANCE BOND BOND NO. 4347609 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) TURFMASTER IRRIGATION AND LANDSCAPING, KNOW ALL MEN BY THESE PRESENTS, that INC. (hereinafter called the Principal(s), as Principal(s), and SURETEC INSURANCE COMPANY (hereinafter called the Surety(s), as Surety(s), are held and finely bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of FOUR HUNDRED SEVENTY NINE THOUSA19011ars ($ 479,720.60 lawful money of the United States for the payment w ereo , e said nncipa and ure bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 14TItiay of JULY 2005,to BID #05-069-MA - REMINGTON PARK DRAINAGE AND IRRIGATION IMPROVEMENTS and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall - be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the _. Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 21 ST day of JULY , 20 05 SURETEC INSURANCE COMPANY Surety * By: (Title) MAlD LA HILL ATTORNEY -IN -FACT TURFMASTER IRRIGATION AND LANDSCAPING, INC. (Company Name) By: T/tAS d /D +�.7 1�T �l iuu�.0 lvaiii � (Si ture (Title) 1 i The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. SURETEC INSURANCE COMPANY Surety # h *By:J' (Title)(MARLA HILL ATTORNEY -IN -FACT Approved as to Form City of L bbocI y: i Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing " Y that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 CERTIFICATE OF INSURANCE SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099 You may also write to the Surety at: SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 78746 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Important Notice Regarding Terrorism Risk Insurance Act of 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: SureTec Insurance Company, U. S. Specialty Insurance Company, and any other company that is added to SureTec Insurance Company for which surety business is underwritten by SureTec Insurance Company ("Issuing Sureties"). The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. The actual coverage provided by your bond for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, penalties, limits, other provisions of your bond and the underlying contract, any endorsements to the bond and generally applicable rules of law. This Important Notice Regarding Terrorism Insurance Risk Act of 2002 is for informational purposes only and does not create coverage nor become a part or condition of the attached document. ------------------------------------------------------------------------------------------------------------------------------ Exclusion of Liability for Mold, Mycotoxins, and Fungi The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergins, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor the remediation thereof, nor the consequences of their occurrence, existence, or appearance. Rev 11.11.03 LIMITED POWER OF ATTORNEY know All 'heir by, These Presents, 'That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and Na ing its principal office in Houston. Harris County, Texas, does by these presents make, constitute and appoint Howard Cowan, Marla Hill of Lubbock . Texas its true and lawful Attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million Dollars and no/100 _ dollars tg 5,000,000.00 ) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of (lie Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises_ Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, airy Vice -President. any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby xestcd with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-f arc/ may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver; any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20"' of April, 1999.) In Witness 1Vhereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 13th day of December, A.D. 2004, SURETEC INSURANCE COMPANY uRANC Corporate Seal_ �,�*s.x •9FOQ � --- , _ y� B State of Texas John Knox, Jr., County of Harris ss: President On this l3th day of December A.D. 2004 before me personally came John Knox, Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instnunent; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order ofthe Board of Directors of said Company, and that he signed his name thereto by like order. Notary Seal _ Rhonda McCary, Notary Public My commission expires September 11, 2006 I, Richard W. Sauer, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seal of said Company at Houston, Texas this* 21 S ay of JULY , 20 05 , A.D. ,a5 RANC k .l c� w j lf40,-4 Corporate Seal " 'This date must be the same as the date of execution of the attached instrument. 07/ 26/2005 TUE 13:18 FAX 80B 7982070 Aycock & Fowler Las. Y,-> Turfmaster Irrl.Satlon [a001/ 002 CERTIFICATE OF LIABILITY INSURANCE i 07/26/2005) v 07/26/2005 PRCOUCeR (806) 798-2700 FAX (806)798-2070 THIS CERTIFICATE IS ISSUED A5 A MATTER OF INFORMATION Aycock & Fowler Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 8206 Vicksburg Avenue HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 9 ALTER THE COVERAGE ORD 0 BY THE POLICIES BELOW. _ Lubbock, TX 79424 Taylor, Dawn INSURERS AFFORDING COVERAGE NAIC# Imam YuWflnasi-er rr gation & Landscaping Inc. INSUR=RA' CNA Insurance Companies PO Box 628 LiNSURERB,Texas Mutual Insurance Company — Wol fforth, TX 79382 j tNSURERC ENSURER E: THE POLV�IES OF INSURANCE LISTED BELOW WA tE BEEN ISSUED TO 'HE INSURED NAMED AB' FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUiREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER (DOCUMENT WITH RESP=CT TO WHICH THIS CERTIFICATE VAY BE ISSUED OR .MAY PERTAIN, IHE INSURANCE AFFORDED HY 7HE POLICIES DESCRIBED HEREIN IS SLE,ECT TO ALL THE TERMS, EXCLUS 014S AND CONDITIONS CF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEB-. REDUCED BY PAID_ CLAIMS. 'PFINSUACC — POLICY NUNBkR POCY EEET(VR POt+InYCFt�EuX--m.R�nAmTOaN JU IS — GENERAL LIABILITY B2072195380 01/13/2005 01/11/2UC6 stcstOCCuRRENCE ts 1_t000j400 ! �( OWAFRC'ALGENERALLIABILITY D.AMAGETC'RENTEO $ 100t400 -_ A —+ CLAWti.ADE a OCCUR MCUE71PiA"Y�eRL*3�1 $ 5.000 PERSONAL & ADV HJURY $ 11000,000 GENERALAGGREGATE 3 2 00q 000 - GENL AGGREGATE LIMITtPPLIES PER: PRODUCTS - COMP/OP AGG $ 2 t 00 000 PUX-Y FV—X PMJECT n U`C 01111/2005 01/11/2006 COMITINEDSINGLEUMIT (Ea i4ddelll) -_ $ ^� 1,000,000 'AUTOMOBf_EJABILITY IX.,I ANY A:JTO B2072185413 I ALL 0WNE7 AXOS SCHEDUULEDAUT03 H1RM AUTOE Nr)U1lWNFr AUTCLS BODILY INJURY (Per ovz ni $ $ BODILY INJURY (Per aa;`denl) PROPERTY DAMAGE (Peracc 4en1; $ --�.. tjt GARAGELIABILTTY AUTO ONLY.__E_AACCIDENT . 8 AUTO EA ACC OTHER THAN AUTO ONLY, AGu SANY ----�-- a i PACESSIUMBRELLA LIABILITY EACH OCCURRENCE 5 r�J aD;:,R CLAMS MADE AGGREGATE _ S -_—_ _ _ o ' `j OS.DUCTIBLE $ --.'-- $ RETENTION S (; W01MRSCONPEWWiIONAND EMPLOYERS' LLA91L)TY ANY PROPME'ORIPARTNEREXECLMVE OFFICER)WMDER EXCLUDED? TSF0001147343 07/26/2005 I j 0?/26J24C6 ' sTATI� �- E.LEACH.TCC�EHT S 1,000,000 E L DISeASE • EA EMPLOYEE $ 1,000,000 If yyaa&, d�be undor SPEGIALPROVISIDNSbakw ELOISEA5E- POLICY LVAF $ 1,000,000 I i OTHER OrSCRIPT OFO ERATKJNS LOCAT ?YtHICLESIEILCLU.' IONS DEDBY NDORSEMMISPECIAL �IOVISKM , zty orLubiock, ilts o icers, agents an employees are nalllea as primary additional insureds on the eneral Liability and Automobile Policies, as respects to ITR#05-069-MA, Endorsement #CG2010. Waiver f Subrogation provided in favor of City of Lubbock on the General Liability, Automobile Liability and orkers's Compensation policies. E: ITB#05-069-MA - Remington Park Drainage and Irrigation I"rovements - Contract #6069 City of Lubbock PO Box 2000 Lubbock, TX 79401 ACORD 25 (2001/08) CANE lt� ATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BECANCELLEO BEFOPE THE EXPIRA?ION DATETHEREOF. THE'.SSUING INSURER YIILLEN7tAVOK TO MAL 30 DAYS WRITTEN N071CP TO THE CERTIFICATE HOLOER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH N0710E SMALL IMPOSE NO CWLXIATON OR UABLITY OF ANY KING UPON .HE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORRED REP.RESENTAMVE Brent Aycock/DRT SZj OACORD CORPORATION 1088 ur:,;;n;cuoa Jun to. -en rn, ovu ,,,....... IMPORTANT If the certificate holder is an ADDITIONAL_ INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). I: SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsernent(s). DISCLAIMER The Certificate of Insurance on the reverse side of thts form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) No Text TI B _1C 'IrACAG. 1.11 _ 4 1 r-.LN "nr-) .......... AC47 77D 0744 1-1 _ ©1 ^wrw-sir „ vansors�,.�+►o yr LYPI�IL11 i llY�7V1'CJ`l1�14C 07/26/200S PRODueeR (806) 792-5564 FAX (806) 792-9344 Sanford Insurance Agency 6303 Indiana P.O. Box 64790 Lubbock, TX 79464 THIS CERMICATE IS ISSUED A$ A MATTER OF INFORfAATION HOLDER THIICERTIF CA B DOES O" AMEND�TEXiEND OR ALTER THE COVERAGE AFFQRDgD OY TH POLICIES BELOW, INSI)RERS APPORDING COVERAGE NAIC e n+aufm R &_R Dt hing 4818 Kent Stftet Lubbock, Tx 79415 INsummA; National Aftrican Ins. Co. INSURERS: INSURERCr INCUR6q D; INSURER E! I"AUGOar_Gsa THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWI7HSTANCINr ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER C30CUME147 WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTA!N,1 ME INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AOGRE9A7E LIMITS SHOWN MAY HAVE BEEN RFDUCED BY PAID CLAIMS, R TYPE OF INSURANCE PO.JOY NUMmR POLICY HFFrtCTIV9 P 6XP1 TWN LIM" GENERAL UABIUTY EAC i 0OC A S 1 1 000. o X COMMSRCM GENERAL OP12116423 10/25/2004 10/2RE IF�T�S/2005 s 100, �LIABLITY CWMS AYw I X ' OCCUR 94) MED EXP (Any Me pmmm, _ s S b A P$RSONAL A ADV INJURY 3 1,000.000 GENERAL AGGREGATE S 210W.0 : PRODUCTS - COAWIOP A= 684L MCIRECIATE L IMITAPP_FB I� $ 2,000,00 POLICY x J L00I I AUYOMQWLE UABILRY AWAUTO OA11775423 10125/2004 C'ON®INEC SKJGLE uM(T 10/25/200S tEaemenl> b 11000,00 s ALL OWNED AUTOSi X SR[HWULED AUTOS 9001LY iNJL'RY I tPa� Pelt ` tt i x HIRED AUTOS x NON-OWNEDALMS BODILY INJURY tSe`no"01) S a PROPEIM DAMAGh (Wr ecwdeaq i GARAGE L.IAPLJTY AUTO ONLY • 9A AGCIDEIrT s OT14ERTHM EAA00 AUTO ON.Y: A69 $ ANY AUTO S Lxr'A"NMBRELLA UAIIILAY EACH OCMIRRENCE s DOCCUIR 71 CA AIMS MADE I AGGREGATA 3 s DEDUCTIBLE { Ri:TENTiON s f s WOWks COMPENSATION AND _ IT cTOR TA - WITS ER EMPLOYEAB' LJABIUNY ANY PROMETORfPARTNERIEXECUTIVE OFFICEMAIRMOR WIMUDGO4 i I E L EACh ACCIDENT S E L. D166AtE - EA EMPLOYE" VyyeA deaMbetnear 5PKIAL PROMISIONa Wqw E.L. DINWE -POLICY LWIT I s nitractors Equip OP12116423 10/2S/2004 I0/251200S Scheduled t A 0 Oi DescPTKfNOFoaEItAYtOlz�oDAOFFICERS, AGENTS &r ��OYARIr ETAIAMEIJ PAS PI IiIIiY ADDITIONAL INSUREDS ON Ill t LU�OCK, T5 ENERAL LIABILITY AND AUTOfTHILE LIABILITY POLICIES A5 RESPECTS TO ITS M-069-MA, NDORSEMENT fGL Z016 (4/95) ANU CA 719 (3/92) AS REQUIRM BY WRITTEN CONTRACT. WAIVER OF SUBROGATION N FAVOR OF THE CITY OF LUBBOCK ON GENERAL LIABILITY AND AUTOMOBILE LIABILITY AS PER WRITTEN CONTRACT. d-moTism-ATR unl ncu f^_AAIrCN I ATIrW � w SNDULO ANY OF THE ABOVE DEBCRMD PMXIES BE CANCELLED MOM THE City Of Lubbock PURCHASING AND CONTRACT 60FATION DATE THIRBOP, THe ISSUING INSURER Wkt ENDEAVOR TO MAL MWGEKENT DEPARTMENT aws wmTm No -nee raTHe ammATe H961)€R NAWO m TMe LCPT, 1625 13TH STREET BUT FAIL ME TO M SUCH NOTICE N4ALL NPOSE NO TION OR UAWLRY ROOK 204 OF ANY KWOk*ONTHE INSURMITS AGHNiS YAT 8. LUBBOCK, TX 79401 AUTHORIZEDREFRESSNTATW t_> 4mv�t Li poa la$ Sanford ACORD 25 (20o1100) U CACORD CORPORATION 1988 e �.. ., { B g-s i'. 1 i # Ui' zki/2UUb '1'Llh 13:4s tAl 5UIJ Yllbzutu vcocK & vowier ills. -, o� lurintas-cer 1rrigaLlon Quui; uUG ADjM , CERTIFICATE OF LIABILITY INSURANCE DATE 26/2 0 ' PRDmim (806) 798-2700 FAX (806) 798-2070 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Aycock & Fowler Insurance Agency, Inc. 8206 Vicksburg Avenue ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED SY THE POLICE BELOW, INSURERS AFFORDING COVERAGE I NAIC # Lubbock, TX 79424 Taylor, Dawn wsuAED R & R DITCUNG msLwsRa Texas Mutual Insurance Company 4818 KENT STREET I1,6LIFIER B:,-- LUBBOCK, TX 7941S INSURERC 1 INSURER D i rvrnrcu slate T IE POLICIES OF INSURANCE LISTED BEi OW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE FOLICY PERIOD INDICATED. NOTWITH@TANDJNG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENtINITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUMD 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. IN J— T)'PEOF INSURANCE ^ POLICY NUMBER POLICY PECTIN POLICYE7LPIRATION LIMITS GENERAL LIABILITY EACH CCCURRENCE $ rQMLtERCULL GENrPAL LLABII.RY OAMAGETO RENTED --- $ ---...--- ---,CLAUJSWDEOOCCUR NLDGYP{.41yon9carsen'. PERSONAL & ADV INJURY $ -- GENERAL AGGREGATE- GENLA60�EWE LIMRAPPLIESPER PRODUCTS -COMPlOPA00 $ 17 P".K:Y n JPERa MC `— {—AU-TO►MILN LIABILITY I AWYAkJTO COMBINED SINGLE LIMIT (Eaar�ie.�l $ BCDILYINJURY (P6r p,rson} $ I ALL OVINED AUTOS SC HFDULE'D AUTOS BODILY INJURY--- (Pef1Kddtrn1) -^� $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Pareooclanq S —' GARAGE LIABILITY AUTOOI-Y-EAACCIDENT S OTHERTHAN FA ACC $.- f ANYAUTO AUTOGNLY: AGG $ EXGESSIUNBRELLALIABILITY UGCUPt CLAWS MADE EAiHOCCURRENCE LlX4 ELATE $ -- S _ I DFDUCTIRLE S RETENTION b A WORKERS COMPCNSAMONANO I EMPLOVERV LLABILIT/ + ANY PROPRIEiORiPARTHERfFYECUTfVE OFFICEP*AFJA8ER EXC1UDEM TSFOO12109601 62/24/2005 02/24/2006 X Ys�STA LI• U FI. -� $ 1,000,00 E.L. EACH ACCIDENT F.L. DISEASE. FA EMPLCYPS $ 1,000,000 'f yet. dcewb9 under SPECIAL PROVI6XXNS bow E.L. DISEASE - POLICY LIMIT $ 1.000,t7� OTHER aiver� ofrSub�rogatA,on pNOFv wed in a or o t�ieN It 0 u�i 0Cjj ,its officers, agents and employees on he worker's Compensation policy. E: ITS#05-069-MA - Remington Park Drainage and Irrigation Improvements - Contract #6068 ArnTIrI^A-rt!! LIM# nGft ^ARINtI 1 ATIA., SHOLJ D ANY OF THE ABOVE DESCRIBED POLICIES BECANCELLED BEFORE THE EXPR4TKJN RATE THEREOF, THE ISSUING INSURER WIL.LENDEAVOR 10 MAIL City of Lubbock 10 DAYS WRIT? EN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT; c/o Turfmaster Irrigation & Landscape BUT FAIWRETOMAIL SUCH NOTICE SHALL IMPOSE NOOBLIGATION ORLIABILITY PO 60X 628 OF ANY KIND UPON THE INSURER. ITS AGENTS OR REPRESEIUTAYNES. Wolfforth, TX 79382 AUTHORIZEDREPRBSEVATINT ��1n ,,r,l�` _ Brent A cock ORT I� ,QI'%P ACORD 25 (2001I08) FAX: 863-3423 CACORD CORPORATION 1988 TII x -XM7.. 1.e!AA (70 E'f .-) ArJ�li'/ CMG 702 13344 I,.01 Am •� vlGrr i Irtw►1 G Vr L. mmi-i 1 1 jvdaummm%oC 07/26/200S "-ww"A (E06) 792-S S64 FAX 906) 792-9344 Sanford Insurance Agency 6303 Indiana P.O. Box 64790 Lubbock, TX 79464 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEN OR 7 R OVERAGE A"2WO BY T P L INSURERS A"ORDING COVERAGE NAIC e movm R & R Dit6ing 4818 Kent Stftet Lubbock, TX 79415 INsuwk National Anlorican Ins. Co. INSUREne: INCUKR Oc IMWRI;R D: IN8l1flER f� THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATID. NOTWITHSTANDINI ANY REGUIREMENT, TERM OR CONDITION OF ANY CONTRAC-, OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY IK MUQD Ok MAY PERTAIN, THE INSURANCE AFFORDED 9Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TIRMS, E(CLUSION9 AND CONDITIONS OF SUCH POI.IDIES. A©OREOATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, R TYPE OF MURANCE PO.ICY N max LRfYI GENERAL LAZIU itY EAON C 5 11000 .0001 X CONMIRCIAI."NEPALLIABILITY OP12116423 10/25/2004 10/25/2005 s 10Q cwMs LIIIDE �X OCCUR Men ExP (Any mu PM^) _ 3 Soo A PBR&ONAL t ADV INJURY s 110001000 i 0I121I4MM AGAGGPAGAT* s 2 ow. PROD' C^T- - OOOA(OP AGG GWL AL3aRFGATE IJMITAPFr *3 F� $ POLICY X J n.L00 1 AYTGMDOILC LIASKAY MNAUTO OA11775423 10/25/2004 pbKONED O NOI.E LIMFT 10/23/200S 1,000 00 s A I I AL'. OWNED AUTOS X AOFIEDULED AL► m X HIRm Aums X NOlOWNEOAUTW YOOILY INJURY I IPr pwm) SODTLY INJURY {PorK40mU i PROP6/CYY OAMAGH iWr.aaldaap Gmms LM LRY ~� AUTO ONLY. EAAI OQINT S �yGR THAN EA ACO S ANY AUTO i A"uTONLY: AGO 1%CIMMIMLA UAN JIY OCCUR CLAIMS MADE LW$ OCCURRENCE s AGGJIlGATJI 3 S �+ Dffl=,nd.E s RNTGNTION s YtO"kill COMPENSATON ANO r — — IMELOYEW LUUM IIY MY PROPMETORIPARTNERIEXECUTIV6 OFftCER�MWA�e &VOLUD607 Y yyM ./Iotl W ukM SlIECIAL ►ROY! I I I ES. PnOh ACCIDEHi I i,L, DIII:ASS - EA EMPLOYE f G.L. DIifASS - POLICY LUT I n1ractors Equip OPlZI164ZJ 10 2S/2004 10/25/200S Sc u equiortnt A $368,000 Amp Y L + TwNOPO8ATrol� WOT CE� S & EMPLOYS WETNA ED PA?'P DIARY ADDITIONAL INSUREDS ON OF LUBBOC K, ITS FFI NERAL LIABILITY AND AUTOMOBILE LIABILITY POLICIES AS RESPECTS TO ITS #OS-069-IMA, NGORSEMENT #GL 2016 (4/9S) ANU CA 719 (3/92) AS REQUIRM BY WRITTEN CONTRACT. WAIVER OF SUBROGATION V FAVOR OF THE CITY OF LUBBOCK ON GENERAL LIABILITY AND AUTOMOBILE LIABILITY AS PER WRITTEN CONTRACT. City of Lubbock PURCHASING AND CONTRACT MANAGEMENT DEPARTMENT 1925 13TH STREET ROOM 204 LUBDOCK, TX 79401 ACORD 25 (2001roa) SWMLD ANY OR T16 ACOVi DESCRIBED POU E4S YECANCYILID BIr00.0 T116 WFATION DATE Ttill%", Tne I3WM IlIIfUM WLL INDNAYM W RAL „JLID— DAYS Yant ram NOTICE Td Tm OIRTIMOATE HOLOCR NAILED Tq w Lai, BTFAILURTORAIL IUCHNOTCEWIRLLNOMENOOORUAIIII MY WANKWOIPOMTHNINaUROLrrSAdP�T. /J I I®ACORD YORPORATION 1988 i r r r r r i i i i i J UL—:2b—:cI1Mb 14: 45 SHNrUHD HlitNU'Y U0b Y32 `.i {44 ! '. U-2 IMPORTANT If the cortiricate holder is an ADDITIONAL INSURED, the policy(les) mus. be ®naorsed. A statement an this certificate does not confer rights to the cepdBcate holder in lieu of such endorsement(e). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement, A statement on this certificate does not confer rights to the oert gate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of insurance on the reverse side of this form does not constitute a retract between the issuing insurer(s), authorized representative or producer, and the oertificate holder, nor does it afTlrtnahvely or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD za (2001108) Ell TQTF11- P.02 a U"f/ZU"XUUa 1Vh 13:9ti rA3 OVU raazurU AYCP[JN 6o COWle[' 1116. ice' lUrIfflUSLe1' 11'1'1K861U11 W41JU4!UV': IMPORTANT If th3 certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this aertificate does not confer rights to the 09fliticate holder in lieu of such endoreement(s). If SUBROGATION IS WAIVED, subject to the terms and ccnditions of the policy, certain policies may reauire an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between. the issuing insurer(s), authorized representative or producer, and the certificate nolder, nor does it affirmatively or negatively amend, extend or after tine coverage afforded by the policies listed thereon. ACORD 25 (2001108) No Text REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "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 during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; - (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. CONTRACT CONTRACT #6068 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 14'h day of July, 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 TURFMASTER IRRIGATION AND LANDSCAPING, ING. of the CITY OF WOLFFORTH, COUNTY OF LUBBOCK and the STATE OF TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #05-069-MA - REMINGTON PARK DRAINAGE AND IRRIGATION IMPROVEMENTS - $479,720.60 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. TURFMASTER IRRIGATION AND LANDSCAPING, INC.'S bid dated JULY 7, 2005 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. ... The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance ,_. with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year andjay first above written. CITY OF LJJBBO)4K, TEXAS (OWNER): CONTRACTOR: I- A T: City Seeietary APPROVED AS TO CONTENT: Owner w ,4.V By: PRINT N E: 7 �•n Sc,l�r►�� ✓ TITLE: JG-. COMPLETE ADDRESS: Turfmaster Irrigation and Landscaping, Inc. PO Box 628 Wolfforth, TX 79382 A T: Corporate Secretary 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 TURFMASTER IRRIGATION AND LANDSCAPING. INC. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative CRAIG WUENSCHE PARK DEVELOPMENT COORDINATOR, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance 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 -t 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 2 suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the. Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts -and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to ' the execution of this contract on the art of said Contractor. The decision of the Owner's Representative shall be p P 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 written 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 time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination -of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the - - absence -of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived, 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution andcompletion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given ' to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under .the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 1 6S 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 in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's._- Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. j 18. 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, 'a nd-the -sanitary r coiditions of the grounds m or about such structure shall at all times be maintained in a manner satisfactory to the Owner's. Representative, 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public , 7 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. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has 1 . 4 previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for y examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 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 work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS 3 The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the .- accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, �' S 25 alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods; Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum, or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as _. foremen, timekeepers, mechanics and laborers, materials, supplies, teams; trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges 1 ' necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or �- Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of l the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the 1- method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated -General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra i -f work, make written request -to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that 6 t such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT �J If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations.- The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses; -liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of; the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to (J' supervise safety precautions by either the Contractor or any of its subcontractors. fi 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of t- Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor 7 and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF. COVERAGE SHALL BE FURNISHED TO THE CITYOF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. General Liability Insurance (Primary 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: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising InjuryIJ Heavy Equipment Endorsement B. Owner's and Contractor's Protective Liability Insurance - NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Primary 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, $500,000 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 a primary 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 — NOT REQUIRED 8 E. Umbrella Liability Insurance (Primary 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) 9.' Worker's Compensation Insurance covering all employees whether employed by the Contractor or any - -Subcontractor on the job with Employers Liability of at least $500,000, Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 0406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that _person has employees.- This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which fin-nishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as foodibeverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the 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 from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior tothat person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing' all persons providing services on J,a the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: <k (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 showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to -the -other -person- beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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 E whom they are providing services. 10 `t _ t C 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five. Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications... No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its .employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) 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 entity: 11 () a certificate of coverage, Prior to that person beginning ngwork on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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 P 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 s any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATIONCOVERAGE "77te law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation: or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission- at 8001372-7713 or 512/804- 4000 (I tttp.11wivw.twcc.state.tx.tcs/twcccontacts.lthn to receive information of the -- - - - - legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: `By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that 12 t_ � the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be Bled 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."; (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 showing extension of the coverage period, if the coverage period shown on the current certificate of coverage- ends- during the duration of the project; _ (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), 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 (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract.- When -Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 13 CURRENT WAGE DETERMINATIONS RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 s� .i Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Fire Sprinkler Fitter -Journey Fire Sprinkler Fitter -Apprentice Floor Installer Glazier Insulator-Piping/Boiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper j Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified l EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Hourly Rate 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 1 Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrical Repairer -Equipment Flagger Form Setter Form Setter -Helper Laborer -General Laborer -Utility Mechanic Mechanic -Helper Power Equipment Operators Asphalt Paving Machine Bulldozer Concrete Paving Machine Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grader Operator Roller Scraper Tractor -Trailer Truck Driver -Heavy Truck Driver -Light EXHIBIT B Paving and Highway Construction Prevailing Wage Rates K Hop UlRate 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 EXHIBIT C Prevailing Wage Rates Overtime Rate 4 The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. ^' EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. l 9 y i R -------------- "s [... 3 SPECIFICATIONS the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (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 ofthecoverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage- ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) 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 r (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), 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 (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. j30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner .and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this -contract and the project which is the subject matter of this contract.- When Owner so -desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. tJ 13 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's .Representative, Contractor. shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal- control and -will -give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the 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 as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the 14 �l i Owner may withhold permanently from Contractor's total compensation, the sum of $150 (ONE HUNDRED FIFTY) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is -j 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 e It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor _ shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, -in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the. several parts. 36. T1ME 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 employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all 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 affirmatively 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 undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in _ 15 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 kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In -the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be fumished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 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 limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 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 writh 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 t� 16 i 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 determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. An partial payment made hereunder shall not constitute a waiver b the Owner of an and all other rights to Y P P Ym Y Y � enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. t 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify- to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 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 I other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any L 17 46. 47 48 such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, 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 claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be. deemed denied. Any decision by the Owner's Representative, or deemed denial by the .Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, - and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in -writing --and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. 18 In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the -Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from - the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. 19 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 furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is flarther agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions A shall control. 44 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 own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus 20 t_ _3 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 may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 21 CURRENT WAGE DETERMNATIONS RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 �1 EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates # Craft Hourly Rate Acoustical Ceiling Installer 11.50 Air Conditioner Installer 12.00 1` Air Conditioner Installer -Helper 7.50 Asbestos Worker 9.00 Asbestos Supervisor 12.50 Bricklayer 12.50 Bricklayer -Helper 7.00 Carpenter 11.00 Carpenter -Helper 7.00 Cement Finisher 9.00 Drywall Hanger 11.00 Electrician 15.00 Electrician -Helper 8.00 Equipment Operator -Heavy 10.00 - Equipment Operator -Light 9.00 Fire Sprinkler Fitter -Journey 18.00 Fire Sprinkler Fitter -Apprentice 10.00 w.j Floor Installer 9.50 Glazier 10.50 Insulator-Piping/Boiler 10.50 Insulator -Helper 7.00 Iron Worker 11.00 _. Laborer -General 6.00 Mortar Mixer 6.00 Painter 9.50 - Plumber 12.50 Plumber -Helper 7.00 Roofer 9.00 Roofer -Helper 7.00 Sheet Metal Worker 10.00 Sheet Metal Worker -Helper 7.00 Welder -Certified 11.00 1 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller - 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 2 t _ EXHIBIT C .3 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. �R a EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. R _a _. 3 SPECIFICATIONS Specifications City of Lubbock Remington Park Drainage and Irrigation Improvements Lubbock, Texas May 2005 PSC Project #: 01268504 Parkhill, Smith & Cooper, Inc. Engineers a Architects ■ Planners TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION Not Used DIVISION 1- GENERAL REQUIREMENTS 01027 Applications for Payment........................................................................................................... 2 01028 Change Order Procedures....................................................................... ............................. 3 01039 Coordination and Meetings........................................................................................................2 01100 Summary of Work...................................................................................................................... 2 01140 Work Restrictions...................................................................................................................... 3 01300 Administrative Requirements..................................................................................................... 6 01310 Progress Schedules.................................................................................................................... 2 01330 Submittal Procedures................................................................................................................. 5 01356 Storm Water Pollution Prevention Measures............................................................................. 2 01400 Quality Requirements................................................................................................................ 4 01420 References..............................................................................................:...................................5 01500 Temporary Facilities & Controls................................................................................................4 01560 Environmental Protection.......................................................................................................... 3 01576 Waste Material Disposal............................................................................................................ 2 01600 Product Requirements................................................................................................................ 3 01700 Contract Closeout...................................................................................................................... 2 DIVISION 2 - SITE WORK 02220 Demolition................................................................................................................................. 2 02223 Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling .............................. 7 02231 Tree and Plant Protection........................................................................................................... 5 02300 Earthwork ................................. .................................................................................................9 02318 Borrow....................................................................................................................................... 3 02371 Gabions and Filter Fabric........................................................................................................... 5 02520 Cement Stabilized Soil............................................................................................................... 6 02751 Portland Cement Concrete Pavement.......................................................................................12 02810 Irrigation Systems....................................................................................................................15 02900 Seeding..................................................................................................................... ............5 DIVISION 3 - CONCRETE 03300 Cast -In -Place Concrete............................................................................................................. 13 03320 Concrete Sidewalk, Curb and Gutter and Miscellaneous Concrete Work..................................4 DIVISIONS 4 - 16 Not Used 01268504 TABLE OF CONTENTS PAGE - l 05/05 . [2 �) � � 2 [j � � � � � � � � � � a \ a j \ � [] � \} C� .{) � \} DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 1 - GENERAL REQUIREMENTS 01027 Applications for Payment 01028 Change Order Procedures 01039 Coordination and Meetings 01100 Summary of Work 01140 Work Restrictions 01300 Administrative Requirements 01310 Progress Schedules 01330 Submittal Procedures 01356 Storm Water Pollution Prevention Measures 01400 Quality Requirements 01420 References 01500 Temporary Facilities & Controls 01560 Environmental Protection 01576 Waste Material Disposal 01600 Product Requirements 01700 Contract Closeout DIVISION 2 - SITE WORK 02220 Demolition 02223 Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling 02231 Tree and Plant Protection 02300 Earthwork 02318 Borrow 02371 Gabions and Filter Fabric 02520 Cement Stabilized Soil 02751 Portland Cement Concrete Pavement DIVISION 3 - CONCRETE 03300 Cast -In -Place Concrete __ 03320 Concrete Sidewalk, Curb and Gutter and Miscellaneous Concrete Work 01268504 DESIGN PROFESSIONAL RESPONSIBILITY RHH - 1 05/05 DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following;: DIVISION 2 - SITE WORK OF 02810 Irrigation Systems is .......... MAX L. WHITE Of Of f.............................. It 8164 .: ... ........ .. 6 01268504 DESIGN PROFESSIONAL RESPONSIBILITY 05/05 MLW - 1 I t..j L DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 2 - SITE WORK 02900 Seeding `�•Q0�RgSt4h'•;�'�� �r G'P�is % 7 glF�••46 �r•°���"� OF 01268504 DESIGN PROFESSIONAL RESPONSIBILITY 05/05 05.Of. 06 KL - 1 SECTION 01027 APPLICATIONS FOR PAYMENT PART I - 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. Document 01028 - Change Order Procedures: Procedures for changes to the Work. D. Section 01300 - Submittals: Submittal procedures. E. Section 01700 - Contract Closeout: Final Payment. 1.3 FORMAT A. EJCDC 1910-8-E - Application for Payment including continuation sheets when required, or Owner forms, or Owner -approved form of the Contractor. B. For each item, provide a column 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 typewritten 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. Submit four copies of each Application for Payment. B. Submit an updated construction schedule with each Application for Payment, if required by Owner. C. Payment Period: Submit at intervals stipulated in the Agreement. 1.6 SUBSTANTIATING DATA A. When Engineer requires substantiating information, submit data justifying dollar amounts in question. 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. 01268504 05/05 APPLICATIONS FOR PAYMENT 01027 - 1 PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01268504 APPLICATIONS FOR PAYMENT 01027 - 2 05/05 SECTION 01028 CHANGE ORDER PROCEDURES PART 1 - GENERAL, 1.1 SECTION INCLUDES A. Submittals. B. Documentation of change in Contract Sum/Price and Contract Time. C. Change procedures. D. Stipulated Price change order. E. Unit price change order. F. Time and material change order. G. Execution of change orders. H. Correlation of Contractor submittals. 1.2 RELATED SECTIONS A. Document - General Contract Conditions. B. Section 01019 - Contract Considerations; Section 01027 - Applications for Payment: Payment applications. C. Section 01300 - Submittals: Work schedule. D. Section 01600 - Material and Equipment: Product options and substitutions. E. Section 01700 - Contract Closeout: Project Record Documents. 1.3 SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms: 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. 01268504 CHANGE ORDER PROCEDURES 01028 - 1 05/05 D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. Show 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 submit an estimate within 7 days. C. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. 1.6 CONSTRUCTION CHANGE AUTHORIZATION A. Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in Work. 1.7 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by Engineer. 1.8 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.9 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. 01268504 CHANGE ORDER PROCEDURES 01028 - 2 05105 C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Rork. 1.10 EXECUTION OF CHANGE ORDERS A. Execution of Chanue Orders: Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.11 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used 01268504 05/05 END OF SECTION CHANGE ORDER PROCEDURES 01028 - 3 SECTION 01039 COORDINATION AND MEETINGS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Contract Conditions, Special Provisions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Coordination. B. Partnering meeting. C. Progress meetings. 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. Owner's representative will schedule a meeting after Notice to Proceed B. Attendance Required: Owner, Contractor and major Subcontractors. C. Agenda: 1. Distribution of executed Contract Documents. _j 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 j payments, proposal request, Change Orders and Contract closeout procedures. 5. Schedules. 6. Scheduling activities of construction testing lab. 7. Use of premises by Owner and Contractor. 8. Owner's requirements. 9. Construction facilities and controls provided by Owner. 10. Survey layout. 11. Security and housekeeping procedures. 12. Procedures for testing. L; 13. Procedures for maintainins record documents. C 14. Inspection and acceptance of equipment or improvements put into service during 15. construction period. Other items as deemed necessary by Owner or Engineer. 01268504 COORDINATION AND MEETINGS 01039 - 1 05/05 D. Record minutes and distribute copies within three days after meeting to participants with two copies to Owner's representative and those affected by decisions made. 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum monthly 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 meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Record minutes and distribute copies within three days to Engineer, participants, and those affected by decisions made. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. END OF SECTION 01268504 COORDINATION AND MEETINGS 01039 - 2 05/05 SECTION 01100 Ei SUMMARY OF WORK PART I - GENERAL. 1.1 SECTION INCLUDES A. Work covered by Contract Documents. B. Contract. C. Contractor's use of site and premises. D. Owner Occupancy. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Special Provisions and other Division 1 Specification Sections, apply to this Section. �f 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Project consists of Remington Park Drainage and Irrigation Improvements. 1. Project Location: Lubbock, Texas. 2. Owner: City of Lubbock, Texas. B. Work Summary 1. Project consists of installation of new irrigation system and storm water drainage structures. . = 2. The work includes: a. Installation of rock gabions. b. Demolition of existing concrete improvements. s C. Grading and erosion protection. d. Re-establishment of vegetation. e. Concrete flatwork. f. Installation of irrigation systems. 1.4 CONTRACT A. Project will be constructed under a general construction contract. 1.5 CONTRACTOR'S USE OF SITE AND PREMESIS A. Limit use of site and premises to allow: 1. Owner Occupancy 2. Work by Others and Work by Owner. 1.6 OWNER OCCUPANCY A. Cooperate with Owner to minimize conflict, aid to facilitate Owner's operations. B. Schedule the Work to accommodate Owner occupancy. 01268504 SUMMARY OF WORK 01100 - 1 . x 05/05 t _3 PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01100 01268504 SUMMARY OF WORK 05105 SECTION 01140 WORK RESTRICTIONS 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 Conditions and Special Provisions 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. In parks, in storm water storage and impoundment easements, and in other open areas, work is limited to a corridor of 60-foot total width along the proposed alignment without prior approval from the Engineer and the Owner. 2. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to employees, residents, and emergency vehicles at all times, except when construction is immediately 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. Driveways for residents who are handicapped in residential areas shall be kept in service to the extent feasible. Provide alternate assistance or access while driveway or street is blocked at any handicapped individual's residence. 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 minimum 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. 01268504 WORK RESTRICTIONS 01140 - 1 y 05/05 1.5 WORKING PERIOD A. Working Hours - Regular working hours shall be within a 10 hour period between 7:00 a.m. and 5:00 p.m., Monday through Friday. The Owner reserves the right, at the Owner's discretion, to not allow work when it interferes with holiday times and traffic. B. Work Outside Regular Hours - Work outside regular working hours requires Owner's approval. Make application 14 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. 1.6 NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas, when such evening or nighttime work is allowed by Owner. 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 WORK SEQUENCE RESTRICTIONS A. Construction materials and debris in lake areas below flood elevations of the lake shall be weighted, removed daily, or otherwise prevented from becoming floating hazards should precipitation runoff enter the lake areas. B. Contractor shall make every effort not to impede the water quality of the lake area due to construction debris. 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 Department. The City will not furnish potable water free of charge for the construction work. Contractor is responsible for any required metering and hauling. C. 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. Not Used 01268504 WORK RESTRICTIONS 01140 - 2 05/05 1 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 commence. 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. 01268504 05/05 END OF SECTION 01140 WORK RESTRICTIONS 01140- 3 SECTION 01300 ADMINISTRATIVE REQUIREMENTS PART 1 - GENERAL A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this Section. B. Drawings, Standard General Conditions of the Construction Contract, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. C. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Coordination. B. Field engineering. C. Preconstruction meeting. D. Site mobilization meeting. E. Progress meetings. F. Preinstallation meetings. G. Cutting and patching. 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project Manual to assure efficient and orderly sequence of installation of interdependent construction elements. B. Verify that utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements and installation of mechanical and electrical work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within the - construction. Coordinate locations of fixtures and outlets with finish elements. E. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. F. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 FIELD ENGINEERING A. Locate and protect survey control and reference points. B. Control datum for survey is that shown on Drawings. C. Verify set -backs and easements, confirm drawing dimensions and elevations. 01268504 ADMINISTRATIVE REQUIREMENTS 01300 - 1 05/05 D. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. E. Submit a copy of registered site drawing and certificate signed by the Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents. 1.5 PRECONSTRUCTION MEETING A. Owner will schedule a meeting after Notice to Proceed. B. Attendance Required: Owner, Engineer, Contractor and major Subcontractors. C. Agenda: 1. Submission of executed bonds and insurance certificates. 2. Distribution of Contract Documents. 3. Submission of list of Subcontractors, list of products, Schedule of Values, and progress schedule. 4. Designation of personnel representing the parties in Contract and the Architect and Engineer. 5. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 6. Scheduling. a. Use of premises by Owner and Contractor. b. Owner's requirements. C. Construction facilities and controls provided by Owner. d. Temporary utilities provided by Owner. e. Survey. f. Security and housekeeping procedures. g. Schedules. h. Procedures for testing. i. Procedures for maintaining record documents. j. Requirements for start-up of equipment. k. Inspection and acceptance of equipment put into service during construction period. D. Record minutes and distribute copies within three days after meeting to participants with two copies to Engineer and Owner and those affected by decisions made. 1.6 DOCUMENTS A. Contractor shall use Architect's standard form when submitting Requests For Information (RFI). Architect will issue a copy of this form to Contractor in both hard copy and electronic media. Only Contractor can submit RFIs to Architect. RFI requests from subcontractors or material suppliers will not be considered. B. All information indicated on the form to be provided by Contractor shall be complete before a request can be submitted to the Architect's office. Requests with incomplete information will be returned to the Contractor. Submission of a complete RFI request by Contractor does not constitute an RFI until Architect makes the determination. If Architect determines that request can not be answered with the information provided in the Contract Documents, Architect will then assign an RFI tracking number. Requests determined by Architect not to bean RFI will be returned to Contractor without being assigned an RFI tracking number. A transmittal document returning the denied RFI request will be provided with a response indicating action to be taken by Contractor. 01268504 ADMINISTRATIVE REQUIREMENTS 01300 - 2 05/05` C. If request and proposed solution cannot fit on the form, an attachment may be identified in the Request or Contractor Proposed Solution areas, then attached to the form and submitted to Architect. RFIs may contain more than one item when the items are related issues. Otherwise, only one item shall be addressed on each RFI request. D. Architect's response to the RFI will be in writing on the same form, or by attachment and issued to Contractor and Owner. E. Responses from Architect will not change any requirement of the Contract Documents. Should Contractor believe an RFI response to cause a change to the Contract, Contractor shall tD give written notice to Architect in accordance with the requirements in the Contract. Written notice shall include specific reasons and an order of magnitude of Cost and/or Time that Contractor deems appropriate based on the Architect's RFI response. Contractor's written notice does not constitute a Change Order, but provide a basis for further review and discussion with the Architect. 1.7 PROGRESS MEETINGS A. Owner will schedule and Architect will administer meetings throughout progress of the Work. B. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Architect and Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Record minutes, and distribute copies within three days to Architect, participants, and those affected by decisions made. 1.8 PREINSTALLATION MEETING A. When required in individual specification Sections, convene a preinstallation meeting at work site prior to commencing work of the Section. B. Require attendance of parties directly affecting, or affected by, work of the specific Section. C. Notify Architect four days in advance of meeting date. D. Prepare agenda and preside at meeting. 1. Review conditions of installation, preparation and installation procedures. 2. Review coordination with related work. E. Record minutes, and distribute copies within three days after meeting to participants, with three copies to Architect. 01268504 ADMINISTRATIVE REQUIREMENTS 01300 - 3 05105 PART 2 - PRODUCT'S 2.1 EQUIPMENT ELECTRICAL CHARACTERISTICS AND COMPONENTS A. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Size terminal lugs to NFPA 70, include lugs for terminal box. B. Cord and Plug: Provide minimum 6 foot cord and plug including grounding connector for connection to electric wiring system. Cord of longer length is specified in individual specification sections. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Examine and verify specific conditions described in individual specification sections. C. Verify that utility services are available, of the correct characteristics, and in the correct location. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.3 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit written request in advance of cutting or altering elements which affects: 1. Structural integrity of element. 2. Integrity of weather -exposed or moisture -resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight -exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching including excavation and fill, to complete Work, and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and non -conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. D. Execute work by methods which will avoid damage to other Work, and provide proper surfaces to receive patching and finishing. E. Cut rigid materials using masonry saw or core drill. F. Restore Work with new products in accordance with requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. 01268504 ADMINISTRATIVE REQUIREMENTS 01300 - 4 05/05 [ I ........... I. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for an assembly, refinish entire unit. J. Identify any hazardous substance or condition exposed during the Work to the Architect for decision or remedy. END OF SECTION 01268504 ADMINISTRATIVE REQUIREMENTS 01300 - 5 05/05 uu■ruouiuu■ 000uoouou nuuuunnnn nouunnnnn ��I��ii,��r�'n■nii ■. 1■. V I1r1■■■ rr■ nm■■u■rrr■'Exxxommumness - man [ REQUEST FOR INFORMATION DATE: RFI by PSC) #: (# assigned TO: Parkhill, Smith & Cooper. Inc. FROM: (General Contractor's Name) Lubbock. Texas Address: PROJECT: Remington Park Drainage and Irrigation Improvements Phone: PSC PROJECT #: 01268504 Fax: 'Items to be completed by Contractor before submittal to PSC for review. *Specification Section/Paragraph No.: *Drawing Reference/Detail No.: *Request: *Contractor Proposed Solution: *Signed by: *Response needed in days ❑ No RFI tracking number assigned Response: ❑ Attachments: Response From: To: Date Rec'd: Date Ret'd: Signed by: Copies: ❑ Owner ❑ Consultants ❑ ❑ PARKHILL, SMITH & COOPER, INC. Engineers ■ Architects ■ Planners 4222 85t' Street ■ Lubbock, Texas 79423 (806) 473-2200 ■ FAX (806) 473-3500 Lubbock ElPaso Midland Amarillo Odessa R:\projecls\2004\2685.04\CLERICADSPECS\2685-01300.doc SECTION 01310 PROGRESS SCHEDULES PART1-GENERAL 1.1 SECTION INCLUDES A. Format. B. C. Content. Revisions to schedules. D. Submittals. 1.2 RELATED SECTIONS A. Section 01010 - Summary of Work: Work sequence. B. Section 01027 - Applications for Payment: Application for payment. C. Section 01300 - Submittals: Product data, and samples. 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 8 I /2 x I I inches. D. Submit only if requested by Engineer or Owner at preconstruction or partnering conference. Q" E. Maintain monthly 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 from 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. Identify 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 Schedule. Report corrective action taken, or proposed, and its effect. 01268504 PROGRESS SCHEDULES 01310 - 1 05/05 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. Submit 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 by projections indicated in Schedules. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01268504 PROGRESS SCHEDULES 01310 - 2 05105 SECTION 01330 SUBMITTAL PROCEDURES PART 1 - 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 Supplementary 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 "Construction Progress Documentation" 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. Concurrent Review: Where concurrent review of submittals by Engineer's consultants, Owner, or other parties is required, allow 21 days for initial review of each submittal. i 01268504 SUBMITTAL PROCEDURES 01330 - 1 05/05 3. If intermediate submittal is necessary, process it in same manner as initial submittal. 4. Allow 15 days for processing each resubmittal. 5. 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. I . 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 Contractor's review and approval markings and action taken by Owner or Engineer. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. C. Name and address of Owner. 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 number. i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Other necessary identification. F. Deviations: Highlight, encircle, or otherwise 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 submittal, and unless Owner or Engineer observes noncompliance with provisions of the Contract Documents, initial submittal may serve as final submittal if approved by Owner or Engineer. H. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal 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 submittal. 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 following information: a. Project name. b. Date. C. Destination (To:). d. Source (From:). e. Names of subcontractor, manufacturer, and supplier. f. Category and type of submittal. g. Submittal purpose and description. h. Submittal and transmittal distribution record. i. Remarks. j. Signature of transmitter. 01268504 SUBMITTAL PROCEDURES 01330 - 2 05/05 I. Distribution: Furnish copies of final submittals 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 submit Action Submittals required by individual Specification Sections. 1. Number of Copies: Submit four copies of each submittal, unless otherwise indicated. The four 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 four copies required. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. 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. 3. 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. e. Printed performance curves. f. Compliance with recognized testing agency standards. i" 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. WC. 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: Submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 24 by 36 inches. 3. Number of Copies: Submit four blue- or black -line prints of each shop drawing submittal. Owner and Engineer will retain all four prints. 01268504 SUBMITTAL PROCEDURES 01330 - 3 05/05 D. Samples: Prepare physical units of materials or products, including the following: 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 determine final acceptance of construction associated with 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 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 written 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. Recommendations 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. Name, 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, what corrective action was taken. 5. 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 individual Specification Sections. C. Insurance Certificates and Bonds: Prepare written information indicating 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 term of the coverage. D. Construction Videotapes: Comply with requirements in Division 1 Section "Photographic Documentation". 01268504 SUBMITTAL PROCEDURES 01330 - 4 i 05/05 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 name 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 without action. B. Action Submittals: Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. 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 01268504 SUBMITTAL PROCEDURES 01330 - 5 05/05 SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES PART1-GENERAL 1.1 GENERAL A. The Contractor shall implement storm water pollution prevention measures shown on the drawings and specified in the Storm Water Pollution Prevention Plan (SWP3). The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, and/or failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3. 1.2 SUBMITTALS A. Inspection Reports. 1.3 EROSION AND SEDIMENT CONTROLS A. General 1. Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. Structural practices shall be implemented as specified in the SWPPP and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress 1. Stabilized access to and from the construction site shall be installed as soon as practical and in accordance with the SWP3. 2. In all cases, Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Berms 1. The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). D. Sand/Gravel Bags 1. The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and grubbing, excavation, embankment, and grading) in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for 01268504 STORM WATER POLLUTION PREVENTION MEASURES 01356 - 1 05/05 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 any of the following measures: a. temporary or permanent seeding or sodding, b. mulching, C. geotextiles, d. vegetative buffer stips, e. paving. 3. Stabilization measures shall be implemented in accordance with the SWP3. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. Stormwater Pollution Prevention Plan (SWP3) will be provided by Engineer. Contractor must keep a copy of the SWPPP on site at all times. B. A completed Construction Site Notice form in accordance with the requirements of the State's general permit for storm water discharges from construction sites will be prepared by the Contractor. C. The SWPPP shall be continually updated as necessary to reflect current and changing conditions on site. Additional measures not specifically shown in the SWP3 may be used to control erosion from leaving the site. END OF SECTION 01356 01268504 STORM WATER POLLUTION PREVENTION MEASURES 01356 - 2 05/05 SECTION 01400 QUALITY REQUIREMENTS PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Quality control and control of installation. B. Tolerances. C. References. D. Testing and Inspection services. E. Manufacturers' field services. F. Examination G. Preparation 1.3 RELATED SECTIONS A. Section 01300 — Administrative Requirements: Submission of Manufacturers' Instructions and Certificates. B. Section 01600 - Product Requirements: Requirements for material and product quality. C. Section 01700 - Execution Requirements: Starting of Systems. 1.4 QUALITY CONTROL AND CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Architect before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. _ E. Perform work by persons qualified to produce workmanship of specified quality. F. Verify field measurements are as indicated on Shop Drawings or as instructed by manufacturer. G. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. ID 1.5 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B . Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Architect before proceeding. 01268504 QUALITY REQUIREMENTS 01400 - 1 05/05 Kai 1.7 C. Adjust products to appropriate dimensions; position before securing in place. REFERENCES A. For products or workmanship specified by association, trade, or other consensus standards, comply with requirements of standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date of Contract Documents, except where a specific date is established by Code. C. Obtain copy of standards when required by specification section. D. Neither contractual relationship, duties nor responsibilities of parties in Contract nor those of the Architect shall be altered from Contract Documents by mention or inference otherwise in any reference document. TESTING AND INSPECTION SERVICES A. Employ and pay for services of an independent testing agency or laboratory acceptable to Owner and Architect to perform specified inspection and testing. 1. Prior to start of Work, submit testing laboratory name, address, and telephone number, and names of full time registered Engineer and responsible officer. 2. Submit copy of report of laboratory facilities inspection made by Materials Reference Laboratory of National Bureau of Standards during most recent inspection, with memorandum of remedies of deficiencies reported by inspection. B. The independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Architect or the Owner. 1. Laboratory: Authorized to operate at Project location in State of Texas. 2. Laboratory Staff: Maintain full time registered Engineer on staff to review services. 3. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to National Bureau of Standards or accepted values of natural physical constants. C. Testing, inspections and source quality control may occur on or off project site. Perform off -site testing as required by Architect or Owner. D. Submitted independent firm's reports to the Architect, in triplicate, indicating observations and results: of tests and indicating compliance or non-compliance with Contract Documents. E. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. 1. Notify Owner, Architect and independent firm 48 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. F. Testing and employment of testing agency or laboratory does not relieve Contractor from performing Work to contract requirements. G. Perform re -testing and/or re -inspection required because of nonconformance to specified requirements using the same independent firm on instructions by the Architect or Owner. Payment for retesting will be charged to the Contractor by deducting inspection or testing charges from the Contract Sum/Price. H. Agency Responsibilities: 1. Test samples of mixes submitted by Contractor. 2. Provide qualified personnel at site. Cooperate with Architect and Contractor in performance of services. 01268504 QUALITY REQUIREMENTS 01400 - 2 05105 3. Perform specified sampling and testing of products in accordance with specified standards. 4. Ascertain compliance of materials and mixes with requirements of Contract Documents. 5. Promptly notify Architect and Contractor of observed irregularities or non-conformance of Work or products. 6. Perform additional tests required by Architect. 7. Attend preconstruction meetings and progress meetings. I. Agency Reports: After each test, promptly submit two copies of report to Architect and to Contractor. When requested by Architect, provide interpretation of test results. Include the following: 1. Date issued. 2. Project title and number. 3. Name of inspector. 4. Date and time of sampling or inspection. 5. Identification of product and specifications section. 6. Location in Project. 7. Type of inspection or test. 8. Date of test. 9. Results of tests. 10. Conformance with Contract Documents. J. Limits On Testing Authority: 1. Agency or laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. 2. Agency or laboratory may not approve or accept any portion of the Work. 3. Agency or laboratory may not assume duties of Contractor. 4. Agency or laboratory has no authority to stop the Work. 1.8 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification Sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust, and balance of equipment as applicable, and to initiate instructions when necessary. B. Submit qualifications of observer to Architect 30 days in advance of required observations. Observer subject to approval of Architect. C. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. - D. Refer to Section 01330 - SUBMITTAL PROCEDURES, MANUFACTURERS' FIELD REPORTS article. PART 2 - PRODUCTS Not Used 01268504 QUALITY REQUIREMENTS 01400 - 3 __ 05/05 PART 3 - EXECUTION 3.1 EXAMINATION ri A. Verify existing site conditions and substrate surfaces are acceptablefor subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify existing substrate is capable of structural support or attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Verify utility services are available, of correct characteristics, and in correct locations. 3.2 PREPARATION i A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying new material or substance in contact or bond. END OF SECTION 01268504 QUALITY REQUIREMENTS 05/05 SECTION 01420 REFERENCES PART I - GENERAL 1.1 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. 1.2 SECTION INCLUDES A. This section of the specifications includes: 1. Summary of Industry Standards. 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 "permitted" 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. "Provide": The term "provide" means to furnish 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 wa 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. 01268504 REFERENCES 01420 - 1 05/05 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 minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Owner 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 subject 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 www.aashto.org ACI American Concrete Institute/ACI (248) 848-3700 International www.aci-int.org ACPA American Concrete Pipe Association (972) 506-7216 www.concrete-pipe.org Al Asphalt Institute (606) 288-4960 www.asphaltinstitute.org AIA American Institute of Architects (The) (202) 626-7300 www.aiaonline.org AISC American Institute of Steel Construction, Inc. (800) 644-2400 www.aisc.org (312) 670-2400 AISI American Iron and Steel Institute (202) 452-7100 www.steel.org ANSI American National Standards Institute (212) 642-4900 www.ansi.org ASCE American Society of Civil Engineers (800) 548-2723 www.asce.org (703) 295-6300 ASTM American Society for Testing and Materials (610) 832-9585 www.astm.org 01268504 REFERENCES 01420 - 2 05/05 01268504 05/05 AWWA American Water Works Association (800) 926-7337 www.awwa.org (303) 794-7711 CDA Copper Development Association Inc. (800) 232-3282 www.copper.org (212) 251-7200 CLFMI Chain Link Fence Manufacturers Institute (301) 596-2584 www.chainlinkinfo.com (under construction) CPPA Corrugated Polyethylene Pipe Association (800) 510-2772 Division of Plastics Pipe Institute (419) 241-2221 www.cppa-info.org CRSI Concrete Reinforcing Steel Institute (847) 517-1200 www.crsi.org CSI Construction Specifications Institute (The) (800) 689-2900 www.csinet.org (703) 684-0300 DHI Door and Hardware Institute (703) 222-2010 www.dhi.org EJMA Expansion Joint Manufacturers Association, (914) 332-0040 Inc. www.ejma.org FM Factory Mutual System (See FMG) FMG FM Global (401) 275-3000 (Formerly: FM - Factory Mutual System) www.fmglobal.com GRI Geosynthetic Research Institute (610) 522-8440 www.drexel.edu/gri HMMA Hollow Metal Manufacturers Association Division of National Association of Architectural Metal Manufacturers (See NAAMM) NAAMM National Association of Architectural Metal (312) 332-0405 Manufacturers www.naamm.org NCMA National Concrete Masonry Association (703) 713-1900 www.ncma.org NRMCA National Ready Mixed Concrete Association (301) 587-1400 www.nrmca.org REFERENCES 01420 - 3 NSA National Stone Association (800) 342-1415 www.aggregates.org (202) 342-1100 NSF NSF International (800) 673-6275 (National Sanitation Foundation (734) 769-8010 International) www.nsf.org PCI Precast/Prestressed Concrete Institute (312) 786-0300 www.pci.org SDI Steel Deck Institute (847) 462-1930 www.ndi.org SDI Steel Door Institute (440) 899-00:10 www.steeldoor.org SSPC SSPC: The Society for Protective Coatings (800) 837-8303 www.sspc.org (412) 281-2331 TPI Turfgrass Producers International (800) 405-8873 www.turfgrasssod.org (847) 705-9898 UL Underwriters Laboratories Inc. (800) 704-4050 www.ul.com (847) 272-8800 D. Abbreviations and Acronyms for Code Agencies: Where abbreviations and acronyms a] used in Specifications or other Contract Documents, they shall mean the recognized nary of the entities in the following list. Names, telephone numbers, and Web site addresses a subject to change and are believed to be accurate and up-to-date as of the date of tl Contract Documents. BOCA BOCA International, Inc. (708) 799-2300 www.bocai.org CABO Council of American Building Officials (See ICC) IAPMO International Association of Plumbing and (909) 595-8449 Mechanical Officials (The) www.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) www.inticode.org 01268504 REFERENCES 01420 - 4 05/05 SBCCI Southern Building Code Congress International, Inc. (205) 591-1853 www.sbcci.org E. Abbreviations and Acronyms for Federal 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 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. CE Army Corps of Engineers (601) 634-2355 CRD Standards CFR Code of Federal Regulations (202) 512-1800 www.access.gpo.gov/nara/cfr EPA Environmental Protection Agency (202) 260-2090 www.epa.gov FED -STD Federal Standard (See FS) FS Federal Specification (Available from DOD, GSA, and NIBS) NIST National Institute of Standards and Technology (301) 975-2000 www.nist.gov OSHA Occupational Safety & Health Administration (202) 219-5000 (See CFR 29) www.osha.gov PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01420 01268504 REFERENCES 05/05 01420 - 5 SECTION 01500 TEMPORARY FACILITIES & CONTROLS PART 1 - GENERAL. 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction. Supplementary Conditions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Temporary Utilities: Electricity, lighting, heat, ventilation, telephone service, water, and sanitary facilities. B. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water control. C. Construction Facilities: Access roads, parking, progress cleaning, project signage, and temporary buildings. 1.3 RELATED SECTIONS A. Section 01700 - Execution Requirements: Final Cleaning 1.4 TEMPORARY ELECTRICITY A. Provide and pay for power service required from utility source as needed for construction operations. 1.5 TEMPORARY LIGHTING A. Provide and maintain lighting for construction operations to achieve a minimum lighting level of 2 watt/sq ft. B. Provide and maintain 1 watt/sq ft lighting to staging and storage areas after dark for security purposes. C. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. D. Maintain lighting and provide routine repairs. 1.6 TEMPORARY HEAT A. Provide and pay for heat devices and heat as required to maintain specified conditions for construction operations. 1.7 TEMPORARY VENTILATION A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. 01268504 TEMPORARY FACILITIES & CONTROLS 01500 - 1 a 05/05 1.8 TELEPHONE SERVICE A. Provide, maintain and pay for telephone service to field office at time of project mobilization. 1.9 TEMPORARY WATER SERVICE A. Provide, maintain and pay for suitable quality water service required for construction operations. B. Exercise measures to conserve water. C. Extend branch piping with outlets located so water is available by hoses with threaded connections. Provide temporary pipe insulation to prevent freezing. 1.10 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. 1.11 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of the site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide protection for plant life designated to remain. Replace damaged plant life. C. Protect non -owned vehicular traffic, stored materials, site and structures from damage. 1.12 FENCING A. Construction: At Contractor's option, commercial grade chain link fence or solid wood fence, painted. B. Provide 6 foot high fence around construction site; equip with vehicular and pedestrian gates with locks. 1.13 WATER CONTROL A. Grade to site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.14 EXTERIOR ENCLOSURES A. Provide temporary insulated weather -tight closure of exterior openings to accommodate acceptable working conditions and protection for Products, to allow for temporary heating and maintenance of required ambient temperatures identified in individual specification Sections, and to prevent entry of unauthorized persons. B. Provide access doors with self -closing hardware and locks. 1.15 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. 01268504 TEMPORARY FACILITIES & CONTROLS 01500 - 2 05/05 B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Prohibit traffic from landscaped areas. 1.16 SECURITY A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. 1.17 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and maintain access to fire hydrants, free of obstructions. D. Existing on -site roads may be used for construction traffic. 1.18 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Remove waste materials, debris, and rubbish from site and dispose off -site at intervals as required to maintain clean site. 1.19 PROJECT IDENTIFICATION A. Provide 8 w x 6 h foot project sign of exterior grade plywood and wood frame construction, painted, with exhibit lettering by professional sign painter. B. List title of project, names of Owner, Architect, Engineer, professional sub -consultants, Contractor and major Subcontractors. C. Erect on site facing incoming traffic. D. No other signs are allowed without Owner permission except those required by law. 1.20 FIELD OFFICES AND SHEDS (IF NECESSARY) A. Office: Weather -tight, with lighting, electrical outlets, heating, cooling and ventilating equipment, and equipped with sturdy furniture drawing rack and drawing display table. 1.21 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities and materials as soon as permanent facilities can be utilized. B. Remove underground installations to a minimum depth of 2 feet. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. 01268504 TEMPORARY FACILITIES & CONTROLS 01500 - 3 05/05 PART 2 - PRODUCTS Not Used PART 3 - PRODUCTS Not Used END OF SECTION 01268504 TEMPORARY FACILITIES & CONTROLS 01500 - 4 05/05 SECTION 01560 ENVIRONMENTAL PROTECTION ' PART 1- GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. CODE OF FEDERAL REGULATIONS (CFR) 29 CFR 1910-SUBPART G Occupational Health and Environmental Control CORPS OF ENGINEERS (COE) COE EP-1165-2-304 1976 Flood Plain Regulations for Flood Plain Management 1.2 DEFINITIONS A. Sediment r Soil and other debris that have eroded and have been transported by runoff water or wind. B. Solid Waste Rubbish, debris, garbage, and other discarded solid materials resulting from industrial, commercial, and agricultural operations and from community activities. C. Rubbish Combustible and noncombustible wastes such as paper, boxes, glass, crockery, metal, lumber, cans, and bones. D. Debris Combustible and noncombustible wastes such as ashes and waste materials resulting from construction or maintenance and repair work, leaves, and tree trimmings. E. Chemical Wastes This includes salts, acids, alkalies, herbicides, pesticides, organic chemicals, and spent products which serve no purpose. F. Sanitary Wastes 1. Sewage Wastes characterized as domestic sanitary sewage. 2. Garbage Refuse and scraps resulting from preparation, cooking, dispensing, and consumption of food. G. Oily Waste 1. Petroleum products and bituminous materials. 1.3 ENVIRONMENTAL PROTECTION REQUIREMENTS Provide and maintain, during the life of the contract, environmental protection as defined. Plan for and provide environmental protective measures to control pollution that develops during normal construction practice. Plan for and provide environmental protective measures required to correct 01268504 ENVIRONMENTAL PROTECTION 01560 - 1 05/05 f, conditions that develop during the construction of permanent or temporary environmental features associated with the project. Comply with Federal, state, and local regulations pertaining to the environment, including but not limited to water, air, and noise pollution. !! A. Preconstruction Survey Perform a preconstruction survey of the project site with the Engineer, and pollution prevention measures necessary to assess existing environmental conditions in, and adjacent to the site. PART2 - PRODUCTS Not Used PART 3 - EXECUTION 1 PROTECTION OF NATURAL RESOURCES Preserve the natural resources within the project boundaries and outside the limits of permanent work. Restore to an equivalent or improved condition upon completion of work. Confine construction activities to within the limits of the work indicated or specified. A. Land Resources Except in areas to be cleared, do not remove, cut, deface, injure, or destroy trees or shrubs without the Engineer's permission. Do not fasten or attach ropes, cables, or guys to existing nearby trees for anchorages unless authorized by the Engineer. Where such use of attach ropes, cables, or guys is authorized, the Contractor shall be responsible for any resultant damage. 1. Protection Protect existing trees which are to remain and which may be injured, bruised, defaced, or otherwise damaged by construction operations. Remove displaced rocks from uncleared areas. By approved excavation, remove trees with 30 percent or more of their root systems destroyed. 2. Replacement Remove trees and other landscape features scarred or damaged by equipment operations, and replace with equivalent, undamaged trees and landscape features. Obtain Engineer's approval before replacement. 3. Temporary Construction Remove traces of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, and other signs of construction. Grade temporary roads, parking areas, and similar temporarily used areas to conform with surrounding contours. B. Water Resources 1. Oily Wastes Prevent oily or other hazardous substances from entering the ground, drainage areas, or local bodies of water. Surround all temporary fuel oil or petroleum storage tanks with a temporary earth berm of sufficient size and strength to contain the contents of the tanks in the event of leakage or spillage. 01268504 ENVIRONMENTAL PROTECTION 01560 - 2 05/05 3.2 EROSION AND SEDIMENT CONTROL MEASURES A. Burnoff Burnoff of the ground cover is not permitted. B. Borrow Areas Manage and control borrow areas to prevent sediment from entering nearby streams or lakes. Restore areas, including those outside the borrow areas, disturbed by borrow and haul operations. Restoration includes grading, replacement of topsoil, and establishment of a permanent vegetative cover. C. Protection of Erodible Soils Immediately finish the earthwork brought to a final grade, as indicated or specified. Immediately protect the side slopes and back slopes upon completion of rough grading. Plan and conduct earthwork to minimize the duration of exposure of unprotected soils. D. Temporary Protection of Erodible Soils Mechanically retard and control the rate of runoff from the construction site. This includes construction of diversion ditches, benches, and berms to retard and divert runoff to protected drainage courses. 3.3 CONTROL AND DISPOSAL OF SOLID AND SANITARY WASTES Pick up solid wastes, and place in containers which are regularly emptied. Do not prepare, cook, or dispose of food on the project site. Prevent contamination of the site of other areas when handling and disposing of wastes. On completion, leave the areas clean. Control and dispose of waste. A. Disposal of Rubbish and Debris Dispose of rubbish and debris in accordance with the requirements specified in area as directed by Owner. B. Garbage Disposal Place garbage in approved containers, and move to a pickup point or disposal area, where directed. 3.4 DUST CONTROL Contractor will be fully responsible for dust control along all haul roads and in the project area. Keep dust down at all times, including during nonworking periods. Sprinkle or treat, with dust suppressants, the soil at the site, haul roads, and other areas disturbed by operations. 3.5 STORM WATER POLLUTION PREVENTION PLAN Refer to Section 01356. END OF SECTION 01268504 ENVIRONMENTAL PROTECTION 01560 - 3 .." 05/05 SECTION 01576 WASTE MATERIAL DISPOSAL PART 1- GENERAL 1.1 SECTION INCLUDES A. Disposal of waste material and salvageable material. 1.2 RELATED SECTIONS A. Section 02220 — Demolition. B. Section 02240 — Dewatering. C. Section 02300 — Earthwork. D. Section 02317 — Excavation and Backfill for Utilities. 1.3 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 — Submittal Procedures. B. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. C. Submit a copy of written permission from property owner, along with description of property, prior to disposal of excess material adjacent to the Project. Submit a written and signed release from property owner upon completion of disposal work. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas and Parkhill, Smith & Cooper, Inc. as the entities to be held harmless in any subsequent legal proceeding. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 SALVAGEABLE MATERIAL A. Excavated Material: When indicated on drawings, load, haul, and deposit excavated material at a location or locations shown on drawings outside the limits of Project. B. Other Salvageable Materials: Conform to requirements of individual Specification Sections. C. Coordinate the delivery of salvageable material to a specified location with the Engineer. 01268504 05/05 WASTE MATERIAL DISPOSAL 01576 - 1 3.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess soil may be deposited on privateproperty adjacent to the Project if approved b the 1. Y P P J j PP Y Owner and when written permission is obtained from property owner. See Paragraph 1.3 C above. C. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. END OF SECTION 3 r � 3 01268504 WASTE MATERIAL. DISPOSAL 01576 - 2 O5/05 SECTION 01600 PRODUCT REQUIREMENTS PART 1i - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Products. B. Product Delivery, Storage and Handling. C. Product options. D. Substitutions. 1.3 RELATED SECTIONS A. Section 01400 - Quality Requirements: Product quality monitoring. 1.4 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work and does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Provide interchangeable components of the same manufacturer, for similar components. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. 2. Store sensitive products in weather -tight, climate controlled enclosures. 3. For exterior storage of fabricated products, place on sloped supports, above ground. ' 01268504 PRODUCT REQUIREMENTS 01600 - 1 .. 05/05 C. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation or potential degradation of Products. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. 8. Materials, products and equipment may be stored off site in a bonded and insured warehouse approved by the Architect and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay requests with written approval of the Architect. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.6 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named in accordance with the following article. 1.7 SUBSTITUTIONS A. Architect will consider requests for substitutions only within 15 days after date established in Notice to Proceed, unless noted otherwise elsewhere in the specifications. B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner and Architect for review or redesign services associated with re -approval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. 01268504 PRODUCT REQUIREMENTS 01600 - 2 05/05 F. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 3. The Architect will notify Contractor, in writing, of decision to accept or reject request. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01268504 PRODUCT REQUIREMENTS 01600 - 3 05/05 a SECTION 01700 CONTRACT CLOSEOUT PART 1 - GENERAL 1.1 RELATED DOCUMENTS -1 A. Drawings, General Contract Conditions, Special Provisions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. =, D. Project record documents. E. Operation and maintenance data. F. Warranties. 1.3 RELATED SECTIONS A. Section 01500 - Construction Facilities and Temporary Controls: Progress cleaning. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been -x inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. i 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. 01268504 CONTRACT CLOSEOUT 01700 - 1 05/05 1.8 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. 4. Changes made by addenda and modification. F. Submit documents to Engineer with claim for final Application for Payment. WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. 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 01268504 CONTRACT CLOSEOUT 01700 - 2 05105 SECTION 02220 DEMOLITION PART 1- GENERAL 1.1 SECTION INCLUDES A. The work includes demolition of existing flatwork, flumes, curbs, flume curbs and other items necessary and incidental to the work, and removal of resulting rubbish and debris. Rubbish and debris shall be removed from the site daily, unless otherwise directed, to avoid accumulation at the site. Materials that cannot be removed daily shall be stored in areas specified by the Owner's Representative. 1.2 RELATED SECTIONS A. Section 01356 — Storm Water Pollution Prevention Plan. B. Section 01576 — Waste Material Disposal, 1.3 DUST CONTROL A. The amount of dust resulting from. demolition shall be controlled to prevent the spread of .......... dust to avoid creation of a nuisance in the surrounding area. Use of water will not be permitted when it will result in, or create, hazardous or objectionable conditions such as ice, flooding and pollution. 1.4 PROTECTION A. Protection of Personnel 1. During the demolition work, the Contractor shall continuously evaluate the condition of the existing work being demolished and take immediate action to protect all personnel working in and around the demolition site. B. Protection of Existing Property 1. Before beginning any demolition work,.the Contractor shall survey. the site and examine the drawings and specifications to determine the extent of the work. The Contractor shall take necessary precautions to avoid damage to existing items to remain in place or to be reused. Any damaged items shall be repaired or replaced as approved by the Owner's Representative. The Contractor shall coordinate the work of this section with all other work. PART 2 - PRODUCTS Not Used 01268504 DEMOLITION 02220 - 1 05/05 PART 3 - EXECUI'IOI! 3.1 EXISTING STRUCTURES A. Existing structures indicated shall be removed. Where existing concrete items are to be removed that are contiguous with concrete items to remain, such concrete shall be neatly saw -cut to separate the concrete to be removed from the concrete to remain in place. 3.2 DISPOSITION OF MATERIAL A. Dispose of material in accordance with specification Section 01576 — Waste Material Disposal. 3.3 CLEANUP A. Debris shall be removed and transported in a manner that prevents spillage on streets or adjacent areas. Local regulations regarding hauling and disposal shall apply. END OF SECTION 01268504 DEMOLITION 05105 SECTION 02223 EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING PART 1 - GENERAL 1.1 GENERAL A. This item shall consist of excavation, subgrade preparation, grading, embankment and topsoiling of all materials within the limits of the work required to complete the construction of the various items included in this project in accordance with these specifications and in conformity with the dimensions and typical sections shown on the plans and with the lines and grades established for the project. B. All suitable material taken from excavation shall be used in the formation of embankment, subgrade, and for backfilling as indicated on the plans or as directed by the Owner's Representative. C. Fill material shall be supplied from borrow sites approved by the Owner's Representative at the Contractor's expense. If the volume of excavation material removed from the project construction area exceeds that required to construct the project to the grades indicated, the excess material shall become the property of the Contractor and shall be properly disposed of in areas off the construction site at the Contractor's expense. 1.2 CLASSIFICATION A. All material excavated shall be defined as unclassified excavation and shall include all excavation performed under this item regardless of the material encountered. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 GENERAL A. The rough excavation shall be carved to the necessary depth to obtain the specified depth of subgrade densification shown on the plans. Likewise, on embankments, the depth of subgrade densification shall be as shown on the plans. Should the Contractor, through negligence or other fault, excavate below the designated lines, he shall replace the excavation with approved materials, in an approved manner and condition, at his own expense. The Owner's Representative shall have complete control over the excavation, moving, placing, and disposition of all material and shall determine the suitability of material to be placed in embankments. All material determined unsuitable shall be disposed of in waste areas or as directed. Topsoil shall not be used in fills or in subgrades but shall be handled and placed as directed. B. The Contractor shall inform and satisfy himself as to the character, quantity, and distribution of all material to be excavated. No payment will be made for any excavated material which is used 01268504 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 1 05/05 EMBANKMENT AND TOPSOILING for purposes other than those designated. All spoil areas shall be leveled to a uniform line and section and shall present a neat appearance before project acceptance. C. Those areas outside of the pavement areas in which the top layer of soil material becomes compacted, due to hauling or to any other activity of the Contractor, shall be scarified and disced to a depth of 4 inches, as directed, to loosen and pulverize the soil. D. If it is necessary to interrupt existing surface drainage, sewers or underdrainage, conduits, utilities, or similar underground structures, or parts thereof, the Contractor shall be responsible for and shall take all necessary precautions to protect and preserve or provide temporary services. The Contractor shall, at his own expense, satisfactorily repair all damage to such facilities or structures which may result from any of his operations during the period of the contract. E. All rock 6 inches in diameter and greater produced during site excavation shall be stockpiled in an area determined by the owner for re -use in the project. The Contractor shall dispose of at his own expense any rock not re -used in the project. 3.2 EXCAVATION A. Excavation shall be performed as indicated on the contract plans to the lines, grades, and elevation shown or as directed by the Owner's Representative, and shall be made so that the requirements for formation of embankments can be followed. No excavation or stripping shall be started until the Owner's Representative has taken cross -sectional elevations and measurements of the existing ground surface, and has set control base lines for the proposed work. All material encountered within the limits indicated shall be removed and disposed of as - directed. During the process of excavation, the grade shall be maintained so that it will be well drained at all times. When directed, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. B. When selective grading is specified or required as indicated on the plans, the excavated material shall be handled to allow the selected material to be properly placed in the embankment and in the capping of pavement subgrades as determined from the soil profile and soil characteristics. C. The Contractor shall so schedule the work that excavated material can be placed in its proper section of the pavement construction. If the Contractor for his convenience desires to stockpile material, it shall be stockpiled in approved areas for later use. D. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for subgrades, roads, shoulders, intermediate areas, or any areas intended for turfing shall be excavated to a minimum depth of 12 inches below the contemplated surface of the subgrade or the designated grades. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to a depth specified, to provide a satisfactory foundation. Unsatisfactory materials shall become the property of the Contractor and shall be disposed of at locations approved by the Owner's Representative at the Contractor's expense. The portion so excavated shall be refilled with suitable selected material as specified, obtained from the grading operations or borrow area and thoroughly compacted by rolling. The necessary refilling will constitute a part of the embankment. Where rock cuts are made and refilled with selected material, or where trenching out is done to provide for a course of pavement, the depths thus created shall be ditched at frequent intervals to provide adequate drainage. E. The Owner reserves the right to make minor adjustments or revisions in lines or grades, if found necessary, as the work progresses due to discrepancies .in the plans or to obtain satisfactory construction. F. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by the Contractor as an incidental part of the work, unless otherwise shown on the plans. 01268504 EXCAVATION, SUBGRADE PREPARATION, GRADING, 05/05 EMBANKMENT AND TOPSOILING 02223 - 2 G. In cut areas, the subgrade under areas to be paved shall be compacted to the depths and to the densities at optimum moisture as shown on the plans or as specified by the specifications, and as determined by the compaction control tests specified in ASTM D-698. Any unsuitable materials encountered shall be removed. H. In cut areas, the subgrade material shall be removed to the depths indicated on the drawings. The bottom layer of subgrade shall be compacted to the depths and density as shown on the drawings. The remaining layers of subgrade shall be constructed as embankment as shown on the drawings. I. No payment or measurement for payment will be made for suitable materials removed, manipulated, and replaced in order to obtain density except as specified above. Any removal, manipulation, aeration, replacement, and recompaction of suitable materials necessary to obtain the required density, except as specified above, shall be considered as incidental to the excavation and embankment operations, and shall be performed by the Contractor at no additional cost to the project. J. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 12 inches of the subgrade. The finished grading operations conforming to the typical cross section shall be completed and maintained ahead of the paving operations. K. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line or finished grade of slope. All cut -and -fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Owner's Representative. L. Blasting will not be permitted. 3.3 PREPARATION OF EMBANKMENT AREA A. Embankment areas shall be cleared and grubbed. All depressions or holes below the ground surface, whether caused by grubbing or otherwise, shall be backfilled with suitable material and 1 compacted to ground surface before the construction of the embankment will be permitted to start. B. Immediately prior to the placing of the fill materials, the entire area upon which the embankment is to be placed, except where limited by rock, shall be scarified and broken by means of a disc harrow or plow, or other approved equipment, to a depth of 6 inches. Scarifying shall be done approximately parallel to the axis of the fill. All roots, debris, large stones, or objectionable material that would cause interference with the compaction of the foundation or fill shall be removed from the area and disposed of as directed. A thin layer (approximately 3 inches) of the fill material shall be spread over the scarified foundation and the whole area compacted as required in the specifications. C. Where embankments are to be placed on natural slopes steeper than 3-to-1, horizontal benches shall be constructed as directed by the Owner's Representative. Suitable excavated material shall be incorporated in embankments. D. No direct payment shall be made for the preparation of the embankment area. 3.4 STRIPPING A. All vegetation such as trees, brush, heavy sods, heavy growth of grass, decayed vegetable matter, rubbish, and any other unsuitable material within the area upon which embankment is to be placed shall be stripped or otherwise removed before the embankment is started, and in no case shall such objectionable material be allowed in or under the embankment. No direct payment will be made for stripping. 01268504 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 3 05105 EMBANKMENT AND TOPSOILING 3.9 TOLERANCES A. In those areas upon which a subbase, base course, or surface course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16-foot straightedge, it shall not show any deviation in excess of 2 inch, or shall not be more than 0.05 foot from true grade as established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials, reshaping, and recompacting by sprinkling and rolling. 3.10 TOPSOIL A. Topsoil shall be salvaged from stripping or other grading operations. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches or more in diameter), clay lumps or similar objects. Brush and other vegetation which will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. B. All areas outside the paved areas within the grading limits shall be topsoiled unless otherwise shown on the plans or otherwise directed by the Owner's Representative. C. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Owner's Representative before the various operations are started. D. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Owner's Representative, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. E. Grades on the areas to be topsoiled, which have been established, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded and the surface left at the prescribed grades in an even and properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. F. Prior to the stripping of topsoil from designated areas, any vegetation, briers, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Owner's Representative. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. G. The Contractor shall remove topsoil from the designated areas and to the depth as directed by the Owner's Representative. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Owner's Representative. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. H. In unpaved excavation areas, at least the upper 4 inches of material shall be topsoil, unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. 01268504 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 6 05/05 EMBANKMENT AND TOPSOILING � ,;. I. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Owner's Representative. The compacted topsoil surface shall conform to the required lines, grades, and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. J. No direct payment will be made for topsoil as such. END OF SECTION Y 4 a g J k 3 �d 01268504 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 7 05/05 EMBANKMENT AND TOPSOILING No Text SECTION 02231 TREE AND PLANT PROTECTION PART 1- GENERAL 1.1 SECTION INCLUDES A. Tree and plant protection. 1.2 RELATED SECTIONS A. Section 02260 —Excavation Support and Protection B. Section 02300 — Earthwork C. Section 02318 — Borrow D. Section 02320 — Utility Backfill Materials E. Section 02810 — Irrigation Systems 1.3 REFERENCE A. ANSI A300 — Tree, Shrubs, and Other Woody Plants Maintenance — Standard Practice. B. ASTM D448 — Standard Classification for Sizes of Aggregate for Road and Bridge Construction. C. ASTM D 5268 — Standard Specification for Topsoil Used for Landscaping Purposes. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 — Submittal Procedures. B. Submit qualification data for firms and persons to demonstrate their capabilities and experience with tree and plant protection. Include lists of completed projects with project names and addresses, names and addresses of Engineers and Owners, and other information specified. C. Submit certification from a qualified arborist that trees indicated to remain have been protected during construction according to recognized standards and that trees were promptly and properly treated and repaired when damaged. D. Submit maintenance recommendations from a qualified arborist for care and protection of trees affected by construction during and after completing the Work. E. Submit a damage assessment from a qualified arborist describing any damage to trees and shrubs that occur during construction. Include recommendations on appropriate course of action to restore vegetation to its preconstruction condition. F. Submit a detailed description of the tree and plant protection measures to be taken. G. Submit a detailed preconstruction survey of the preconstruction condition of trees, shrubs, and grassed areas potentially impacted by the work. Prior to starting any onsite construction activities, the Contractor and the Owner's representative shall make a joint condition survey after which the Contractor shall prepare a brief report indicating on a layout plan the condition of trees, shrubs and grassed areas immediately adjacent to work sites and adjacent to the assigned storage area and access routes as applicable. Include a complete photographic or video record of all existing trees, shrubs and grassed areas. This report will be signed by the Owner's representative and the Contractor upon mutual agreement as to its accuracy and completeness. 01268504 TREE AND PLANT PROTECTION 02231 - 1 05/05 1.5 QUALITY ASSURANCE A. Work shall be performed by an experienced tree service firm that has successfully completed tree protection and trimming work similar to that required for this Project and that will assign an experienced, qualified arborist to Project site on an as -needed basis during execution of the Work. B. Work shall be performed under the supervision of an arborist certified by the International Society of Arboriculture or licensed in the jurisdiction where Project is located. C. Prune indicated trees and shrubs according to ANSI A300, "Trees, Shrubs, and Other Woody Plant Maintenance — Standard Practices," unless more stringent requirements are indicated. If no trees or shrubs are indicated to be removed, replaced or pruned, then such removal, replacement or pruning shall be considered to be at Contractor's convenience with no additional compensation. The Owner must approve all trees or shrubs not indicated for removal, replacement or pruning. 2.1 MATERIALS A. Drainage fill as needed shall be selected crushed stone, or crushed or uncrushed gravel, washed, ASTM D 448, Size 24, with 90 to 100 percent passing a 2-1/2-inch sieve and not more than 10 percent passing a 3/4-inch sieve. B. Topsoil shall be fertile, friable, surface soil, containing natural loam and complying with ASTM D 5268. Provide topsoil that is free of stones larger than 1 inch in any dimension and free of other extraneous or toxic matter harmful to plant growth. Obtain topsoil only from well -drained sites where soil occurs in depth of 4 inches or more; do not obtain from bogs or marshes. C. Filter fabric shall be manufacturer's standard, nonwoven, pervious, geotextile fabric of polypropylene, nylon, or polyester fibers. D. Temporary fencing shall consist of wood posts and rails arranged as indicated on the drawings. Substitutions of materials used in fence construction shall be as noted on the drawings. PART 3 - ]EXECUTION 3.1 PROJECT CONDITIONS A. Preserve and protect existing trees and plants to remain from foliage, branch, trunk, or root damage that could result from construction operations. B. Prevent following types of damage: 1. Compaction of root zone by foot or vehicular traffic, or material storage. 2. Trunk damage from equipment operations, material storage, or from nailing or bolting. 3. Trunk and branch damage caused by ropes or guy wires. 4. Root poisoning from spilled solvents, gasoline, paint, and other noxious materials. 5. Branch damage due to improper pruning, trimming or striking with construction equipment. 01268504 TREE AND PLANT PROTECTION 02231 - 2 05105 6. Damage from lack of water due to: a. Cutting or altering natural water migration patterns near root zones. b. Failure to provide adequate watering. Contractor to provide supplemental watering of landscaping during construction once every seven days during the growing season where natural water migration patterns near root zones have been cut or altered, whether permanent or temporary. 7. Damage from alteration of soil pH factor caused by depositing lime, concrete, plaster or other base materials near roots. 8. Cutting of roots larger than 1 1/z inches in diameter. 3.2 PREPARATION A. Install temporary fencing located as indicated or outside the drip line of trees and shrubs to protect remaining vegetation from construction damage. B. Protect tree root systems from damage due to noxious materials caused by runoff or spillage while mixing, placing, or storing construction materials. Protect root systems from flooding, eroding, or excessive wetting caused by dewatering operations. C. Do not store construction materials, debris, or excavated material within the drip line of remaining trees. Do not permit vehicles or foot traffic within the drip line; prevent soil compaction over root systems. D. Do not allow fires under or adjacent to remaining trees or other plants. E. Contractor to provide supplemental water to areas being served by a sprinkler system that is taken out of service during construction. 3.3 EXCAVATION A. Install shoring or other protective support systems to minimize sloping or benching of excavations. B. Do not excavate within drip line of trees, unless otherwise indicated. C. Where excavation for new construction is required within drip line of trees, hand clear and excavate to minimize damage to root systems. Use narrow -tine spading forks and comb soil to expose roots. 1. Relocate roots in backfill areas where possible. If encountering large, main lateral roots, expose roots beyond excavation limits as required to bend and relocate them without breaking. If encountered immediately adjacent to location of new construction and relocation is not practical, cut roots approximately 3 inches back from new construction. 2. Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary earth cover or pack with peat moss and wrap with burlap. Water and maintain in a moist condition. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. 3. Do not cut main lateral roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots with sharp pruning instruments; do not break or chop. 01268504 TREE AND PLANT PROTECTION 02231 -3 05/05 SECTION 02300 EARTHWORK II i4aw"0vD1:7J 1.1 SECTION INCLUDES A. This section of the specifications refers to general excavation of various materials at storm sewer inlets, topsoil placement, and other miscellaneous grading items. For trenching - specific earthwork, refer to Section 02310 — Irrigation Systems. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specifications, apply to this section. B. Related Sections include the following: 1. Section 01400 — Quality Requirements. 2. Section 01500 - Construction Facilities and Temporary Controls. 3. Section 02231 — Tree and Plant Protection. 4. Section 02240 - Dewatering. 5. Section 02260 - Excavation Support and Protection. 6. Section 02318 — Borrow. 7. Section 03300 - Cast -in -Place Concrete. 1.3 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (1996a) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 1998) Particle -Size Analysis of Soils ASTM D 698 Test Method for Laboratory Compaction Characteristies of Soil Using Standard Effort (12,400 ft — lb/ft3). ASTM D 1140 (1997) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (1990; R 1996) Density and Unit Weight of Soil in Place by the Sand -Cone Method ASTM D1586 (1992) Penetration Test and Split -Barrel Sampling of Soils ASTM D 2487 (1998) Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D 2922 (1996) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) 01268504 05/05 EARTHWORK 02300 - 1 2. Flexible base material shall conform to the following test requirements: Sieve Analysis Sieve Size 2-1/2" 1-3/4" 7/8" 1/2" #4 #40 % retained 0 0-10 10-35 30-50 45-65 70-85 Atterberg Limits Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements: Liquid Limit 45 maximum Plasticity Index 15 maximum and 3 minimum Linear Shrinkage 10 maximum Wet Ball Mill When tested in accordance with Tex -I 16-E (Wet Ball Mill) the material shall have a value not to exceed 55. G. Subgrade: Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off site soil, free from vegetation or other objectionable matter. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. The material shall be suitable for forming a stable embankment and shall meet the following requirements: Liquid Limit 45 maximum Plasticity Index 15 maximum Linear Shrinkage 2 min — 10 max Subgrade material which does not meet the above requirements may be conditioned with lime or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements. 2.2 ACCESSORIES A. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities uncovered during prosecution of the work, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: - -- - 1. Red: Electric. 2. Yellow: Gas and oil. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. B. Warning tape to be placed within 3 feet of ground surface. 01269504 EARTHWORK 02300 - 4 05105 SECTION 02300 EARTHWORK PART 1 - GENERAL. 1.1 SECTION INCLUDES A. This section of the specifications refers to general excavation of various materials at storm sewer inlets, topsoil placement, and other miscellaneous grading items. For trenching - specific earthwork, refer to Section 02310 — Irrigation Systems. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specifications, apply to this section. B. Related Sections include the following: l . Section 01400 — Quality Requirements. 2. Section 01500 - Construction Facilities and Temporary Controls. 3. Section 02231 — Tree and Plant Protection. 4. Section 02240 - Dewatering. 5. Section 02260 - Excavation Support and Protection. 6. Section 02318 — Borrow. 7. Section 03300 - Cast -in -Place Concrete. 1.3 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (1996a) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 1998) Particle -Size Analysis of Soils ASTM D 698 Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft — lb/ft3). ASTM D 1140 (1997) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (1990; R 1996) Density and Unit Weight of Soil in Place by the Sand -Cone Method ASTM D1586 (1992) Penetration Test and Split -Barrel Sampling of Soils a ASTM D 2487 1998 Classification of Soils for Engineering ( ) g � Purposes (Unified Soil Classification System) ASTM D 2922 (1996) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) u 01268504 EARTHWORK 02300 - 1 05/05 t ASTM D 3017 (1988; R 1996el) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ---, ASTM D 4318 (1998) Liquid Limit, Plastic Limit, and Plasticity Index of Soils t 1.4 DEFINITIONS A. Backfill: Soil materials used to fill an excavation. B. Base Course: Layer placed between the subbase course and asphalt paving. C. Borrow: Satisfactory soil imported from off -site for use as fill or backfill. D. Excavation: Removal of material encountered above subgrade elevations. 1. Additional Excavation: Excavation below subgrade elevations as directed by Engineer. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Bulk Excavation: Excavations more than 20 feet in width and pits more than 30 feet in either length or width, and not associated with trenching for pipe installation. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. E. Fill: Soil materials used to raise existing grades. F. Rock: Rock material in beds, ledges, unstratified masses, and conglomerate deposits and boulders of rock material 5 cu. yd. or more in volume in a single unfractured mass that when tested by an independent geotechnical testing agency, according to ASTM D 1586, exceeds a standard penetration resistance of 100 blows/2 inches. G. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. H. Subbase Course: Layer placed between the subgrade and base course for asphalt paving, or layer placed between the subgrade and a concrete pavement or walk. I. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or Backfill immediately below subbase, drainage fill, or topsoil materials. J. Utilities: Include on -site underground pipes, conduits, ducts, and cables. K. Suitable Material: Suitable soil materials are those meeting specification requirements. Unsuitable soils meeting specification requirements for suitable soils after treatment with lime or cement are considered suitable, unless otherwise indicated. L. Unsatisfactory Materials: Materials which do not comply with the requirements for satisfactory materials are unsatisfactory. Unsatisfactory materials also include man-made fills; trash; refuse; backfills from previous construction; and material classified as satisfactory which contains root and other organic matter or frozen material. The Engineer shall be notified of any contaminated materials. M. Cohesionless and Cohesive Materials: Cohesionless materials include materials classified in ASTM D 2487 as GW, GP, SW, and SP. Cohesive materials include materials classified as GC, SC, ML, CL, MH, and CH. Materials classified as GM and SM will be identified as cohesionless only when the fines are nonplastic. Testing required for classifying materials shall be in accordance with ASTM D 4318, ASTM C 136, ASTM D 422, and ASTM D 1140. N. Degree of Compaction: Degree of compaction required is expressed as a percentage of the maximum density obtained by the test procedure presented in ASTM D 698 abbreviated as a percent of laboratory maximum density. 01268504 EARTHWORK 02300 - 2 05/05 O. Topsoil: Material suitable for topsoils obtained from offsite areas or the top 3 feet of excavated material shall be defined as clean and uncontaminated soils capable of sustaining j plant life. 1.5 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 for each site of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for each on -site or borrow soil material. 1.6 QUALITY ASSURANCE A. Geotechnical Testing and Construction Material Agency Qualifications: An independent testing agency qualified according to ASTM E 329 to conduct soil materials and construction materials testing. Where rock definition is in dispute, the independent testing agency shall also meet the requirements of ASTM E 329 for rock definition testing, participate in the American Association of Laboratory (A2LA) accreditation program, and be under the direction of a licensed Professional Engineer licensed in the State of Texas with a minimum of 5 years in the inspection and testing of geotechnical and construction materials. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. Refer to Section 02318 — Borrow. B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or a combination of these group symbols; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. Satisfactory soils should have a liquid limit of 45 maximum and a plasticity index of 15 maximum. C. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT, or a combination of these group symbols. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Backfill and Fill: Satisfactory soil materials._ E. Subbase: Satisfactory soils. 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 oversized quarried aggregate, sized by crushing and produced from a naturally occurring single source. No blending of sources and/or additive materials will be allowed. 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. 01268504 EARTHWORK 02300 - 3 05105 ........... . r a 2. Flexible base material shall conform to the following requirements: uirements: ` q Sieve Analysis Sieve Size 2-1/2" 1-3/4" 7/8" 1/2" #4 #40 % retained 0 0-I0 10-35 30-50 45-65 70-85 Atterberg Limits Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements: Liquid Limit 45 maximum Plasticity Index 15 maximum and 3 minimum Linear Shrinkage 10 maximum Wet Ball Mill When tested in accordance with Tex-] 16-E (Wet Ball Mill) the material shall have a value not to exceed 55. G. Subgrade: Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off site soil, free from vegetation or other objectionable matter. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. The material shall be suitable for forming a stable embankment and shall meet the following requirements: Liquid Limit 45 maximum Plasticity Index 15 maximum Linear Shrinkage 2 min - 10 max Subgrade material which does not meet the above requirements may be conditioned with lime or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements. 2.2 ACCESSORIES A. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities uncovered during prosecution of the work, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: - - - 1. Red: Electric. 2. Yellow: Gas and oil. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. B. Warning tape to be placed within 3 feet of ground surface. [1 01268504 EARTHWORK 02300 - 4 05/O5 1.1 I PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Protect subgrades and foundation soils against freezing temperatures or frost. C. 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 walkways. 3.2 EXPLOSIVES A. Explosives shall not be used on this project. 3.3 STRIPPING OF TOPSOIL A. Topsoil will be separately excavated, stored, and used for surface finish in preparation for seeding, sodding, or other planting, only where topsoil is definitely superior for grass and plant growth ascomparedwith the remainder of the excavated material. In general, this shall be considered as the top 3 feet of excavated material. Surface soil that is a heavy clay, predominantly sandy, or is lean in grass -and plant -growth qualities, will not be saved. The hauling, spreading, smoothing, and maintenance of the topsoil in preparation for the seeding and planting operations are generally considered under a separate section, and therefore are not considered in this specification. 3.4 ROCK EXCAVATION A. Material to be removed is unclassified. No adjustment to bid price will be made for encountering rock. Excavation of all material is considered to be in the prices bid. 3.5 FROZEN MATERIAL A. Soils shall not be placed on a foundation which contains frozen material, or which has been subjected to freeze -thaw .action. This prohibition encompasses all foundation types, including the natural ground, all prepared subgrades (whether in an excavation or on an embankment) and all layers of previously placed and compacted earth fill which become the foundations for successive layers of earth fill. All material that freezes or has been subjected to freeze -thaw action during the construction work, or during periods of temporary shutdowns, such as, but not limited to, nights, holidays, weekends, winter shutdowns, or earthwork operations, shall be removed to a depth that is acceptable to the Engineer and replaced with new material. Alternatively, the material will be thawed, dried, reworked, and recompacted to the specified criteria before additional material is placed. The Engineer will determine when placement of fill or backfill shall cease due to cold weather. The Engineer may elect to use average daily air temperatures, and/or physical observation of the soils for his determination. Embankment material shall not contain frozen clumps of soil, snow, or ice. 01268504 EARTHWORK 02300 - 5 05105 3.15 TESTING A. Testing Agency: Contractor shall perform field quality -control testing in conformance with 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: 1. Paved Areas: At subgrade and at each compacted fill layer, at least one test for every 4000 sq. ft. or less of paved area, but in no case fewer than three tests. 2. Trench Back -fill: 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 trim high spots to comply with required surface tolerances. B. Site Grading: Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1 inch. 2. Walks: Plus or minus 1 inch. 3. Pavements: Plus or minus 3/8 inch. 3.17 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 01268504 EARTHWORK 02300 - 8 05/05 L f 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. 01268504 05/05 END OF SECTION 02300 EARTHWORK 02300 - 9 SECTION 02318 BORROW PART I - GENERAL 1.1 SECTION INCLUDES 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 Engineer. 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. B. Related Sections include the following: 1. Section 01400 — Quality Requirements. 2. Section 02300 - Earthwork. 3. Section 02260 - Excavation Support and Protection. 4. Section 02320 — Utility Backfill Materials. 5. Section 02920 - Lawns and Grasses. 1.3 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (1996a) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 1998) Particle -Size Analysis of Soils ASTM D 698 Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft) ASTM D.1,140 (1997) Amount of. Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (1990; R 1996) Density and Unit Weight of Soil in Place by the Sand -Cone Method ASTM D 2487 (1998) Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D 2922 (1996) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 3017 (1988; R 1996el) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (1998) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 01268504 0.5/05 02318 - 1 1.4 DEFINITIONS A. Refer to Section 02300 — Earthwork. 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, free 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 will form a stable embankment. C. Topsoil: This material shall consist of approved topsoil material and shall be clean, friable soil capable of supporting plant life. This material shall also be free of stones and all other debris. PART 3 - EXECUTION 3.1 METHODS OF CONSTRUCTION A. Prior to commencing this work, all erosion control and environmental measures required shall be in place. B. Use all suitable materials removed from excavation insofar as practicable. C. All complicated excavation grade 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 from one of the following sources: 1. Existing borrow pit. 2. New borrow pit. 3. Surplus excavated material from a site which has a site development permit. 4. Borrow from an existing playa lake. If this playa lake is located within 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. F. During construction, keep borrow sources drained insofar as practicable to permit final cross sections to be taker,, when required. 01268504 BORROW 02318 - 2 05/05 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. 01268504 05/05 END OF SECTION 02318 I.101Alz 02318 - 3 No Text SECTION 02371 GABIONS AND FILTER FABRIC PART 1- GENERAL 1.1 SECTION INCLUDES A. The work shall consist of the construction of PVC gabion baskets filled with loose rock riprap, including a geotextile filter layer or bedding where specified or indicated. " 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. B. Section 01045 — Quality Control. C. Section 02223 — Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling. D. Section 02300 — Earthwork 1.3 SUBMITTALS A. Provide gradation curves for ri ra to be used prior to an rock delivery. �' riprap P Y Y B. Laboratory test results for bulk specific gravity, absorption and sodium sulfate soundness at least 30 days prior to delivery of any rock. C. Name and location of rock source. D. Submit a sample of filter cloth and manufacturer's certification that it meets the requirements of this specification. 1.4 REFERENCES _ AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM B 117 Salt Spray Test. ASTM C 88 Standard Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. ASTM C 127 Standard Test Method for Specific Gravity and Absorption of Course Aggregate (as modified in this specification section). a ASTM D1242 Abrasion Resistance ASTM D1499 UV Resistance ASTM D 3786 Hydraulic Bursting Strength of Knitted Goods and Nonwoven Fabrics: Diaphragm Bursting Strength Tester Method. ASTM D 4354 Sampling of Geosynthetics for Testing. 01268504 GABIONS AND FILTER FABRIC 02371 - 1 05105 ASTM D 4355 Deterioration of Geotextiles from Exposure to Ultraviolet Light and Water (Xenon -Arc Type Apparatus). ASTM D 4491 Water Permeability of Geotextiles by Permittivity. ASTM D 4533 Trapezoid Tearing Strength of Geotextiles. 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 Geosynthetic Rolls. ASTM D 4355 UV Stability TEX 735-I Sampling Construction Fabrics. TEX 616-J Testing Construction Fabrics. PART 2 - PRODUCT'S 2.1 MATERIALS A. Gabions shall be constructed out of Maccaferri PVC coated 8 x 10 mesh, or approved other, mesh wire. They shall be either 6' x 3' x 3' and a capacity of 2.0 cy or 6' x 3' x I" and a capacity of 0.66 cy. The PVC coating shall have a UV resistance coating complying with ASTM D 1499 and ASTM G23. It shall also comply with ASTM B 117 for Salt Spray Testing and ASTM D1242 for Abrasion Resistance with a weight of not more than 0.19g. B. Loose rock riprap shall be limestone or other hard, non -erodible rock with a specific weight of 155 lbs. per cubic foot. Rock shall be well graded with diameters ranging from 4 inches to 8 inches. Use rock obtained from site where possible. For outside sources of rock, submit to owner in advance for approval C. 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. D. 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, seams 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. E. Rock riprap shall have the following properties: I. Bulk specific gravity (saturated surface -dry basis) not less than 2.5 when tested in accordance with ASTM C 127. 2. Absorption not more than two percent when tested in accordance with ASTIR C 127. 01268504 GABIONS AND FILTER FABRIC 02371 - 2 05/05 3. Weight loss in five cycles not more than 10 percent when sodium sulfate is used or 15 percent when magnesium sulfate is used when tested in accordance with ASTM L i C 88 modified as follows: a. The test sample shall not be separated into fractions. It shall consist of 5,000 +/- 300 grams of rock fragments, reasonably uniform in size and shape �- and weighing approximately 100 grams each, obtained by breaking the rock and selecting fragments of the required size. 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. F. Geotextile 1. Geotextile shall conform to Texas Department of Transportation Geotextile Performance Requirements (Type 2) and shall be of type Maccaferri Mactex MX275 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 form 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). ,r 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" . P ) 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 tag, etc. (Gross — 67.00 kilograms [147 pounds]). ' 01268504 GABIONS AND FILTER FABRIC 02371 -3 05/05 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]). G. Bedding shall be obtained from the designated sources and shall be selected to meet the quality and grading requirements of this specification. H. 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 he intends to obtain the material. The Contractor shall submit 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 gabions 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. Gabions shall not be placed until the foundation preparation is completed and the subgrade surfaces have been inspected and approved by the Engineer. 3.2 GABIONT CONSTRUCTION A. Gabions shall be assembled as individual units before placing. The units shall then be placed and joined together. The units shall be filled with rock riprap. Unit lids shall be closed and wired down. 3.3 GEOTEXTILE A. Where 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 l . 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. 01268504 GABIONS AND FILTER FABRIC 02371 - 4 05/05 { D. Installation I. 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 02223 — Excavation, Subgrade Preparation, Grading Embankment and Topsoiling. 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 subgrade. The geotextile shall also be free of tensile stresses, folds, and wrinkles. 3. Geotextile panels shall be continuously overlapped a minimum of 12 inches. The Contractor has the option of field sewing instead of overlapping. 4. 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 beJeft uncovered for more than 14 days during installation. 5. 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. 6. 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. END OF SECTION 01268504 GABIONS AND FILTER FABRIC 02371 - 5 05105 No Text SECTION 02520 CEMENT STABILIZEDD SOIL PART I - GENERAL 1.1 SECTION INCLUDES A. Cement Stabilized Soil 1.2 RELATED SECTIONS A. Section 02223 — Excavation, Subgrade Preparation, Grading Embankment and Topsoiling B. Section 02300 — Earthwork 1.3 REFERENCES A. ASTM D422 B. ASTM D558 C. ASTM D559 D. ASTM D560 E. ASTM D1632 F. ASTM D1633 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Test certificates from an approved commercial laboratory shall be furnished on materials covered by this section 30 days prior to construction. C. In addition to the requirements of Section 01300, submit the following: 1. The source and quality of materials and the soil cement proportions proposed for the work shall be submitted to the Owner for review before the work is started. Certified reports prepared by an independent testing laboratory and covering the soil and mix design shall be submitted in accordance with. the submittals section. Review of these reports will be for general acceptability only and continued compliance with all contract provisions will be required. 2. Design and quantities and test results of the Mix Design shall be submitted for review. Mixes shall be adjusted in the field as necessary to meet the requirements of these specifications. 3. The report for each tentative soil cement design shall contain the following information: a. Optimum moisture and density. b. Brand, Type, and Quantity of cement. C. Specific gravity and gradation of soil. d. Compressive strength based on 7 day compression test. e. Weight (surface dry) of soil per cubic yard. f. Soil cement loss as determined in accordance with ASTM D559. g. Soil Cement loss as determined in accordance with ASTM D560. 01268504 05/05 CEMENT STABILIZED SOIL 02520 - 1 i 1.5 QUALITY ASSURANCE A. Testing shall be by standard ASTM methods. PART 2 - PRODUCTS 2.1 MATERIALS A. Testing: The Contractor shall retain an independent testing laboratory acceptable to the Owner to perform the following tests: 1. Representative samples of soil shall be tested in accordance with ASTM D422 to determine the particle size distribution. 2. Representative samples of each proposed soil cement mix design shall be tested in accordance with ASTM D558 to determine the maximum density and optimum moisture content. 3. Representative samples of each proposed soil cement mix design shall be compacted to 100 percent at optimum moisture content and tested in accordance with ASTM D559 — Wetting and Drying Tests of Compacted Soil Cement Mixtures. The specimens shall be prepared for a minimum of three cement contents bracketing the desired strength. 4. Representative samples of each proposed soil cement mix design shall be compacted to 100 percent at optimum moisture content and tested in accordance with ASTM D560 — Freezing and Thawing Test of Compacted Soil Cement Mixture. Test specimens shall be prepared for a minimum of three cement contents bracketing the desired strength. 5. Three compression test cylinders of each proposed soil cement mix design shall be compacted at optimum moisture content and tested at an age of 7 days. The soil cement specimens shall be made, cured, and stored in conformity with ASTM D1632 and tested in conformity with ASTM D1633. B. Material: 1. Materials used for the soil cement shall be materials mixed with portland cement, and water. It is the intent to use on -site soils to the maximum extent practical for the soil cement mix. 2. If necessary, the Contractor shall provide additional off -site materials and mix with on -site soils as required for the soil mixture to comply with the materials specifications herein. 3. All costs related to importing and processing of off -site materials shall be by and at the expense of the Contractor. 4. If the use of onsite materials for soil cement creates a shortage of materials for the compacted embankment, additional materials shall be provided as required at no additional cost to the contract. 5. Materials use shall be: a. Cement ASTM C150, Type 1I. b. Soil Clean and free of organic contaminants (solid or chemical) containing not less than 55 percent material by dry weight passing the No. 4 sieve, and not more than 35 percent not less than 5 percent passing the No. 200 sieve. Clay lumps or balls larger than 1 inch shall be pulverized to pass a No. 4 sieve or screened out of the raw soil prior to mixing. Free from caliche 01268504 CEMENT STABILIZED SOIL 02520 - 2 t 05/0,5 nodules, concretions, or chalky calcareous materials. Free from angular rock and any rock in excess of 1 inch in size. C. Water Clean and free from mud, oil, organic matter, or other deleterious substances. C. Soil Cement Requirements 1. The total quantity of portland cement shall be 8% ± of the oven -dry weight of the soil, to meet the required acceptable compressive strength of the soil. 2. The minimum acceptable compressive strength as determined by ASTM D 1633 shall be 750 psi at 7 das for soil cement at the total quantity of cement content used. Increase the cement content as necessary to meet this compressive strength. 3. The cement shall be free of lumps and otherwise undamaged when used in soil cement. D. Soil Cement Loss: 1. The soil cement loss, as determined in accordance with ASTM D559 and ASTM D560, shall be not more than 10 percent. Increase the cement content as necessary to meet this loss criteria. PART 3 - EXECUTION 3.1 GENERAL A. Soil cement shall be mixed at a central plant in a twin -shaft pugmill mixer of either the continuous or batch type. Regardless of the equipment and methods used, an adequately compacted, thoroughly mixed mixture of pulverized soil containing the proper amount of portland cement and moisture shall be provided. 3.2 PREPARATION A. Subgrade Preparation: 1. Before placing the soil cement, the subgrade shall be graded, shaped, and rolled as required to construct the soil cement in conformance with lines, grades thickness, and cross sections as indicated on the drawings. The subgrade shall be compacted in accordance with excavation section, Section 02300 "Earthwork". 2. Soft, organic and otherwise unsuitable material shall be removed from the subgrade and replaced with suitable material acceptable to the Owner. 3. Immediately prior to the placement of the soil cement, the receiving surfaces shall be in a moist condition. 3.3 CONSTRUCTION A. Pulverization: 1. The soil shall be pulverized sufficiently so that at the time of compaction 100 percent of the soil cement mixture will pass a one inch sieve and a minimum of 80 percent will pass a No. 4 sieve, exclusive of gravel and stone. 2. For gravel and stone the maximum size permitted shall be 2 inches with a maximum of 5 percent retained on a 2-inch sieve. 01268504 CEMENT STABILIZED SOIL 02520 - 3 05/05 B. Central Mixing Plant Mixing Method: l . Soil cement shall be mixed in a central mixing plant. The mix in place method shall not be used. The central plant shall be equipped with metering and feeding devices that will add the soil, cement, and water into the mixer in the specified quantities. 2. The central plant shall have a capacity of at least 300 tons of soil cement per hour. Soil and cement shall be mixed sufficiently to prevent cement balls from forming when water is added. The mixing time shall be that which is required to secure an intimate uniform mixture of the soil, cement, and water. 3. If the actual quantities of the mix vary more than two percent by weight of the accepted quantities, the Owner may require such changes in the plant operation as will provide the required accuracy. 4. The soil cement mixture shall be transported from the mixing plant to the construction site in clean equipment provided with suitable protective covers. 5. The total elapsed time between the addition of water to the mixture and the start of compaction shall not exceed 60 minutes, and the mixture shall not be left undisturbed for longer than 30 minutes during this period. C. Placing: 1. The soil cement mixture shall be placed on the moistened subgrade with spreading equipment that will produce layers of such widths and thicknesses as are necessary for compaction. 2. Each successive layer shall be placed within four hours after the preceding layer is completed. No more than a four feet wide strip shall be left exposed at the end of a working day. 3. To improve bonding, any bottom layer left exposed for more than four hours shall be sprinkled with 3 pounds per square yard of cement then wetted immediately prior to installation of the upper layer. This shall be done at no extra cost to the contract. 4. Minimum and maximum limits of compacted layer thickness shall be 6 inches and 8 inches, respectively. 5. All soil cement surfaces which must bond to succeeding layers of soil cement shall be kept continuously moist by fog spraying until placement of the subsequent layer except that such surfaces will not have to be kept moist for a period longer than 7 days. 6. Any loose material on the surface of the complete layer shall be removed, and the surface striated and moistened immediately before placement of the next layer. D. Compaction: l . Soil cement shall be in a uniform loose condition throughout the full depth and the moisture content shall be within 1 percent below to 2 percent above the specified optimum 30 minutes during compaction operations. 2. The in -place final compacted soil cement shall be within 1 percent below and 2 percent above the optimum moisture content as determined by ASTM D558. 3. The specified moisture content shall be maintained uniformly throughout the layer of material being compacted. The compaction operation shall be complete within one hour after the addition of water to the soil cement mixture. 4. When any of the compacting operations are interrupted prior to completion of compaction so that the mixture which has not been completely compacted is left unworked for more than 30 minutes for any reason or when the soil cement mixture before completion of compaction is wetted by rain so that the average moisture content exceeds the specified moisture requirements, the entire layer affected shall be removed and replaced at the expense of the Contractor. 01268504 CEMENT STABILIZED SOIL 02520 - 4 05/05 E. Finishing: 1. After compaction, the soil cement layer shall be further shaped to the required lines, grades, and cross sections and rolled to a reasonable smooth surface with a steel wheel roller. Surface compaction and finishing of each layer shall be performed, within two hours, to ensure a dense surface free of compaction of planes and loose material. 2. The soil cement shall be placed to the minimum thickness indicated on the drawings. The finished top surface of the section shall show no variation greater than 2 inch from 10 foot straightedge laid thereon parallel to the longitudinal centerline. The finished slopes shall be within 3 inches of plan dimension at the top and bottom of the slopes. 3. On the slopes, the top surface shall be relatively smooth and free of sharp projections. Holes and joints shall be grouted smooth to provide a suitable surface for installation of the geomembrane. F. Construction Joints: 1. No construction joint will be permitted except where construction is halted for a period of 3 hours or more. Unless such joints are made by the use of headers, the end of the section placed shall be cut back to a full depth vertical joint and a firm section before operations are resumed. 2. The portions removed may be pulverized and reused as if soil with no cement. Construction joints for succeeding layers of soil cement shall be staggered such that no two joints align. G. Curing: 1. Temporarily exposed surfaces shall be kept moist as previously specified. Care shall be exercised to ensure that no curing material other than water is applied to the surfaces that will be in contact with succeeding layers. 2. Permanently exposed surfaces shall be kept wet for a period of 72 hours after completion of compaction. The curing method shall be acceptable to the Owner. 3. When necessary, the soil cement shall be protected from freezing for 7 days after its construction by a covering of loose earth, straw, or other suitable materials. 3.4 FIELD QUALITY CONTROL A. Field Control Tests: 1. Field control test shall consist of gradation test, moisture -density test, and compression test cylinders. 2. One initial gradation shall be made for soil material used for soil cement. One gradation test shall be made for each additional 100 cubic yards. 3. One in -place density test shall be made for -each 100 cubic yards of material placed. 4. A set of three test cylinder for compression tests shall be performed for each 5000 cubic yards of soil cement. 5. If any test indicates material fail to comply with the specifications, the materials shall be removed and replaced or remedied until such complies with specifications. 6. All remedial work or replacement materials shall be at the Contractor's expense. 01268504 CEMENT STABILIZED SOIL 02520 - 5 -- 05105 Maintenance: 1. The Contractor shall maintain the soil cement in good condition until all work is completed and accepted by the Owner. 2. Maintenance shall include immediate repairs of any defects that may occur. 3. Faulty work shall be replaced by and at the expense of the Contractor for the full depth of the layer. 01268504 CEMENT STABILIZED SOIL 05/05 02520 - 6 j SECTION 02751 PORTLAND CEMENT CONCRETE PAVEMENT PART 1- 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, fly 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 — Submittal Procedures. B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete pavement mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: 1. Cementitious materials and aggregates. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Admixtures. 5. Curing compounds. -1; 01268504 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 1 05/05 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 with a record of successful in-service performance. B. Manufacturer Qualifications: Manufacturer of ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mix Concrete Association's Plant Certification Program. C, Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate from one source. E. ACI Publications: Comply with ACI301, "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: Commercially formulated form -release agent with a maximum of 350 g/l volatile organic compounds (VOC's) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. C. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal, Provide units that will leave no metal closer than 1-1 /2 inches to the plane of the exposed concrete surface. 1. Provide ties that, when removed, will leave holes not larger than I inch in diameter in the concrete surface. 01268504 PORTLAND CEMENT CONCRETE PAVEMENT 02751 -2 05/05 2.2 STEEL REINFORCEMENT A. Plain -Steel Welded Wire Fabric: ASTM A 185, fabricated from as -drawn steel wire into flat sheets, shall be 6" x 6" — 10 gauge welded wire fabric, or as shown on plans. B. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed. C. Joint Dowel Bars: Plain steel bars, ASTM A 615/A 615M, Grade 60. Cut bars true to length with ends square and free of burrs. D. Tie Bars: ASTM A 615/A 615M, Grade 60, deformed. E. Hook Bolts: ASTM A 307, Grade A, internally and externally threaded. Design hook -bolt joint assembly to hold coupling against pavement form and in position during concreting operations, and to permit removal without damage to concrete or hook bolt. F. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcement bars, welded wire fabric, and dowels in place. Manufacture bar supports according to 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. 2.3 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, I1, or III or ASTM G176 IA, IIA, or I11A 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 (Brownwood type or equivalent). Aggregate shall be graded from fine to coarse and shall conform to ASTM C 136. The gradation for aggregate shall meet the following requirements by weight: FINE AGGREGATE 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/a 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 #200 sieve shall conform to ASTM C 117. Maximum amounts of soft particles shall conform to ASTM C 123. Maximum amounts of friable particles shall conform to ASTM C 142, 01268504 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 3 05/05 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. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: 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" 2.6 CURING COMPOUND 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. 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 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 Owner at any time to comply with Texas Accessibility Standards. No additional compensation will be made for such modification. 01268504 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 4 O5/05 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 mixes, proportioned according to ACI 301, for each type and strength of normal -weight concrete determined by either laboratory trial mixes or field experience. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the trial batch method. 1. Do not use Owner's field quality -control testing agency as the independent testing agency. C. Proportion mixes to provide concrete with the following properties: 1. Maximum Water-Cementitious Materials Ratio: 0.45. D. Classification 1. The following 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. t Class E Fast setting concrete pavement such as "Fast Track" Concrete Pavement or other special design. t E. Mix Design 1. At least 15 days prior to beginning any concrete pavement construction the Contractor shall submit the following to the Engineer for approval: a. Test certificates from an approved commercial testing laboratory on all proposed aggregate. Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate or Sodium Sulfate test (not to exceed 18%). b. A mix design based on water -cement ratio. - C. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with ASTM C 78, made by an approved commercial testing laboratory. Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. 2. The Engineer will approve or reject the mix design and materials based on these submittals. This approval shall be subject to additional testing during construction. 01268504 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 5 } 05/05 Mix designs for various classes of concrete shall conform to the following: Minimum Sacks Maximum Gal Maximum Slump Class Cement per CY Water per Sack 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. COMPRESSIVE FLEXURAL Class 3 Dav 7 Day 28 Day A - 2100 3000 - B 2500 3000 - - C - 2500 3600 600 (28 day) D - - 2500 - E I Unless otherwise specified 500 (16 hr) G. Properties 1. Air Entrainment: 5% +/- 1 '/s% 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. 2.10 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements and. with ASTM C 94 and t ASTM C 1116 when synthetic fibers are involved. 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. B. Project -Site Mixing: Comply with requirements and measure, batch, and mix concrete materials and concrete according to ASTM C 94. Mix concrete materials in appropriate 4 drum -type batch machine. mixer. 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 j any part of batch is released. 2. For mixers of capacity larger than 1 cu. yd., increase mixing time by 15 seconds for each additional 1 cu. yd. 01268504 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 6 05/05 i 3. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water added. 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. 3.3 STEEL REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's (CRSI) "Manual of Standard Practice" for fabricating reinforcement and with recommendations in CRSPs "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. 01268504 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 7 05/05 3. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Isolation Joints: Form isolation joints of preformed joint -filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. 1. Extend joint fillers full width and depth of joint. 2. Terminate joint filler less than 1/2 inch or more than 1 inch below finished surface if joint sealant is indicated. 3. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 4. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint -filler sections together. 5. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Curb and Gutter 1. Place 3/4" 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 least3/4" depth at 10 foot intervals. E. Sidewalk 1. Place 3/4" 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 1/4" wide by 3/a" 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. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to the following radius. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. a. 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 frost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they are at the required finish elevation and alignment. D. Comply with requirements and with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. E. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. 01268504 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 8 05105 F. Consolidate concrete by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures to consolidate concrete according to recommendations in ACI 309R. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square -faced shovels for hand -spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. G. Place concrete in two operations; strike off initial pour for entire width of placement and to the required depth below finish surface. Lay welded wire fabric or fabricated bar mats immediately in final position. Place top layer of concrete, strike off, and screed. 1. Remove and replace portions of bottom layer of concrete that have been placed more than 15 minutes without being covered by top layer, or use bonding agent if approved by Engineer. H. Screed pavement surfaces with a straightedge and strike off. Commence initial floating using bull floats or darbies to form an open -textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading dry -shake surface treatments. I. 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 wort: from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1: When air temperature has fallen to, or is expected to fall below, 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. . 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 immediately before embedding in concrete. 3. Fog -spray forms, reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.6 CONCRETE FINISHING A. General: Wetting of concrete surfaces during screeding, initial floating, or finishing operations is prohibited. 01268504 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 9 05/05 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 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. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.8 PAVEMENT MARKINGS A. Seal concrete surface in accordance with TxDOT item 666 prior to installing pavement markings. B. Materials and installation for surface markings shall be in accordance with TxDOT item 666, Type I (thermoplastic). 01268504 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 10 05/05 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. C. ILV E. F. G 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each set of compressive -strength specimens. 5. Compression Test Specimens: ASTM C 31/C 31M; one set of four standard cylinders for each compressive -strength test, unless otherwise indicated. Cylinders shall be molded and stored for laboratory -cured test specimens unless field -cured test specimens are required. 6. Compressive -Strength Tests: ASTM C 39; one set for each day's pour of each concrete class exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd.. One specimen shall be tested at 7 days and two specimens at 28 days; one specimen shall be retained in reserve for later testing if required. 7. When frequency of testing will provide fewer than five compressive -strength tests for a given class of concrete, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. Test results shall be reported in writing to Engineer and Contractor within 24 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing agency, concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer but will not be used as the sole basis for approval or rejection. 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. Contractor shall pay for failing tests. Questionable Concrete l . Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders or acceptance test beams are not representative of concrete -in -place in the pavement; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders or acceptance test beams for day's concreting were made for testing. 01268504 PORTLAND CEMENT CONCRETE PAVEMENT 05/05 02751 - 11 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the pavement, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or �` 1 analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the pavement. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F to 80 degrees F, and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. c. Questionable concrete will be considered structurally acceptable if the average of the cores is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified compressive strength (50 psi below specified beam strength). 3.10 REPAIRS AND PROTECTION A. Remove and replace concrete pavement that is broken, damaged, or defective, or does not meet requirements in this Section. B. Drill test cores where directed by Engineer when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with portland cement concrete bonded to pavement with epoxy adhesive. C. Protect concrete from damage. Exclude traffic from -pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. D. Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material from construction traffic. Sweep concrete pavement not morethantwo days before date scheduled for opening section to public traffic. END OF SECTION 02751 01268504 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 12 05/05 - ................. SECTION 02810 IRRIGATION SYSTEMS PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division l Specification Sections, apply to this Section. l.2 SUMMARY A. This Section includes piping, valves, sprinklers, specialties, controls, and wiring for automatic -control irrigation system. 1.3 DEFINITIONS A. Circuit Piping: Downstream from control valves to sprinklers, specialties, and drain valves. Piping is under pressure during flow. B. Irrigation Main Piping: Downstream from point of connection to water distribution piping to, and including, control valves. Piping is under water -distribution -system pressure. C. The following are industry abbreviations for plastic materials: I. ABS: Acrylonitrile-butadiene-styrene plastic. 2. FRP: Fiberglass -reinforced plastic. 3. PA: Polyamide (nylon) plastic. 4. PE: Polyethylene plastic. 5. PP: Polypropylene plastic. 6. PTFE: Polytetrafluoroethylene plastic. 7. PVC: Polyvinyl chloride plastic. 8. TFE: Tetrafluoroethylene plastic. 1.4 PERFORMANCE REQUIREMENTS A. Location of Sprinklers and Specialties: Design location is approximate. Make minor adjustments necessary to avoid plantings and obstructions such as signs and light standards. Maintain 100 percent water coverage of turf and planting areas indicated. B. Discrepancies: It is the intent that all work must be completed and all material must be furnished with the generally accepted practice 'of the area. In the event of any discrepancies between the plans and the specifications or doubts as to the meaning and intent of any portion of the contract, the Engineer shall define what is to apply to the work. 1.5 SUBMITTALS A. Product Data: Contractor shall submit shop drawings to the Engineer before purchasing and installation of materials and equipment. Shop drawings shall include complete layout and detailed drawings illustrating the location and type of all heads, valves, piping circuits, controls and accessories. Include required copies of manufacture's literature, certifications, and operating instructions for the following: 1. Irrigation Piping. 2. General -duty valves. 01268504 IRRIGATION SYSTEMS 02810 - 1 05/05 G. All trenching or any excavation shall be no less than six feet (6') from the trunk of any plant material. If questions arise, the Contractor shall contact the Engineer for clarification. H. The Contractor shall not park or drive any vehicles or equipment beneath the drip line of on -site trees and shrubs. The Contractor and his employees shall not park on unsurfaced park property and shall not drive vehicles across the city land unless it is directly necessary to deliver materials to the job site. I. The Contractor shall take all necessary precautions to ensure the safety of any pedestrians during the demolition, construction and clean-up operations. The Contractor shall maintain and keep in good repair the work intended under these plans and specifications, and shall perform all necessary repair, construction and renewal to the date of acceptance by the Owner. 1.9 COORDINATION A. Coordinate size and location of concrete bases for irrigation controllers. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 3. 1.10 FINAL, ACCEPTANCE A. Work under this Section will be accepted by Owner upon satisfactory completion of all work. Upon Final Acceptance, Owner will assume responsibility for maintenance of the work. Said assumption does not relieve Contractor of obligations under Warranty. 1.11 WARRANTY A. In addition to manufacturer's guarantees or warranties, all work shall be warranted for one year from the date of Final Acceptance against defects in material, equipment and workmanship by Contractor. Warranty shall also cover repair of damage to any part of the premises resulting from leaks or other defects in materials, equipment and workmanship to the satisfaction of the Owner. B. Contractor shall not be held responsible for failures due to neglect by Owner, vandalism, etc., during Warranty Period. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 2.2 PIPES, TUBES, AND FITTINGS A. Refer to Part 3 "Piping Applications" Article for applications of pipe, fitting, and joining materials. B. PVC Pipe: 1. All polyvinal chloride pipes shall be class 200, SDR 21 unplasticized polyvinyl chloride, Type I, Grade I. 01268504 IRRIGATION SYSTEMS 02810 - 4 05/05 C. Fittings 1. All pipe must have manufacturer's markings clearly printed on them during installation. 2. All class 200 pipes must conform to ASTM D-2241. 3. All lateral piping under four (4) inches shall be solvent weld. 4. All mainline piping four (4) inches and larger shall use belled ends or belled couplings using rubber gaskets in twenty (20) foot laying lengths. 5. All fittings for four (4) inches or larger mainline shall be 200 psi Gasketed Fittings. 6. All fittings shall be pressure rated for 200-psi maximum working pressure. 7. Gaskets shall be designed for pressure and vacuum with maximum deflection (ASTM F-477). 8. PVC Fittings a. Schedule 40 fittings must conform to ASTM D-2466. b. Schedule 80 fittings must conform to ASTM D-2464. 9. Three (3) X Four (4) Reducing Male adapters shall not be used. D. Swing Joints 1. Nipples: Schedule 80 with molded threads on both ends, unless specified otherwise in construction detail 2. Elbows: (90 degree) Schedule 40 FIPT X FIPT. 3. Pre -Fabricated swing joints are acceptable as specified Sec. 06, C, 5B. 4. Lateral line fittings: Schedule 40. E. Flow Meter: Data Industrial with wire to controller. Flow Meter will be furnished by the Owner. Installation and wiring shall be furnished and installed by the Contractor. F. Valves 1. Manual Control Gate Valve All gate valves shall have resilient seats, iron body, bronze mounted throughout, brass or bronze, and shall meet all requirements of AWWA C 509. All valves shall be mechanical joint. All valves shall open by turning to the left, and unless other- wise specified shall have non -rising stem when buried and outside screw and yoke when exposed. Gate valves shall be furnished with a two-inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. Gate valves shall be furnished with O-ring stem packing. 2. _ Quick -coupler Valves a. Rain Bird # 44-RC, 1", Single lug, 2-piece body, heavy cast bronze with Rubber Cover Lid `or approved equal'. b. Standard cover. C. The Contractor shall supply the Owner with seven (7) valve keys for each Quick -coupler type. d. Installed with minimum ten (10) inch diameter plastic box. 3. Section Valve (Rainbird PESB Series or `approved equal') a. Sized according to plan b. Direct burial, remote control electric valve normally closed. C. Solenoid — Waterproof molded epoxy resin construction having no carbon steel components exposed. d. Actuator — Stainless steel enclosed in a watertight protection capsule with a molded in place rubber exhaust port seal. Spring shall be stainless steel. e. Diaphragm — Dual ported, made of nylon reinforced nitril rubber. f. Flow adjustment system. g. Cold water working pressure 200 psi. h. Heavy-duty glass -filled UV resistant nylon with stainless steel studs and Hang brass nuts. 01268504 IRRIGATION SYSTEMS 02810 - 5 05/05 4. Reduced Pressure Zone Assembly a. A reduced pressure zone assembly shall be installed at each cross -connection to prevent backsiphonage and backpressure of hazardous materials into the potable water supply. The assembly shall consist of a pressure differential relief valve located in a zone between two positive seating check valves. Backsiphonage protection shall include provision to admit air directly into the supply pipe via a separate vent. The assembly shall include two tightly closing shutoff valves before and after the assembly, test cocks and a protective strainer upstream of the No. 1 shutoff valve. The assembly (Model 909 for temperatures up to 140OF (60°C)) shall meet the requirements of ASSE Std. 1013; AWWA Std. C-511-92 CSA B64.4; FCCCHR of USC Manual Section 10. Listed by IAPMO (UPC). SBCCI (Standard Plumbing code). The assembly shall be a Watts Regulator Company Series 909QT or 909QTHW. G. Valve Boxes 1. Valve Box (Ametek "or approved equal") 2. Supplied by the Contractor. 3. To be installed by the Contractor. 4. Minimum dimensions 15" x 21" x 12" deep, molded plastic. Extensions shall be used as necessary to bring valve box to grade and shall be compatible with box to achieve depth required (no bricks shall be used). 5, Bolt -in green lid with cover lift holes (rectangular, lid shall have snap lock tab closure). H. Sprinkler Heads 1. Specified Head #1: Hunter 125 series for flow rates ranging between 9 and 25 gpm, `or approved equal'. a. Sprinklers shall be pop-up type with gear drive for full circle and part circle coverage. The final gear drive and bull gear drive shall be made of stainless steel and brass. The nozzle and drive assembly shall also be encased in stainless steel. b. Sprinklers shall be mounted up to one-half (1/2") inch below finished grade. I. Controller: Furnished by Owner. Installation and all wiring connections by the Contractor including rain/freeze sensors. J. Lighting Arrestors with Grounding Rods (if applicable). l . Arrestor to be installed at controller by Contractor. Lightening rods shall be installed by Contractor. 2. Ground Rods -Copper coated steel using copper coated or bronze one-piece clamps. K. Control Wiring 1. All 24-volt wiring to be ## AWG annealed copper, Baron UF, 600 volt, PVC coated UL approved direct burial. 2. All wire to be single stranded, one wire for each electric valve and a common wire. a. 12 gauge Common wire. b. 14 gauge Zone wire. C. Flow Sensor wire — EV-CAB-SEN-2 conduit or direct burial shielded cable for connecting flow sensors to controllers. Maximum allowable distance is 2000 feet. d. All control wires to be installed at minimum depth of eighteen (18") inch and directly alongside any pipe if the same ditch is used. e. Add yellow and green 14 gauge spare wires looped in mainline ditch. L. Miscellaneous Equipment 1. Wire Connectors shall be 3M model DBY. 2. Provide moisture -proof connection for underground wiring. 01268504 IRRIGATION SYSTEMS 02810 - 6 05105 SECTION 02810 IRRIGATION SYSTEMS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes piping, valves, sprinklers, specialties, controls, and wiring for automatic -control irrigation system. 1.3 DEFINITIONS A. Circuit Piping: Downstream from control valves to sprinklers, specialties, and drain valves. Piping is under pressure during flow. B. Irrigation Main Piping: Downstream from point of connection to water distribution piping to, and including, control valves. Piping is under water -distribution -system pressure. C. The following are industry abbreviations for plastic materials: 1. ABS: Acrylonitrile-butadiene-styrene plastic. 2. FRP: Fiberglass -reinforced plastic. 3. PA: Polyamide (nylon) plastic. 4. PE: Polyethylene plastic. 5. PP: Polypropylene plastic. 6. PTFE: Polytetrafluoroethylene plastic. 7. PVC: Polyvinyl chloride plastic. 8. TFE: Tetrafluoroethylene plastic. 1.4 PERFORMANCE REQUIREMENTS A. Location of Sprinklers and Specialties: Design location is approximate. Make minor adjustments necessary to avoid plantings and obstructions such as signs and light standards. Maintain 100 percent water coverage of turf and planting areas indicated. B. Discrepancies: It is the intent that all work must be completed and all material must be furnished with the generally accepted practice of the area. In the event of any discrepancies between the plans and the specifications or doubts as to the meaning and intent of any portion of the contract, the Engineer shall define what is to apply to the work. 1.5 SUBMITTALS A. Product Data: Contractor shall submit shop drawings to the Engineer before purchasing and installation of materials and equipment. Shop drawings shall include complete layout and detailed drawings illustrating the location and type of all heads, valves, piping circuits, controls and accessories. Include required copies of manufacture's literature, certifications, and operating instructions for the following: 1. Irrigation Piping. 2. General -duty valves. 01268504 05/05 IRRIGATION SYSTEMS 02810 - 1 3. Specialty valves. 4. Control -valve boxes. 5. Sprinklers. 6. Irrigation specialties. 7. Controllers. Include wiring diagrams. 8. Control cables. Include splice kits. 9. Freeze and Rain Sensor and Mounting Device. B. Operation and Maintenance Data: Contractor to provide two (2) copies. For irrigation systems, to include in emergency, operation, parts list, and maintenance manuals. In addition to items specified in Division I Section "Closeout Procedures and Operation and Maintenance Data," include data for the following: 1. Automatic -control valves. 2. Sprinklers. 3. Controllers. 4. Heads. C. Substitutions: All substitutions shall conform to the following provisions: I . All proposed substitutions must be submitted to the Architect no later than 15 days before the project bid date for approval. Substitution submittals must include all manufacturer's literature, certifications and operating instructions as well as shop drawings proving service and performance equal to or better than that depicted on the plans. The owner reserves all right to deny any substitution that does not provide equal performance or quality. 2. Installation of any approved substitution is the Contractor's responsibility. Any changes required for installation of the substitution must be made to the satisfaction of the Architect and Owner at the Contractor's expense only. Approval of substitutions does not constitute approval of installation. D. Maintenance Materials: At the completion of the job, the Contractor shall furnish spare parts, special tools and equipment required to operate and maintain the system. E. Record Irrigation Drawings: Contractor shall furnish Record Drawings of the complete irrigation system in accordance with the General and Special Conditions. Construction drawings shall be on the construction site at all times while the irrigation system is being installed. Contractor shall make a daily record of all work installed during each day. Actual location of valves and quick couplers and all irrigation and drainage piping shall be shown on the prints by dimensions from easily identified permanent features, such as buildings, curbs, fences, walks or property lines. Drawings shall show approved substitutions, if any, of material including manufacturer's name, and catalog number. The drawings shall be to scale and all indications shall be neat. All information noted on the print shall be ____transferred to sepia_ by Contractor and all indications shall be recorded in a neat, orderly way. The record drawings shall be turned over to the Engineer at or before the Final Acceptance of the project. 1.6 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. All work and materials shall be in full accordance with current rules and regulations of safety orders of Division of Industrial Safety, the Uniform Plumbing Code, TCEQ and other applicable laws or regulations. C. Preliminary review of system installation will be made by Architect prior to backfilling of trenches and during testing. 01268504 IRRIGATION SYSTEMS 02810 - 2 05105 D. Installer Qualifications: Engage an experienced Installer who has completed irrigation systems similar in material, design, and extent to that indicated for Project that have resulted in construction with a five year record of successful local in-service performance. The Bidder shall supply the name and license number of the licensed irrigator who is responsible for the project with the bid submittal. The irrigation installer shall be licensed in the State of Texas or from the state where the Contractor is based. Out -of -State licensing if the licensing state shares reciprocity with Texas. A Licensed Irrigator shall be on the jobsite daily for direct supervision of employees on design, installation, maintenance or repair of the irrigation system including the connection of such system to the water supply. The Owner reserves the right to reject and bid if the bidder is not qualified based on the above given criteria. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver piping with factory -applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe -end damage and to prevent entrance of dirt, debris, and moisture. Protect from excessive bending and from external, concentrated load at any point. B. The Contractor shall exercise care in handling, loading and unloading of all equipment. C. Store plastic piping protected from direct sunlight. Support to prevent sagging and bending. D. The Contractor shall be responsible for all materials furnished by him and shall replace at his own expense any and all material found to be defective in manufacture or if it has become damaged in handling or storage. 1.8 PROJECT CONDITIONS A. Interruption of Existing Water Service: Do not interrupt water service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary water service according to requirements indicated: 1. Notify Architect no fewer than four days in advance of proposed interruption of water service. B. Contractor shall acquaint himself with all site conditions. Should utilities or other work not shown on the plans be found during excavations, Contractor shall promptly notify Owner for instructions as to further action. Failure to do so will make Contractor liable for any and all damage thereto arising from his operations subsequent to discovery of such utilities not shown on plans. C. Contractor shall take necessary precautions to protect site conditions. Should damage be incurred, this Contractor shall repair damage to it's original condition or furnish and install equal replacement at his expense. D. The Contractor is responsible for hookup to system from the existing water meter. The connection and DVC shall be the same size as the irrigation main, unless otherwise specified. E. Electrical Power Supply (if applicable): The Contractor will install power connection to the meter box. The Contractor shall set the meter box. The Contractor shall run power to the controller and for each insulated enclosure. The Contractor must satisfy City of Lubbock electrical codes for hook-up. The Contractor is required to have a licensed electrician provide the electrical hook-ups F. The Contractor is responsible for the protection and preservation of all plant material, monuments, and structures during installation. Any damage shall be repaired or replaced by the Contractor, at his own expense, to the satisfaction of the Owner. 01268504 IRRIGATION SYSTEMS 02810 - 3 05/05 G. All trenching or any excavation shall be no less than six feet (6') from the trunk of any plant material. If questions arise, the Contractor shall contact the Engineer for clarification. H. The Contractor shall not park or drive any vehicles or equipment beneath the drip line of on -site trees and shrubs. The Contractor and his employees shall not park on unsurfaced park property and shall not drive vehicles across the city land unless it is directly necessary to deliver materials to the job site. I. The Contractor shall take all necessary precautions to ensure the safety of any pedestrians during the demolition, construction and clean-up operations. The Contractor shall maintain and keep in good repair the work intended under these plans and specifications, and shall perform all necessary repair, construction and renewal to the date of acceptance by the Owner. t,...� 1.9 COORDINATION A. Coordinate size and location of concrete bases for irrigation controllers. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 3. 1.10 FINAL ACCEPTANCE A. Work under this Section will be accepted by Owner upon satisfactory completion of all work. Upon Final Acceptance, Owner will assume responsibility for maintenance of the work. Said assumption does not relieve Contractor of obligations under Warranty. 1.11 WARRANTY A. In addition to manufacturer's guarantees or warranties, all work shall be warranted for one year from the date of Final Acceptance against defects in material, equipment and workmanship by Contractor. Warranty shall also cover repair of damage to any part of the �_ premises resulting from leaks or other defects in materials, equipment and workmanship to the satisfaction of the Owner. B. Contractor shall not be held responsible for failures due to neglect by Owner, vandalism, �^ etc., during Warranty Period. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 2.2 PIPES, TUBES, AND FITTINGS A. Refer to Part 3 "Piping Applications" Article for applications of pipe, fitting, and joining i materials. B. PVC Pipe: 1. All polyvinal chloride pipes shall be class 200, SDR 21 unplasticized polyvinyl chloride, Type I, Grade I. 01268504 IRRIGATION SYSTEMS 02810 - 4 05/05 3. Solvent Cementing a. Primer — Weld -On P-68 Purple Colored Only (All pipe fittings.) b. Solvent — 1/2" then 1 1/2 " Weld -on #705; 2" three-10" Weld -On #717. C. Manufacturer's Recommendations shall be followed at all times. 4. Thrust Blocks a. Concrete "ready -mix" 3,000 PSI in 28 days with number #3 rebar installed. To be placed at all angles and terminal ends of two and one-half (2 '/z") inch or greater pipe. To be placed at all angles (90's, 45's, tees) and at terminal ends of pipe. .(Refer to Thrust Block- -Detail) Blocks must be installed against the pipe and extend to twelve (12") inches of an undisturbed vertical wall of the trench. All pipe extend to twelve (12") inches of an undisturbed vertical wall of the trench. All pipe and fittings to be wrapped in thirty (30) pound felt to protect from movement. 5. Fresh water line shall be no less than schedule 40 and have a six (6') foot minimum horizontal separation from _all other underground utilities. 6. All pipe to have a one (l') foot minimum vertical separation from all non -like utility lines. 2.3 GUARANTEES A. Provide a guarantee for all labor and material for a period of one year, from the date of substantial completion. B. Provide a manufacturer's guarantee for all sprinkler system components, i.e., controllers, valves, and heads, for a period of five years, from the date of substantial completion. C. Service calls during the one-year warranty period shall require a qualified technician on site within 24 hours. PART 3 - EXECUTION 3.1 LAYOUT A. Full and complete coverage is required. Contractor shall make any necessary minor adjustments to layout required to achieve full coverage of irrigated areas at no additional cost to Owner. B. Where connections to existing stubouts are required, make necessary adjustments should stubs be located differently. Adjust layout as necessary to install around existing work. C. Where piping occurs under paved areas but running parallel and adjacent to planted area, the intent is to install piping in planted areas. Do not install directly over another line in same trench. D. It shall be the Contractor's responsibility to establish the location of all sprinkler heads on all turf areas in order to assure proper coverage of all areas. No substitutions of smaller pipe sizes will be permitted but substitutions of larger sizes may be approved. All pipe damaged or rejected because of defects shall be removed from the site at the time of said rejection. E. The Contractor will stake out the location of each run of pipe and all sprinkler heads of sprinkler valve locations prior to trenching. Before installation is started in a given area, the Owner shall check all locations and give his approval. 01268504 IRRIGATION SYSTEMS 02810 - 7 _t 05/05 1 i ti 3.2 EXCAVATING AND TRENCHING A. Perform all excavations as required for installation of work included under this Section, including shoring of earth banks, if necessary. Restore all surfaces, existing underground installations, etc., damaged or cut as a result of the excavations, to their original condition. B. Should utilities not shown on the plans be found during excavations, Contractor should promptly notify Owner for instructions as to further action. Failure to do so will make Contractor liable for any and all damage thereto arising from his operations subsequent to discovery of such utilities. Indicate such utility crossings on the Record Drawings promptly. C. Dig trenches wide enough to allow a minimum of four (4") inches between parallel pipelines. Trenches shall be of sufficient depth to provide minimum cover from finish grade as follows: l . Minimum trench width: Six (6") inches. 2. Minimum cover over installed supply piping: Twenty four (24") inches. 3. Minimum cover over installed branch piping: Eighteen (18") inches. 4. Minimum cover over installed outlet piping: Eighteen (18") inches. 5. Maximum cover over main line shall not exceed twenty-four (24") inches at zone valves. D. Should existing paving require cutting, saw cut paving a minimum twelve (12") inches wide, compact backfill to ninety five (95%) percent dry density; dispose of waste off site. Patch to match existing pavement. E. Trench to accommodate grade changes. F. Maintain trenches free of debris material or obstructions that may damage pipe. G. Where rocks or other undesirable materials are encountered trenches are to be over excavated by three (3") inches to allow for a three (3") inch layer of finely -graded sand under all piping. After the piping is installed, finely -graded sand shall be placed around the piping up to a point three (3") inches above the piping. H. All trenches are to be inspected and approved by the Owner before covering. I. Trench -digging machining may be used for trench excavation in places where operation of trencher would cause damage to existing structures either above or below ground; in such instances, hand -trenching methods shall be employed. J. The Contractor shall locate all existing underground lines whether or not they are shown on the drawings, sufficiently in advance of -the trenching to make whatever provision necessary to prevent damage thereto. Extreme care shall be used to prevent such damage and the Contractor shall be fully responsible for damage to any such lines. K. There will be no classification of, or extra payment for excavated materials and all materials encountered shall be excavated as required. Adjacent structures shall be protected from damage by equipment. All excavated material shall be piled in a manner that will not endanger the work or existing structures and which will cause the least obstruction to roadways. There will be no additional payment for rock excavation. L. The Contractor shall dispose of excess trench excavation as directed by the Owner, and at the Contractor's expense. 3.3 BORING UNDER EXISTING PAVEMENTS A: The boring shall proceed from a pit provided for the boring equipment and workmen. Excavation for pits and installation shall be as described under "Excavating and Trenching". The location of the pit shall not interfere with existing plant materials or structures designated to remain. 01268504 IRRIGATION SYSTEMS 02810 - 8 j 05/05 B. Holes shall be bored mechanically. Where holes required are larger than two (2") inches, the bore shall be completed using a pilot hole. The two (2") inch hole shall be bored the entire length of the crossing and shall be checked on the opposite end for line and grade. If acceptable, this hole shall serve as the centerline for the larger hole to be bored. Lateral and vertical tolerance is limited to one (1") inch in ten (10') feet, provided that the variation be regular and occur only in one direction. C. The use of water or other fluids in connection with the boring operation will be permitted only to lubricate cuffing. Jetting shall not be permitted. (In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting of at least ten (10%) percent of high-grade processed bentonite may be used to consolidate cuttings, sea] the hole walls and furnish lubrication for subsequent removal of cuttings and installation of the pipe.) D. Excavated material will be placed near the top of the working pit and disposed of as required. E. Bored holes shall be the smallest diameter that will permit installation of encasement pipe. Pipe sleeving under city streets, park roads, and/or parking lots shall be 16-gauge smooth steel pipe with a minimum thickness of one -quarter (1/4") inch when pipe size is greater than four (4) inch diameter. Irrigation lines crossing sidewalks shall be sleeved with schedule 40 PVC pipe twice that of the pipe when line is less than six-inch (6") diameter. Pipe to be large enough for irrigation pipe and conduit for electrical control wires (if necessary). Notes shown on plans shall override specifications. Sleeves shall extend at least two feet (2') beyond the surface structure. F. Refer to other authorities for jurisdiction over other installations. 3.4 BACKFLOW PREVENTION DEVICE Install according to local codes and manufacturer's latest printed instructions. 3.5 CONDUITS AND SLEEVES A. Furnish and install conduit where control wires pass under or through walls. Conduits to be of adequate size to accommodate retrieval for repair of wiring and shall extend twelve (12") inches beyond edge of walls. B. Install sleeves for all pipes passing through or under walls, walks and paving. Sleeving to be of adequate size to accommodate retrieval for repair of wiring or piping and shall extend twenty four (24") inches beyond edge of paving or other construction. C. Coordinate conduit and sleeve installation with other trades as required. 3.6 PIPE LINE ASSEMBLY A. General: 1. Install pipes and fittings in accordance with manufacturer's latest printed instructions. 2. Clean all pipes and fittings of dirt, scales and moisture before assembly. 3. All pipe, fittings and valves, etc., shall be carefully placed in the trenches. Interior of pipes shall be kept free from dirt and debris and when pipe laying is not in progress, open ends of pipe shall be closed by approved means, 4. All lateral connections to the mainline as well as all other connections shall be made to the side of the mainline pipe. No connections to the top of the line shall be allowed. 5. Pipe pulling is not acceptable. 01268504 IRRIGATION SYSTEMS 02810 - 9 05/05 C In E. F. M 6. Install pipe valves, controls, and outlets in accordance with manufacturer's instructions. 7. Connect to utilities. 8. Set outlets and box covers at finish grade elevations. 9. Swing joints a. Swing joints shall be used on all rotary gear -driven sprinklers and shall be of the same diameter as the inlet opening and shall have a twelve (12") inch lay length. b. Pre -manufactured swing joints shall be used as manufactured by Spears swing joint schedule 80t, Lasco G 132-212, or K BI TSA-1000TT. Solvent -Welded Joints for PVC Pipes: 1. Use solvents and methods by pipe manufacturer. 2. Cure joint a minimum of one hour before applying any external stress on the piping and at least twenty four (24) hours before placing the joint under water pressure. Threaded Joints for Plastic Pipes: I . Use Teflon tape on the threaded PVC fittings except where Marlex fittings are used. 2. Use strap -type friction wrench only. Do not use metal jawed wrench. 3. When connection is plastic to metal, male adaptors shall be used. The male adaptor shall be hand tightened, plus one turn with a strap wrench. Joint compound shall be Teflon tape or equal upon approval. Threaded Joints for Galvanized Steel Pipes: 1. Factory -made nipples shall be used wherever possible. Field -cut threads in pipes will be permitted only where absolutely necessary; when field threading, cut threads accurately on axis with sharp dies. 2. Use pipe joint compound to make threads only. Dissimiliar Materials Piping Joints Construct joints using adapters that are compatible with both piping materials, outside diameters, and system working and design pressure. Concrete Thrust Blocks Thrust blocks are required at all turns and dead -ends on pipe sizes of three (3") inches and larger. Pipe of smaller diameter may require thrust blocks if so directed by the Owner. Concrete shall have a minimum 28-day compressive strength of 3,000 psi. Laying of PVC Pipe: 1. Pipes shall be bedded in at least two (2") inches of finely divided material with no rocks or clods over one (1") inch diameter to provide a uniform bearing. 2. Pipe shall be snaked from side to side of trench bottom to allow for expansion and contraction. One additional foot per 100 feet of pipe is the minimum allowance for 3. 4. 5. 6. snaking. - Do not lay PVC pipe when there is water in the trench, or when trench or weather conditions are unsuitable for work. Plastic pipe shall be installed in a manner so as to provide for expansion and contraction as recommended by the manufacturer. Plastic pipe shall be cut with PVC pipe cutters or hacksaw, or in a manner so as to ensure a square cut. Burrs at cut ends shall be removed prior to installation so that a smooth unobstructed flow will be obtained. All plastic -to -plastic joints shall be solvent -weld joints or slip seal joints. Only the solvent recommended by the pipe manufacturer shall be used. All plastic pipe and fittings shall be installed as outlined and instructed by the pipe manufacturer and it shall be the Contractor's responsibility to make arrangements with the pipe manufacturer for any field assistance that may be necessary. The Contractor shall assume full responsibility for the correct installation. 0 01268504 IRRIGATION SYSTEMS 02810 - 10 05105 7. All foreign matter is to be removed from inside of pipe before joining. Keep clean during laying operations by means of plugs or other approved methods. 8. All lumber, rubbish, and large rocks shall be removed from the trenches. Pipe shall have firm, uniform bearing for the entire length of each pipeline to prevent uneven settlement. 9. When work is in progress, securely close the open ends of pipe fittings so that no trench water, soil, or other substance will enter pipes or fittings. 10. Take up and re -lay any pipe that has the grade or joint disturbed after laying. 11. Fittings at bends in the pipeline and at ends of lines shall be firmly wedged against the vertical face of the trench, but not against rock. 12. Thrust blocks shall be used. 13. Make joints in all threaded fittings by applying Teflon tape on male threads. The use of Teflon dope is prohibited. 14. Where threaded PVC connectors are required, use threaded PVC adapters. 15. There shall be no less than nine (9) inches of pipe between any two fittings, except for close nipples used in swing joints. 16. No cross tees or street ells are to be used at any time. 17. After pipe has been solvent weld, do not apply water pressure for a time less than that the manufacturer's recommendation, considering current weather conditions. 18. All pipe shall be installed so that the manufacturer's markings are facing in the up position. 19. Excess PVC solvent shall be removed from joints before drying to prevent pipe weakening. Pipe connections made with excess solvent will not be accepted. 20. Solvent welding will not be permitted if weather conditions prevent joints from remaining free of dirt or moisture, while the joint is being made. Also, if the temperature is below that specified by the proper solvent manufacturer's recommendations. 21. The Contractor shall give the Owner twenty-four (24) hours notice before the pipe trenches are covered so that the Owner's representative may be present for inspection. After the pipe system has been inspected and approved, trenches may be closed. 22. All pipe shall have a one (P) foot minimum vertical separation from all utility lines in close proximity. 3.7 VALVES A. Group valves together and locate in planted areas where possible. Box shall be flush with finish grade. B. Install all new valves on a level grade with the mainline. Valve boxes shall extend a minimum of three (3") inches below the bottom of valve. Valve box extensions shall be used as necessary and shall be compatible with the valve box. C. Reduced Pressure Zone Assemblies two (2) inches or smaller shall be installed with PVC unions on both sides of the valve assembly. D. PVC unions shall be used for all connections through the exit side of the section valve. E. After installing valves and valve boxes, backfill holes with a three (3") inch minimum washed gravel, three-quarters (3/4") inch size up to bottom of valve. 01268504 IRRIGATION SYSTEMS 02810 - 11 05/05 3.8 3.9 SPRINKLER HEADS A. All sprinkler heads to be installed at spacing indicated on plans. B. Place part -circle rotary pop-up sprinkler heads twelve (12") inches from edge of and flush with top of adjacent walks, header boards, curbs, and mowing bands, or paved areas at time of installation. Rotary sprinklers to be installed on a swing joint assembly as detailed. C. Sprinkler heads installed in swing joints shall be installed so that the top of head is slightly above ground level to allow for setting. D. All sprinkler heads to be set to property arc by the Contractor. QUICK COUPLING VALVES A. Quick coupling valves shall be installed on a swing joint assembly. Top to be flush with ID finish grade. 3.10 AUTOMATIC CONTROLLER A. Contractor to locate Controller as indicated on plans. B. Contractor shall install a concrete slab four (4) inches thick flush to ground. The Contractor shall provide and install a stainless steel rain -tight controller pedestal which is designed for use with the specified controller. Controller shall install grounding rod through concrete slab inside of the stainless steel rain -tight box. C. Contractor shall install rigid conduit from edge of slab, ell up through and attach to controller box. One conduit for power source; one conduit for common/section wires. D. Power wire conduit to be 3/4" diameter rigid conduit to meet city code. E. One duplex plug shall be installed in the controller box. F. Install per local code and manufacturer's latest printed instructions. G. Connect remote control valves to controller in sequence approved by Owner. H. Affix controller name (i.e. "Controller A") on inside of controller cabinet door with letters minimum of one (1") inch high. Affix a non -fading copy of irrigation diagram to cabinet door below controller name. Irrigation diagram to be sealed between two sheets of 20 mil (minimum) plastic. Irrigation diagram shall be a reduced copy of the as -built drawing and shall show clearly all valves operated by the controller, showing station number, valve size, and type of vegetation irrigated. 3.11 CONTROL VRrIRING A. All wiring shall be type UF, Copper direct bury type made for the irrigation industry. Wiring ,shall be color keyed:...1.2..ga. ..white..for .ground, 14 ga. red for operation of equipment, and a one (1) foot loop in each valve box of a 12 ga. green and a 12 ga. yellow spare. B. Install control wires with sprinkler mains and laterals in common trenches wherever possible. Lay to the side of pipeline. Provide looped slack at valves and snake wires in trench to allow for contraction of wires. Tie wires in bundles at ten (10') foot intervals. An electrical wiring diagram shall be furnished with the equipment. C. Wire splices will only be allowed to occur within an acceptable control box. Inline direct burial splices will not be allowed. Wire splices shall be DBY model as manufactured by 3M Company or approved equal. D. Install a minimum of two (2) extra control wire in a unique color to the control valve located the greatest distance from the controller in both directions and label each end blank. Install extra yellow and green wires in mainline ditch. Cl 01268504 IRRIGATION SYSTEMS 02810 - 12 05/05 !.. E. All wire passing under existing paving, sidewalk, etc., shall be enclosed in plastic conduit extending at least twelve (12") inches beyond edges of paving or construction. F. Tracer wire and warning tape shall be installed with all fresh water piping. Tracer wire (16 ga. copper) shall have the insulation removed for at least six (6") inches every thirty (30') feet of run. Potable water warning type shall be run at half the depth of the pipe. 3.12 CLOSING OF PIPE AND FLUSHING OF, LINES A. Cap or plug all openings as soon as lines have been installed to prevent entrance of materials that would obstruct the pipe. Leave in place until removal is necessary for completion of installation. B. Thoroughly flush out all water lines before installing heads, valves and other hydrants. C. Test as specified. D. Upon completion of testing, complete assembly and adjust sprinkler heads for proper distribution. E. All sprinkler heads and quick coupling valves shall be set perpendicular to finished grades unless otherwise specified. Sprinkler heads adjacent to existing walls, curbs and other paved areas, shall be set to grade. Sprinkler heads which are to be installed in lawn areas where the turf has not yet been established shall be set one (I") inch above the proposed finish grade. Heads installed in this manner will be lowered to grade when the turf is sufficiently established to allow walking on it without appreciable destruction. Such lowering of heads shall be done by this Contractor as part of the original contract with no additional cost to the Owner. 3.13 TESTING A. Make hydrostatic tests when welded PVC joints have cured as per manufacturer's instructions. 1. Pressurized Mains: a. Completely install mains, isolation valves and control valves. Do not install laterals. b. Open all isolation valves. C. Fill all lines with water and shut off at meter. d. Pressurize the main with air to 70 psi. Monitor gauge for pressure loss for four (4) hours. Maximum loss allowable 3 P.5.1. in 4 hours. e. Leave lines and fittings exposed throughout testing period. f. Leaks resulting from tests shall be repaired and tests repeated until the system passes. g. Test all isolation valves for leakage 2. Non -Pressure Laterals: a. Test piping after laterals and risers are installed and system is fully operational. b. Leave trenches open to detect possible leaks. B. Submit written requests for inspections to the Owner at least forty eight (48) hours prior to anticipated inspection date. 3.14 WIRING A. Control wires from controller to valves shall be laid in sprinkler line trenches (if applicable -wiring to be installed along wiring route on plan). B. Control wires to be taped together every twenty (20') feet along trench. 01268504 IRRIGATION SYSTEMS 02810 - 13 05/05 C. Expansion loops shall be made at every turn in the trench and every 50 foot length of wire run by wrapping at least five (5) turns of wire around a one (1) inch rod or pipe. Next, withdraw the rod leaving turns in wire. D. Common valve wiring shall be white through entire system. E. Section valve wiring shall be red through entire system. White wires may not be used as section wire. 3.15 LIGHTNING ARRESTORS AND ROD A. A lightning arrestor and rod shall be installed at each controller. The rod shall be installed by the Contractor and placed below the controller. B. Rod shall be copper -coated steel, minimum 8-feet long, and 5/8" diameter. C. Rod shall have a minimum resistance of twenty-five (25) OHMS or less. D. Rod to be connected to controller by a copper -coated or bronze one-piece clamp. E. Wire used to connect controller to lightening rod shall be 6-gauge solid copper wire or one gauge larger than power wires, whichever is largest. 3.16 INS PECTION/ACCEPTANCE A. Preliminary Inspection 1. When all initial installation is done and all incidentals necessary to the proper function of the system is done, the Contractor shall request the Engineer and Owner to walk through system and visually check the operation of the system. At this time the Engineer, Owner and Contractor will discuss repairs that may need to take place. B. Final Inspection 1. After preliminary inspection has taken place and all corrections and repairs have been completed by the Contractor, the Contractor, Engineer and Owner will again walk through the system to check operation. This procedure will be repeated until the system operates to the Owner's satisfaction. 3.17 BACKFILL AND COMPACTING A. After system is operating and required tests and inspections have been made, backfill excavations and trenches with clean soil, free of debris. B. Backfill for all trenches, regardless of the type of pipe covered, shall be compacted to minimum ninety five (95%) percent density under pavements, eighty five (85%) percent under planted areas, and ninety (90%) everywhere else. Percentage is of maximum density as determined by ASTM D698 standard proctor. C. Compact trenches in areas to be planted by thoroughly flooding the backfill. Jetting process may be used in those areas. D. Dress off all areas to finish grades. All trenches and adjoining areas shall be hand -raked to leave the grade in as good or better condition than before construction started. E. All settling and low areas that occur within the first twelve (12) months shall be the responsibility of the Contractor to fill and level. F. All trench backfill shall be flooded to prevent setting. 3.18 COMMISSIONING A. Starting Procedures: Follow manufacturer's written procedures. If no procedures are prescribed by manufacturers, proceed as follows: I. Verify that specialty valves and their accessories have been installed correctly and operate correctly. 01268504 IRRIGATION SYSTEMS 02810 - 14 05/05 I..., 2. Verify that specified tests of piping are complete. 3. Check that sprinklers and devices are correct type. 4. Check that damaged sprinklers and devices have been replaced with new materials. 5. Check that potable water supplies have correct type backflow preventers. 6. Energize circuits to electrical equipment and devices. 7. Adjust operating controls. B. Operational Testing: Perform operational testing after hydrostatic testing is completed, backfill is in place, and sprinklers are adjusted to final position. 3.19 DEMONSTRATION A. Demonstrate to Owner that system meets coverage requirements and that automatic controls function properly. B. Demonstrate to Owners maintenance personnel operation of equipment, sprinklers, specialties, and accessories. Review operating and maintenance information. C. Provide 7 days' written notice in advance of demonstration. D. The Contractor shall, one week after the installation of equipment, check that all parts are secure and are in good working condition. E. The Contractor shall verify the completion of all work as described in the specifications and shown on plans. 3.20 GUARANTEE A. The Contractor shall warrant all materials and workmanship for (one (1) year from Final Acceptance). 3.21 CLEAN UP A. Clean up and remove all debris from the entire work area prior to Final Acceptance to satisfaction of Owner. END OF SECTION 02810 i01268504 IRRIGATION SYSTEMS 02810 - 15 05/05 a 2. Verify that specified tests of piping are complete. 3. Check that sprinklers and devices are correct type. 4. Check that damaged sprinklers and devices have been replaced with new materials. 5. Check that potable water supplies have correct type backflow preventers. 6. Energize circuits to electrical equipment and devices. 7. Adjust operating controls. B. Operational Testing: Perform operational testing after hydrostatic testing is completed, backfill is in place, and sprinklers are adjusted to final position. 3.19 DEMONSTRATION A. Demonstrate to Owner that system meets coverage requirements and that automatic controls function properly. B. Demonstrate to Owner's maintenance personnel operation of equipment, sprinklers, specialties, and accessories. Review operating and maintenance information. C. Provide 7 days' written notice in advance of demonstration. D. The Contractor shall, one week after the installation of equipment, check that all parts are secure and are in good working condition. E. The Contractor shall verify the completion of all work as described in the specifications and shown on plans. 3.20 GUARANTEE A. The Contractor shall warrant all materials and workmanship for (one (1) year from Final Acceptance). 3.21 CLEAN UP A. Clean up and remove all debris from the entire work area prior to Final Acceptance to satisfaction of Owner. END OF SECTION 02810 ? 01268504 IRRIGATION SYSTEMS 02810 - 15 05/05 No Text SECTION 02900 SEEDING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. B. Drawings, Standard General Conditions of the Construction Contract, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. C. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General R Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Seeding at all disturbed areas. B. Establishment of grass. C. Fertilizers. 1.3 RELATED SECTIONS A. Section 02300 - "Excavation, Subgrade, Preparation, Grading, Embankment and Topsoiling" for excavation, filling, rough grading, and subsurface aggregate drainage and drainage backfill. 1.4 SUBMITTALS A. Product certificates signed by manufacturers certifying that their products comply with specified requirements. 1. Manufacturer's certified analysis for standard products. 2. Analysis for other materials by a recognized laboratory made according to methods established by the.Association of Official Analytical Chemists, where applicable. 3. Label data substantiating that plants, trees, shrubs, and planting materials comply with specified requirements. B. Certification of grass seed from seed vendor for each grass -seed mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. C. Material test reports from qualified independent testing agency indicating and interpreting test results relative to compliance of the following materials with requirements indicated. 1. Analysis of existing surface soil. 2. Analysis of imported topsoil. D. Planting schedule indicating anticipated dates and locations for each type of planting. E. Maintenance instructions recommending procedures to be established by Owner for ' maintenance of landscaping during an entire year. Submit before expiration of required j maintenance periods. 01268504 SEEDING 02900 - 1 -' 05/05 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who has completed landscaping work similar in material, design, and extent to that indicated for this Project and with a record of successful landscape establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on the Project site during times that landscaping is in progress. B. Testing Agency Qualifications: To qualify for acceptance, an independent testing agency must demonstrate to Landscape Architect's satisfaction, based on evaluation of agency -submitted criteria conforming to ASTM E 699, that it has the experience and capability to satisfactorily conduct the testing indicated without delaying the Work. C. Topsoil Analysis: Furnish a soil analysis made by a qualified independent soil -testing agency stating percentages of organic matter, inorganic matter (silt, clay, and sand), deleterious material, pH, and mineral and plant -nutrient content of topsoil. 1. Report suitability of topsoil for growth of applicable planting material. State recommended quantities of nitrogen, phosphorus, and potash nutrients and any limestone, aluminum sulfate, or other soil amendments to be added to produce a satisfactory topsoil. D. Preinstallation Conference: Conduct conference at Project site as specified in Section 01039 — COORDINATION AND MEETINGS. 1.6 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in containers showing weight, analysis, and name of manufacturer. Protect materials from deterioration during delivery and while stored at site. B. Seed: Deliver seed in original sealed, labeled, and undamaged containers. 1.7 PROJECT CONDITIONS A. Utilities: Determine location of above grade and underground utilities and perform work in a manner which will avoid damage. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned. B. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill, adverse drainage conditions, or obstructions, notify Landscape Architect before planting. 1.8 COORDINATION AND SCHEDULING A. Coordinate installation of planting materials during recommended planting seasons for each type of plant material required. Recommendation for planting season should be obtained from provider of seed. 1.9 WARRANTY A. General Warranty: The special warranty specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents. 01268504 SEEDING 02900 - 2 05/05 1.10 MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until acceptable stand of grass is established, but for not less than the following periods: 1. Seeded: 60 days after date of Substantial Completion. a. When full maintenance period has not elapsed before October 31 st, or if lawn is not fully established at that time, continue maintenance during next planting season. B. Maintain and establish grasses by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a consistent stand of grass. C. Watering: Provide and maintain temporary piping, hoses, and watering equipment to convey water from sources and to keep grass uniformly moist to a depth of 4 inches. 1. Water grass at the minimum rate of 1 inch per week. D. Mow grass as soon as there is enough top growth to cut with mower set at specified height for principal species planted. Repeat mowing as required to maintain specified height without cutting more than 40 percent of the grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. E. Postfertilization: Apply fertilizer to grass after first mowing and when grass is dry. 1. Use a balanced fertilizer with an N:P:K ratio of 3:1:1 that will provide actual nitrogen of at least 1 lb. Per 1,000 sq. ft. of lawn area. PART 2 - PRODUCTS 2.1 GRASS MATERIALS A. Grass Seed: Fresh, clean, dry, new -crop seed complying with the Association of Official Seed Analysts' "Rules for Testing Seeds" for purity and germination tolerances. 1. Seed Mixture: Provide seed of grass species and varieties, proportions by weight, and minimum percentages of purity, germination, and maximum percentage of weed seed as indicated on Schedules at the end of this Section. A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, 4 percent organic material minimum, free of stones 1 inch or larger in any dimension, and other extraneous materials harmful to plant growth. 1. Topsoil Source: Reuse surface soil stockpiled on the site. Verify suitability of surface soil to produce topsoil meeting requirements and amend as specified in soil analysis. Supplement with imported topsoil when quantities are insufficient. Clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. 01268504 05/05 SEEDING 02900 - 3 2.3 FERTILIZER A. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of fast- and slow- release nitrogen, 50 percent derived from natural organic sources of urea -form, phosphorous, and potassium in the following composition: 1. Composition: l lb. per 1,000 sq. ft. of actual nitrogen in a balanced fertilizer with an N:P:K ratio of 3:1:1 and a minimum of 10% sulfur and 2% iron or a fertilizer that contains the elements in proportions which meet the recommendations of the soil analysis from a qualified soil testing agency. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive landscaping for compliance with requirements and for conditions affecting performance of work of this Section. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Outline areas, and secure Landscape Architect's acceptance before the start of planting work. Make minor adjustments as may be required. 3.3 PLANTING SOIL PREPARATION A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. B. Mix soil amendments and fertilizers with topsoil at rates indicated. Delay mixing fertilizer if planting does not follow placing of planting soil within a few days. C. For grass, mix planting soil either prior to planting or apply on surface of topsoil and mix thoroughly before planting. 3.4 GRASS PLANTING PREPARATION A. Limit subgrade preparation to areas that will be planted in the immediate future. B. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous materials. C. Spread planting soil mixture to depth required to meet thickness, grades, and elevations shown, after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen. 1. Place approximately 1 /2 the thickness of planting soil mixture required. Work into top of loosened subgrade to create a transition layer and then place remainder of planting soil mixture. D. Grade grass areas to a smooth, even surface with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. Remove trash, debris, stones larger than l inch in any dimension, and other objects that may interfere with planting or maintenance operations. E. Moisten prepared grass areas before planting when soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Restore prepared areas if eroded or otherwise disturbed after fine grading and before planting. 01268504 SEEDING 02900 - 4 05/05 3.5 SEEDING NEW GRASSED AREAS A. Sow seed with a seed drill. Evenly distribute seed by sowing equal quantities in 2 directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged in transit or storage. B. Rake seed lightly into top 1/4 inch of topsoil, roll lightly, and water with fine spray. 3.6 CLEANUP AND PROTECTION A. During landscaping, keep pavements clean and work area in an orderly condition. B. Protect landscaping from damage due to landscape operations, operations by other contractors and trades, and trespassers. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged landscape work as directed. 3.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of it off the Owner's property. 3.8 SEED MIXTURES SCHEDULE, APPLICATION RATES AND POTENTIAL SEEDING SEASONS A. Turf Grass Mixture: Provide certified grass -seed as follows: Sahara Bermuda. Application Rate: 3 pounds per 1,000 square feet. Seed to be sown from May 1st to August 30th. END OF SECTION 01268504 05/05 SEEDING 02900 - 5 SECTION 03300 CAST -IN -PLACE CONCRETE PART I - GENERAL, 1.1 SUMMARY A. This Section includes, but is not limited to cast -in place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. B. Cast -in -place concrete includes but is not limited to the following: 1. Foundations and footings. 2. Slabs -on -grade. 3. Inlets, headwalls and wingwalls. C. Cast -in -place concrete for foundations, footings, slabs -on -grade, inlets, headwalls and wing walls shall meet the requirements for class A concrete as specified in Section 02751— Portland Concrete Pavement. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Division I 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 mix. D. 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. Include special reinforcing required for openings through concrete structures. E. Laboratory test reports for concrete materials and mix design test. F. Formwork shop drawings: Prepared by or under supervision of a qualified Professional Engineer detailing fabrication, assembly, and support of formwork. 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. 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with 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." 01268504 CAST -IN -PLACE CONCRETE 03300 - 1 05/05 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 (ACI) 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 mixes. 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-1 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 whose 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 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. B. Form Release Agent: Provide commercial formulation form release agent with a maximum of g g 350 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. C. Form Ties: Factory -fabricated; adjustable -length, _ removable -or snap -off metal form ties tJ designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that will 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. 2. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of the. _? exposed surface. 3. Furnish ties with integral water. Barrier plates to walls indicated to receive damp i ,. proofing or waterproofing. r , i 01268504 CAST -IN -PLACE CONCRETE 03300 - 2 05/05 f 2.2 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. 2. 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. Space reinforcing supports at 5'-0" maximum in any direction. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. l . 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: 1PANEX (800) 523-3834. L. Concrete Hardener: "Hydro" integral concrete floor hardening admixture, Specon, Inc., 262 Washington Avenue, Bergenfield, NJ 07621, (201) 385-6470, http://www.speconinc.conn - see drawings 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 with temporary filler or cover face opening to prevent intrusion of concrete or debris. B. Sand Cushion: Clean, manufactured or natural sand with plasticity index of 8 or less. C. Liquid Membrane -Forming Curing Compound: Liquid -type membrane -forming curing " compound 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. 01268504 CAST -IN -PLACE CONCRETE 03300 - 3 05/05 2.5 PROPORTIONING AND DESIGNING MIXES A. Prepare design mixes 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 mix designs. 1. Do not use the same testing agency as Owner for field quality control testing. B. Submit written reports to Engineer of each proposed mix for each class of concrete at least 15 days prior to start of Work. Do not begin concrete production until proposed mix 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 mix 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 25% of cementitious 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 otherwise indicated. 8. 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. Laboratory test data for revised mix design and strength results must be submitted to and accepted by Engineer before using in Work. 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 in hardened concrete to 0.15 percent by weight of cement. 01268504 CAST -IN -PLACE CONCRETE 03300 - 4 05/05 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 forms and reinforcing steel. Before concrete placement operations begin, the substrate shall be fully prepared. 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. 1. Do not prepare test panels until formliner and stamped pattern submittals have been reviewed and approved. 2. Prepare one test panel with formliner and one test panel with stamped pattern finish. 0�01'jkvj y A. General: Design, erect, support, brace, and maintain formwork 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, alignment, 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 forms 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, sinkages, keyways, recesses, moldings, rustications, reglets, 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. C. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking 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. 01268504 CAST -IN -PLACE CONCRETE 03300 - 5 t 05/05 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 Institute's 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 minimum 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 adjoining 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 shown. Where shown 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 keyways at least 1-1/2 inches deep in construction joints in walls and slabs and between walls and footings. Bulkheads 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 otherwise. Do not continue reinforcement through sides of strip placements. D. Use bonding agent on existing concrete surfaces that will be joined with fresh concrete. 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. 01268504 CAST -IN -PLACE CONCRETE 03300 - 6 05/05 �. 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. InstaIl dovetail anchor slots in concrete structures as indicated on drawings. C. Forms for Slabs: Set edge forms, bulkheads, 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, low-VOC, form -coating compound before placing reinforcement. B. Do not allow excess form -coating material to accumulate in forms or come into contact with in -place concrete surfaces against which fresh concrete will be placed. Apply according to manufacturer's instructions. I. 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 permit 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 layers 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, rodding, 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 withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the 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 embedment 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. I . Consolidate concrete during placement operations so that concrete is thoroughly worked around reinforcement, other embedded items and into comers. 01268504 CAST -IN -PLACE CONCRETE 03300 - 7 05/05 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. 3. Maintain reinforcing in proper position on chairs during concrete placement. F. Cold -Weather Placement: Comply with provisions of ACI 306 and as follows. Protect concrete work from physical damage 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 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. l . 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 materials 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 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 mixing 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 subgrade moisture uniform without puddles or dry areas. 4. Use water -reducing retarding admixture when required by high temperatures, low 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: 1. Truck tickets indicate maximum amount of water that can be added without 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 mix. 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 texture imparted by form -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 -formed 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 similar system. This is an as -cast concrete surface obtained with selected form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas with fins and other projections completely removed and smoothed. 01268504 CAST -IN -PLACE CONCRETE 03300 - 8 05/05 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 form 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 carborundum 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 with 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 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 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 with a mild detergent or a mild 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 first trowel -finish operation using a power -driven trowel. Begin 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. 1. Immediately after float finishing, slightly roughen concrete surface by brooming with fiber -bristle broom perpendicular to main traffic route. Coordinate required final finish with Engineer before application. D. Stamped Pattern Finish: Matcrete Random Stone Pattern 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://www.matcrete.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 manufacturer's recommendations so that potential damage to finished surfaces is avoided or minimized. 01268504 CAST -IN -PLACE CONCRETE 03300 - 9 05/05 No Text SECTION 03320 CONCRETE SIDEWALK, CURB AND GUTTER AND MISCELLANEOUS CONCRETE WORK PART I - GENERAL 1.1 DESCRIPTION_ A. This item shall consist of concrete curb and gutter, concrete gutter, concrete slabs, concrete sidewalks, and other miscellaneous concrete work constructed in accordance with these specifications at the specified locations in accordance with the dimensions, lines and grades as shown on the plans or required by the Owner's Representative. PART 2 - PRODUCTS 2.1 CONCRETE A. Concrete materials and reinforcing steel used in concrete slabs, curb and gutter and miscellaneous concrete work shall conform to the requirements of Section 03300, CAST -IN - PLACE CONCRETE, of these specifications. PART 3 - EXECUTION 011INDM`1A". A. The Contractor shall furnish all labor, materials and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Owner's Representative. The Contractor shall employ, at all times, a sufficient force of workmen of such experience and ability that the work can be prosecuted in a satisfactory and workmanlike manner. - 3.2 PREPARING BASE AND SUBGRADE A. Excavation or filling for curb and gutters, slabs and other miscellaneous concrete work shall In conform to the lines and grades as shown on the plans or as established in the field. Where concrete work is on fill, the fill material shall be placed in layers and given compaction, by appropriate methods in accordance with Section 02223, EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING, of these specifications. Placing of curb and gutter or other concrete work on narrow embankment will not be permitted. Where curb and gutter or other concrete work is in "cut," the subgrade shall be excavated to the required depth and fine graded, sprinkled and tamped by hand tampers or other appropriate method. In any case the base and subgrade shall be brought uniformly to the grade required by the grades established in the field and the detail of the sections shown on the plans, and thoroughly compacted. 01268504 CONCRETE SIDEWALK, CURB AND GUTTER 03320 - 1 05/05 AND MISCELLANEOUS CONCRETE WORK B. At any time, the Owner's Representative may order proof rolling to test the uniformity of compaction of the subgrade or base course. Proof rolling shall be accomplished using a 25-ton pneumatic roller, or other rolling devices as approved by the Owner's Representative. Proof rolling shall be accomplished by the Contractor at his expense. All irregularities, depressions, or weak or soft areas which develop during proof rolling shall be corrected immediately by the Contractor. 3.3 FORMS A. Forms for curb and gutter shall be approved type metal forms. The form sections shall be straight, free of warp and of a depth equal to the depth of the concrete section formed. Forms shall be constructed accurately to lines and grades as shown on the plans or as established in the field, shall be adequately braced so that they will not move during placing of the concrete, and shall remain in place at least twelve (12) hours after placing of concrete. Forms shall be oiled with a light oil before each use and forms which are to be reused shall be cleaned immediately after use and maintained in good condition. Forms for concrete slabs and other concrete work shall also conform to provisions of this paragraph. Forms for curb and gutter on curves with a (� radius of 150 feet or less shall be flexible steel forms. 1 ' 3.4 MACHINE LAID CURB AND GUTTER A. The concrete curb and gutter sections may be formed with a curb and gutter laydown machine, provided the machine is capable of laying the curb and gutter to the proper guide, alignment and cross-section, and is equipped with adequate vibrators to produce a dense concrete free of honeycombs. B. Laydown machines that cannot meet the above requirements will not be acceptable for use. 3.5 PLACING A. Concrete shall be deposited in place in such a manner as to require the minimum of rehandling and shall be placed in a manner which will produce a uniformly dense section, free of honeycomb or other voids, conforming to the grade, thickness and shapes shown on the plans. Before placing concrete, the subgrade, base or subbase shall be sprinkled so that it is in a thoroughly moistened condition (but not muddy). The concrete base course shall be formed to the true section as shown on the plans for the various sections. The section shall be shaped by the use of a metal screed shaped to the true cross-section of the finished section, or by other method approved by the Owners Representative. On curb and gutter sections, the front face of the curb shall be formed by a method approved by the Owner's Representative. B. During placing operations, should the cross-section of the newly -placed curb and gutter deviate from the cross-section shown on the plans, or other cross-section as approved by the Owner's Representative, by more than 1/8 inch, the Contractor shall make immediate corrections to the cross-section as required to produce the specified cross-section. The Contractor will be allowed a maximum of 100 linear feet of curb and gutter to make any adjustments required to produce the specified cross-section, within an allowable deviation of 1/8 inch. Should the Contractor be unable to achieve the required cross-section within the allowed 100 linear feet of curb and gutter, all curb and gutter operations shall cease until the Contractor demonstrates, on a test site away from this project, the ability to produce the required curb and gutter cross-section. C. Any curb and gutter that deviates from the specified cross-section by more than 1/4 inch shall be removed and replaced by the Contractor at his expense. 01268504 CONCRETE SIDEWALK, CURB AND GUTTER 03320 - 2 ( t 05/05 AND MISCELLANEOUS CONCRETE WORK l D. Concrete shall be thoroughly spaded or vibrated in order to eliminate honeycomb. Honeycombed places in the back of curb or face of gutter will not be permitted. Small honeycombed places shall be patched immediately as directed by the Owner's Representative. Concrete shall not be placed when the temperature is less than 40' F. and under no circumstances shall it be placed on frozen ground. 3.6 JOINTS A. Curbs and gutters shall be constructed with an expansion joint at the tangent point of each return at intersections and at the end of each day's concrete pour. A construction or contraction joint shall be located at intervals corresponding to the joint interval of the adjacent concrete pavement or as directed by the Owner's Representative. Joints in the new concrete pavement shall extend through the new curb and gutter unless otherwise directed by the Owner's representative. All joints shall be perpendicular to the surface of the concrete and to the axis of the section. The contraction joints shall be made by cutting into the curb and gutter sections with a trowel a depth of 22 inches; these joints shall be finished as specified under finishing. B. Expansion joint material shall be an approved pre -formed bituminous impregnated non -extruding type jointing material, meeting the requirements of AASHTO M 213. The joint material shall be 1/2 inch thick, and shaped to the section of the -curb and gutter or other work. C. Joint sidewalk as defined in Section 03310 — "Portland Cement Concrete Paving. 3.7 FINISHING A. Curb and gutter, gutter, concrete sidewalk and other miscellaneous concrete work shall be accurately shaped to the cross section shown on the plans or approved by the Owner's Representative and finished to a surface of uniform texture by floating with a wood float and troweling. The final finishing shall be done with a brush, the last stroke being one from the back of the curb to the lip of the gutter and transversely on other work. Both sides of all joints, the lip of the gutter and back edge of the curb shall be finished with an approved edging tool before the final brushing. Curbs at top and bottom of curb section shall be accurately shaped and finished and the finished curb and gutter shall present a uniform appearance without "waves" in the face of the curb or "pockets" in the gutters or slabs. Particular care shall be exercised at all valley gutters, both in setting forms and finishing, to insure that the shape of the gutter shall conform to the details of the plans and that no water pockets will be formed either in the gutter or the pavement. At construction joints the mortar shall be cut the full width of the joint in the base course. The construction and contraction joints shall be neatly formed and finished with an approved edging or grouting tool of such design to groove the joint approximately 3/4" in depth. 3.8 BACKFILLING A. After the concrete work has set sufficiently, the spaces adjacent to the structure shall be refilled to the required elevation with approved material in accordance with Section 02223, EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING, of these specifications. 01268504 CONCRETE SIDEWALK, CURB AND GUTTER 03320 - 3 05/05 AND MISCELLANEOUS CONCRETE WORK 3.9 CLEANING AND RESTORATION OF SITE A. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders or as ordered by the Owner's Representative. The Contractor shall restore all disturbed areas to their original condition, unless otherwise shown on the drawings. B. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear and in good condition. C. Performance of the work described in this section is not payable directly but shall be considered as a subsidiary obligation of the Contractor, covered under the contract unit price for the structure. END OF SECTION 01268504 CONCRETE SIDEWALK, CURB AND GUTTER 03320 - 4 05/05 AND MISCELLANEOUS CONCRETE WORK 3.9 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 form 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 carborundum 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. 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 with 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 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 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 with a mild detergent or a mild 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 first trowel -finish operation using a power -driven trowel. Begin 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. 1. Immediately after float finishing, slightly roughen concrete surface by brooming with fiber -bristle broom perpendicular to main traffic route. Coordinate required final finish with Engineer before application. D. Stamped Pattern Finish: Matcrete Random Stone Pattern 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://www.matcrete.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 manufacturer's recommendations so that potential damage to finished surfaces is avoided or minimized. 01268504 05/05 CAST -IN -PLACE CONCRETE 03300 - 9 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 otherwise shown or directed, after work of other trades is in place. 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 from 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 REMOVING FORMS A. General: Formwork not supporting weight of concrete, such as sides of beams, walls, 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 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, delaminated, 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. 01268504 CAST -IN -PLACE CONCRETE 03300 - 10 05/05 3.14 CONCRETE SURFACE REPAIRS A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately 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 slightly higher than surrounding surface. C. Repairing Formed 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, fins and other projections on the surface, and stains and other discolorations that cannot 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. 2. Correct high areas in unformed surfaces by grinding after concrete has cured at least 14 days. 3. Correct low areas in unformed surfaces during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. Proprietary underlayment compounds may be used when acceptable to Engineer. 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 with patching concrete and apply bonding 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. 01268504 CAST -IN -PLACE CONCRETE 03300 - 11 3 05/05 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 with Avanti International Scotch Seal 5600 urethane, water -activated grout prior to dry packing. F. Perform structural repairs with 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, embedments 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 CONSTRUCTION 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. 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 lightweight or normal weight concrete; ASTM C 231, pressure method for normal weight concrete; one for each day's pour of each type of air -entrained concrete. C. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below, when 80 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 each compressive -strength test, unless otherwise directed. Mold and store cylinders for laboratory -cured test specimens except when field -cured test specimens are required. e. Compressive -Strength Tests: ASTM C 39; one set for each day's pour exceeding 5 cu. yd. plus additional sets for each 50 cu. yd. more than the first 25 cu. yd. of each concrete class placed in any one day; one specimen tested at 7 days, two specimens tested at 28 days, and one specimen retained in reserve for later testing if required. 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. 01268504 CAST -IN -PLACE CONCRETE 03300 - 12 �. 05/05 B. Test results will be reported in writing to Engineer, ready -mix producer, and Contractor within 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 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 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 from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the structure. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. C. Questionable concrete will be considered structurally acceptable if the average of the cores is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified strength. END OF SECTION 03300 01268504 CAST -IN -PLACE CONCRETE 03300 - 13 05105 No Text