Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2012-R0160 - Contract - Allen Butler Construction - Reconstruction, Frankford Ave - 04/10/2012 (5)
Resolution No. 2012-RO160 April 10, 2012 Item No. 5.7 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 10521 for reconstruction and widening of Frankford Avenue from 981h Street to 114th Street, by and between the City of Lubbock and Allen Butler Construction of Ransom Canyon, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on April 10, 2012 TOM MARTIN, MAYOR TTEST: City Secretary OVER ASI0 CONTENT: Reed, P.E., Chief Operating Officer VEDAS TCS FORM: Weaver,'Assistant City Attorney vwxcdocs/RES.Contract-Allen Butler March 9, 2012 %. zo/z 4D1,60 BOND CHECK BEST RATING + LICE%. TEXAS DATE BY: rL- CONTRACT AWARD DATE April 10 , 2 012 CITY OF LUBBOCK SPECIFICATIONS FOR Reconstruction and Widening of Frankford Ave from 98th Street to 1141h Street ITB 12-10521-DT CONTRACT # 10521 PROJECT NUMBER: 92158 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.thereproductioncoMpany.com Phone: (806) 763-7770 city ofk TEXAS CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE 1 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE April 10 , 2 012 CITY OF LUBBOCK SPECIFICATIONS FOR Reconstruction and Widening of Frankford Ave from 98t" Street to 114t" Street ITB 12-10521-DT CONTRACT # 10521 PROJECT NUMBER: 92158 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.thereproductionco=any.com Phone: (806) 763-7770 tlubbock i of i[Md5 CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE 1 Page Intentionally Left Blank AN 4-0.hibbo&k ADDENDUM I ITB 12-10521 DT Reconstruction & Widening of Frankford from 98th St to 114th Street DATE ISSUED: , FEBRUARY 13, 2012 CLOSE DATE: FEBRUARY 29, 2012, 3:00 P.M. The following items take precedence over plans and specifications for ITB 12-10521-DT. Where any item called for in the proposal documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Bidder's attention is invited to review the following: 1. The following clause is to be added to the General Conditions section of bid document: ARBITRATION The City reserves the right to exercise any right or remedy to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. All requests for additional information or clarification must be submitted in writing and directed: D'Ana Torres, P.O. Box 2000, Lubbock, Texas 79457. Questions may be faxed to (806)775-2164 or Email to dtorres@!nylubbock.us THANK YOU, D'Ana 2 orres CITY OF LUBBOCK It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the City of Lubbock Purchasing Manager if any - lan2ua2e, requirements, etc., or anv combinations thereof. inadvertently restricts or limits the requirements stated in this bid documents 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 proposal close date. A review of such notifications will be made. P.O. Box 2000 - 1625 13th Street - Lubbock, TX 79457 ® 806.775.2171 - Purchasing and Contract Management Page Intentionally Left Blank ADDENDUM 2 ITB 12-10521 DT Reconstruction & Widening of Frankford from 981h St to 114th Street DATE ISSUED: FEBRUARY 22, 2012 CLOSE DATE: FEBRUARY 29, 2012, 3:00 P.M. The following items take precedence over plans and specifications for ITB 12-10521-DT. Where any item called for in the proposal documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders are invited to review: • Questions and Answers discussed at pre -bid meeting on February 16, 2011. All requests for additional information or clarification must be submitted in writing and directed: D'Ana Torres, P.O. Box 2000, Lubbock, Texas 79457. Questions may be faxed to (806)775-2164 or Email to dtorresea mylubbock.us THANK YOU, D'Ana l orres CITY OF LUBBOCK It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the City of Lubbock Purchasing Manager if anv language, requirements, etc., or anv combinations thereof, inadvertently restricts or limits the requirements stated in this bid documents 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 proposal close date. A review of such notifications will be made. P.O. Box 2000 a 1625 13th Street m Lubbock, TX 79457 - 806.775.2171 - Purchasing and Contract Management • Page 2 February 22, 2012 Questions submitted to Engineer at Pre -Bid Meeting on 2-16-2012 1. Will quality testing be performed by the Contractor? a. Yes. The Contractor is responsible for quality testing, and the City of Lubbock inspection personnel will perform periodic checks on the Contractors testing. 2. How will payment be verified for excavation quantities? a. Plan quantities will be used for payment. The Contractor, at his own expense, may provide his own "before and after" cross sectioning of the project to confirm the plan quantities. 3. Who is responsible for staking the project? a. The Contractor is responsible for construction staking. 4. Specifications for "Flowable Fill" and "Cement Treated Subgrade" are found in "Measurement and Payment" section of the plans, but no bid items are included for these items? a. A bid item and quantity for Fiowable Fill will be added in an addendum. The "Measurement and Payment" description for "Cement Treated Subgrade" will be removed from the plans and replaced with an item and quantity for "Over Excavation." These changes will be reflected in an addendum. 5. Is 64-22 acceptable? a. It is acceptable for sub -grade protection. 6. Is seal coat being placed under concrete? a. Yes, it is included in the plans under the concrete to protect the finished sub -grade. 7. TCP plans call for yellow buttons as pavement markings, yet there is no bid item for yellow buttons. a. Yellow buttons are included in the quantities for RPM's. These will be separated out for clarification in an addendum. 8. TCP plans call for temporary stop bars using buttons, yet there is no bid item. Q:PurchaseBid Docs/1 2-1028 1 -DT [Addendum 2] • Page 3 February 22, 2012 a. Buttons used in stop bars are included in the quantities for RPM's. These will be separated out for clarification in an addendum. 9. Is a slip form paving machine required for placement of concrete paving? a. A slip form paving machine is not required. However, Specification 02751 — Portland Cement Concrete Pavement - Section 2.2 - Placing, Consolidating, and Finishing Equipment — requires the use of approved self-propelled paving equipment that uniformly distributes the concrete with minimal segregation and which provides a smooth machine -finished consolidated concrete pavement that conforms to the plan line and grade. Furthermore, the contractor shall provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Additionally, the contractor shall provide a self-propelled transverse metal tine device equipped with 4-inch to 6- inch steel times and a self-propelled machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. 10. How will the ride quality be tested? a. Specification 02751 — Portland Cement Concrete Pavement — Section 3.7 — Concrete Finishes — describes the method of testing ride quality. This section states that transverse profile is to be checked using a 16- foot straight edge. The longitudinal profile will be checked using a profiler. This specification references TxDOT Specification Item 585 — Ride Quality for Pavement Surfaces. It should be noted that the 16- foot straight edge specified in 02751 will govern wherever the TxDOT Specification Item 585 requires a 10-foot straight edge. Consultant Team Responded verbally on 2/16/2012 at Pre -Bid Meeting PSC Responded in writing on 2/22/2012,1:37 pm --- Q:PurchaseBid Docs/12-10281-DT [Addendum 2] Page Intentionally Left Blank ADDENDUM 3 New close date & revised spec's and bid form ITB 12-10521 DT Reconstruction & Widening of Frankford from 981h St to 1141h Street DATE ISSUED: FEBRUARY 27, 2012 NEW CLOSE DATE: MARCH 7, 2012, 3:00 P.M. The following items take precedence over plans and specifications for ITB, 12-10521-DT. Where any item called for in the proposal documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The bid close date has been extended to MARCH 7, 2012 AT 3:00 P.M. 2. Bidders' attention is directed to the Engineers ADDENDUM NO. 3, attached. 3. The Bid Form has been revised and must be submitted with the bid. The revised bid form is attached to this addendum. 4. The following items have been changed: New Item No. Previous Item No. New Est. Qty Previous Est. Qty 12 12 3,007 2,444 13 13 13,765 16,376 58 67 1,328 3,134 59 68 492 2,204 63 69 1,318 1,600 87 92 120 980 5. The following items have been added: Items 15, 16,60,61,62, 64 and 90. 6. The following items have been deleted: Items 43,44,45,46,47,48,49,54,55,57 and 58. 7. The Total Amount Bid — Roadway Improvements (1-74) has changed to (1-69) 8. The Total Amount Bid — Roadway Improvements (75-85) has changed to (70-80) 9. The Total Amount Bid —Sewer Improvements (86-95) has changed to (81-91) _, P.O. Box 2000 - 1625 13th Street ® Lubbock, TX 79457 ® 806.775.2171 - Purchasing and Contract Management • Page 2 February 27, 2012 10. All items have been renumbered to reflect the above listed changes. 11. The following clause has been revised in the General Conditions section of bid document: NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. All requests for additional information or clarification must be submitted in writing and directed: D'Ana Torres, P.O. Box 2000, Lubbock, Texas 79457. Questions may be faxed to (806)775-2164 or Email to dtorres amylubbock.us 6i1WIN —i��l�� D'Ana Torres CITY OF LUBBOCK It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this bid documents 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 proposal close date. A review of such notifications will be made. Q:PurchaseBid Docs/12-10281-DT [Addendum 3] n � ADDENDUM N0: 3 PARMILLSMITH&COOPER TO: All Prospective Bidders FROM: Kerry Miller, PE PROJECT NAME: City of Lubbock — Frankford Avenue 98 Street to 114 Street PROJECT NO.: 01.2693.08 DATE: February 23, 2012 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated January 2012 as noted below: This Addendum consists of two (2) pages and the attached Bid Form and Specification Sections 01020, 02785 and 02900, and Drawings No. 055, 072, 129, WS-003, and WS-004. I. CHANGES TO SPECIFICATIONS: A. SECTION -BID FORM 1. Replace Bid Form with the attached Bid Form in its entirety. B. SECTION 01020, MEASUREMENT AND PAYMENT 1. Replace Section 01020 with the attached Section 01020 in its entirety. C. SECTION 02785, SEAL COAT (BOND BREAKER) 1. Add attached Section 02785 in its entirety. D. SECTION 02900, SEEDING 1. Replace Section 02900 with the attached Section 02900 in its entirety. II. CHANGES TO DRAWINGS: A. SHEET 055 1. Replace existing Sheet with attached Sheet 055 in its entirety. B. SHEET 072 1. Replace existing Sheet with attached Sheet 072 in its entirety. C. SHEET 129 1. Replace existing Sheet with attached Sheet 129 in its entirety. Amarillo El Paso Las Cruces Lubbock [ Midland l \Vdatat',projects`200&2693.O&CLERICALSPECUrankford Avenue - 981h Street to 114M SlreeWanuary 2012iADDENtAddendum No. Wrankford Ave Addendum NO, 3.dxni 4222 85th Street Lubbock, Texas 79423 806.473.2200 Fax 806.473.3500 Addendum No. 3 Page 2 February 23, 2012 D. SHEET WS-003 1. Replace existing Sheet with attached Sheet WS-003 in its entirety. E. SHEET WS-004 1. Replace existing Sheet with attached Sheet WS-004 in its entirety. END OF ADDENDUM NO. 3 Respectfully submitted, N pPARKHILL, SMITH & COOPER, INC. . +�R ., *•,• '•• By: •• 0 fi KERRY C. MILLER / 67832`� 02/23/12 Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By: FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 01020 MEASUREMENT AND PAYMENT PART 1- GENERAL 1.1 SCOPE r• • KERRY C. MILLER a 67832 � z•! O#rt�i .r 02/23/12 A. The following sections shall be used to define measurements and payments for this project. The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. Only those items indicated on bid documents and plan sheets will be included for construction and payment. 1.2 MOBILIZATION A. The cost for mobilization shall be limited to no more than 7.5% of the Contract amount for construction items (materials and labor) bid for this project. B. Mobilization shall include costs associated with move -in related equipment and labor, bid bond, performance and construction bonds and insurance related for this project. This would include the establishment and removal of offices, plants and facilities, movement of personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. This Item will be measured by the lump sum as the work progresses. C. Payment. Partial payments of the lump sum bid for mobilization will be as follows. The adjusted Contract amount for construction Items as used below is defined as the total Contract amount less the lump sum for mobilization. 1. Payment will be made upon presentation of a paid invoice for the payment bond, performance bond, and required insurance. The combined payment for bonds and insurance will be no more than 10% of the mobilization lump sum. 2. Payment will be made upon verification of documented expenditures for plant and facility setup. The combined amount for all these facilities will be no more than 10% of the mobilization lump sum. 3. When 1% of the adjusted Contract amount for construction Items is earned, 50% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 4. When 5% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid will be paid. Previous payments under the Item will be deducted from this amount. 5. When 10% of the adjusted Contract amount for construction Items is earned, 90% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 6. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the final estimate after final acceptance of the project. 01269308 MEASUREMENT AND PAYMENT 01020 - 1 02/12 ADDENDUM NO. 3 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.3 REMOVE TREE A. Measurement will be made for the removal of existing tree, by each, for the removal of trunk, limbs, roots and all appurtenances, including the filling of resulting hole with suitable material. Payment will be made at the unit bid price per each removed. 1.4 REMOVE WATER WELL A. Measurement will be made for the removal of existing water well, by each, for the plugging and capping of the water well, according to TCEQ standards, and all appurtenances. Payment will be made at the unit bid price per each removed. 1.5 REMOVING CONCRETE A. Removing concrete pavement, floors, porches, patios, riprap, medians, foundations, sidewalks, wheelchair ramp, driveways, alleys, valley gutters, and other appurtenances will be measured by the square yard (regardless of thickness). Removing curb and gutter will be measured by the linear foot in its original position. The Contractor shall ensure that the Owner has the opportunity to measure the quantity of concrete to be removed, prior to removal. If concrete is removed without measurement by the Owner, no payment will be made for that removal. The unit price bid is full compensation for breaking the concrete, incidental asphalt repair, loading, hauling and salvaging or legally disposing of the material, equipment, labor, tools and incidentals necessary to complete the work. 1.6 REMOVE EXISTING ASPHALT PAVEMENT STRUCTURE A. Measurement will be made of the area, in square yards, of existing pavement structure asphalt actually removed. Existing pavement structure will be considered all layers of material between existing roadway surface and top of existing subgrade. Payment will be made at the unit price bid per square yard of existing asphalt pavement structure removed. The Contractor shall ensure that the Owner has the opportunity to measure the square yards of pavement surface prior to removal. If pavement surface is removed without measurement by the Owner, no payment will be made for that removal. The unit price bid shall include sawing, separating for salvage, hauling to City of Lubbock Stockpile location as specified, labor and equipment, and any incidental asphalt paving repair. 1.7 REMOVE STORM DRAIN PIPE A. Measurement will be made for the removal of existing storm drainpipe, by linear foot, for the removal of existing reinforced concrete pipe (RCP) and/or corrugated metal pipe (CMP) and all appurtenances including safety end treatments, and headwalls and backfilling area that pipe was removed to lines and grades as shown. Payment will be made at the unit bid price per linear foot removed. 1.8 REMOVE SMALL SIGNS I I Ll A. Measurement will be made for the removal small signs and/or small sign assemblies, per each, including neat removal of existing small signs and/or assemblies including foundations and proper disposal or disposition. All signs removed are to be given to the City of Lubbock Streets Department to salvage. tj 1i 01269308 MEASUREMENT AND PAYMENT 01020 - 2 02/12 ADDENDUM NO. 3 FRANK -FORD AVENUE — 98TH STREET TO 114TH STREET 1.9 EMBANKMENT A. Measurement will be made, in cubic yards, of embankment. Limit of payment for "embankment" is finished subgrade elevation for all roadway surfaces. Payment will be made at the unit price bid per cubic yard. The unit price bid shall be complete compensation for the embankment, complete in place, and shall include any and all borrow material, subgrade preparation density control, compaction, testing and any incidental work required to complete the work. 1.10 EXCAVATION A. Measurement will be made in cubic yards, of roadway excavation. Payment will be made at the unit price bid per cubic yard. The unit price shall be complete compensation for the subgrade preparation to depths shown on typical sections, complete in place, and shall include shaping, density control and any incidental work required to complete the work. 1.11 OVER EXCAVATION Payment will be made at the unit bid price, in cubic yard, of excavation beyond the limits shown in the plans, as directed by the Engineer, to treat or replace deficient subgrade. The unit price bid shall include full compensation for subgrade removal and replacement with suitable material, or approved treatment of unsuitable material, all borrow material, compaction, testing, and all labor and equipment necessary to complete the work. 1.12 FLOWABLE FILL A. Payment will be made at the unit bid price, in cubic yards, of flowable backfill actually installed at the direction of the Engineer. Flowable fill used for all drainage structures will be considered subsidiary to that pay item. Where the Contractor chooses on his own accord to install flowable fill, payment will not be made directly, but will be subsidiary to the pertinent item(s). The unit price bid shall include full compensation for all materials, testing, materials, labor and equipment necessary to complete the work. 1.13 EXCAVATION FOR CHANNELS A. Measurement for excavation of drainage channels will be made of the volume, in cubic yards, of material to be removed. Payment will be made at the unit price per cubic yard. The unit price shall include all labor, equipment, and incidentals necessary to excavate to proper lines and grades as shown on the plans. 1.14 SURFACE TREATMENT AND/OR BOND BREAKER A. Payment for the work performed and materials furnished in accordance with this Item will be paid for at the unit prices bid per square yard. These prices are full compensation for surface preparation; furnishing, preparing, hauling, and placing aggregate and asphalt; removing existing pavement markers and excess aggregate; rolling; cleaning up stockpiles; and equipment, labor, tools and incidentals. _ 01269308 MEASUREMENT AND PAYMENT 01020 - 3 02/12 ADDENDUM NO. 3 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.15 HOT MIX ASPHALT PAVEMENT (HMAC), ASPHALT STABILIZED BASE (ASB), AND TEMPORARY ASPHALT PLACEMENT A. Measurement will be made of the area, in square yards, of hot mix asphalt pavement actually constructed. Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, tack and prime coats, compaction, testing and all incidentals necessary to complete the work. B. The following rate is for estimating and Contractor's information only: 115 lbs/1" thickness/ 1 square yard. C. All temporary/detour asphalt paving will be required to be maintained by the Contractor throughout the duration of the project that the temporary asphalt pavement is being used. D. Measurement will be made of the area, in square yards, of temporary/detour asphalt pavement actually constructed. Payment will be made at the unit price per square yard. The unit price bid shall include furnishing and installing all materials, tack and prime coats, earthwork, compaction, testing and all incidentals necessary to complete the work. Payment will also include all removal of temporary paving as per construction phase required by traffic control plan. 1.16 CONCRETE PAVING A. Measurement will be made of the area, in square yards, of concrete pavement actually constructed. Concrete paving will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, reinforcement, forming, finishing, jointing, sealing, curing and all incidentals necessary to complete the work. High Early Strength (HES) concrete paving will not be paid for separately. If HES concrete is used, it will be paid for using the unit price bid per square yard for Portland cement concrete paving. This item shall include any intersecting street placed as CRCP. 1.17 CONCRETE CURB AND GUTTER AND SAW -TOOTH CURB A. Measurement will be made of the linear feet of curb and gutter actually constructed. Curb and gutter will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.18 CONCRETE ALLEY AND DRIVEWAY RETURNS A. Measurement will be made of the area, in square yards, of alley returns and driveways. Alley returns and driveways will be paid for at the unit price bid per square yard for each specific type. Curb on alley returns and driveways will be included in the area measured for the slab and will not be paid as a separate item. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, curbing, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work. 01269308 MEASUREMENT AND PAYMENT 01020 - 4 02/12 ADDENDUM NO. 3 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.19 CONCRETE SIDEWALKS A. Measurement will be made of the area, in square yards, of sidewalks actually constructed. Sidewalks will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.20 CONCRETE SIDEWALK RAMPS A. A count will be made of the sidewalk ramps actually constructed. Sidewalk ramps will be paid for at the unit price bid per each ramp constructed regardless of type specified in the plans. The unit price bid shall include furnishing and installing all materials, reinforcement, forming, finishing, jointing and all incidentals necessary to complete the work. 1.21 CONCRETE RIPRAP A. Measurement will be made of the area, in square yards, of concrete riprap actually constructed. Riprap will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.22 PRECAST CONCRETE BOX CULVERT A. Measurement will be made of the linear feet of culvert actually constructed. The unit price bid shall include furnishing and installing all materials, excavation and backfill. 1.23 RETAINING WALL A. Measurement will be made for the area, in square feet, of retaining wall actually constructed. Retaining wall will be paid for at the unit price bid per square foot. The unit price bid shall include furnishing and installing all materials, reinforcement, jointing, backfill and all incidentals necessary to complete the work. 1.24 ROAD SIGN ASSEMBLIES A. A count will be made of the number of road sign assemblies actually installed. Payment will be made at the unit price bid per each road sign assembly installed. The unit price bid shall include furnishing and installing all materials, sign, post, concrete base, plaque, accessories, excavation, filling, backfilling, and all incidentals necessary to complete the work. 1.25 REFLECTIVE AND WORK ZONE PAVEMENT MARKINGS A. Striping — Measurement will be made of the linear feet of pavement markings of various widths and colors actually installed. Pavement markings will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to complete the work. _ 01269308 MEASUREMENT AND PAYMENT 01020 - 5 02/12 ADDENDUM NO. 3 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET A. A count will be made of the number of raised reflective pavement markers of various types and colors actually installed. Payment will be made at the unit price bid per each reflective pavement marker installed. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to complete the work. 1.27 TRAFFIC BUTTONS A. A count will be made of the number of traffic buttons of various types and colors actually installed. Payment will be made at the unit price bid per each traffic button installed. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to complete the work. 1.28 TEMPORARY RAISED REFLECTIVE PAVEMENT MARKERS A. A count will be made of the number of temporary raised reflective pavement markers of various types and colors actually installed during construction. Payment will be made at the unit price bid per each reflective pavement marker installed. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to complete the work, including the proper removal of any markers after each phase of construction. Placement is for temporary construction markings, including but not limited to solid markings, double markings, broken markings and stop bars. 1.29 TEMPORARY TRAFFIC BUTTONS A. A count will be made of the number of temporary traffic buttons of various types and colors actually installed during construction. Payment will be made at the unit price bid per each traffic button installed. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to complete the work, including the proper removal of any buttons after each phase of construction. Placement is for temporary construction markings, including but not limited to solid markings, double markings, broken markings and stop bars. 1.30 BARRICADES AND TRAFFIC CONTROL DEVICES A. Payment will be made at the unit price bid per month for traffic control measures actually installed. No partial payment will be made for partial traffic control measures. Payment shall not be made for this item where the Owner determines a lack of evidence that traffic control was used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where traffic control is required because of work being remedied due to not meeting the requirements of the plans and specifications. This item shall also include any removal and/or grinding of existing pavement markings as it relates to any traffic control phasing. Two CMS-T 533 LED or equivalent portable, changeable message boards will be required for use on this project and will become the property of the Owner upon final acceptance for the contract. 01269308 MEASUREMENT AND PAYMENT 01020 - 6 02/12 ADDENDUM NO. 3 FRANKFORD AVENUE — 98TH STREET TO 114rn STREET 1.31 IRRIGATION SYSTEM A. (Maintain Existing), includes preserving the integrity and operational capacity of the existing irrigation in the areas adjacent to the Right of Way. Includes repair of the existing system which may be damaged by construction of new sidewalk, removal, relocation and/or replacement of the existing PVC mainline piping that may be affected by the grading work and/or construction, as shown on the plans. This will be a non-payment item. 1.32 STORM WATER POLLUTION PREVENTION PLAN A. Payment will be made on a lump sum basis for the Storm Water Pollution Prevention Plan. Partial payment will be made on a pro-rata basis as a percentage of the construction contract duration. The sum of the partial payments made for storm water pollution prevention shall not exceed 90% of the lump sum price bid for storm water pollution prevention prior to the termination of the construction contract. No partial payment will be made for partial storm water pollution prevention measures. Payment shall not be made for this item where the Owner determines a lack of evidence that storm water pollution prevention measures were used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where storm water pollution prevention is required because of work being remedied due to not meeting the requirements of the plans and specifications. The unit price bid shall include furnishing and installing all materials, filing Notice of Intent/Termination forms, inspections, maintenance, silt fences, hay bales, sand bags, diversion swales and any other measure and/or incidentals required for compliance with NPDES Permit. 1.33 STONE RIPRAP (PROTECTION) A. Measurement will be made of the area, in cubic yards, of stone riprap complete in place. Volume for payment will be computed on the basis of the measured area in place and the toe wall depth shown on the plans. The unit price bid will be full compensation for furnishing, hauling, and placing riprap, filter fabric, all necessary excavation below natural ground or bottom of excavated channel, for shaping of slopes, equipment, labor, tools and incidentals necessary to complete the work. 1.34 MANHOLES A. A count will be made of the manholes actually installed. These structures will be paid for at the unit price bid per each manhole. The unit price shall be complete compensation for the installation of the pre -cast or cast -in -place manhole, complete in place, and shall include all materials, forming, finishing, excavation, backfill and all incidental work necessary to complete the work. 1.35 ROADWAY ILLUMINATION A. Payment will be made at the unit price bid per each roadway illumination assembly installed. This price is full compensation for furnishing, installing and testing luminaries; ballasts, poles, lamps, anchor bolts, anchor plates, internal conductors, and connections; systems performance testing; and equipment, labor, tools and incidentals necessary to perform the work. 01269308 MEASUREMENT AND PAYMENT 01020 - 7 02/12 ADDENDUM NO. 3 FRANKFORD AVENUE — 98Tx STREET TO 1 le STREET 111 Wrol WeW ►LRi1J1 A. The work performed and materials furnished will be paid for at the unit price bid per linear foot of conduit of the size and type specified. This price is full compensation for furnishing and installing conduit; hanging strapping, jacking, boring, tunneling, excavating, and furnishing and placing backfill; replacing pavement structure, sod, riprap, curbs or other surfacing; marking location of conduit (when required), furnishing and installing fittings, junction boxes, and expansion joints; and equipment and labor tools and incidentals necessary to perform the work. 1.37 ELECTRICAL CONDUCTORS A. The work performed and materials furnished will be paid at the unit price bid per linear foot of "Electrical Conductors" of the sizes and types specified. This price is full compensations for furnishing, installing and testing electrical conductors and for equipment, labor, tools, and incidentals except that: 1. Conductors inside roadway illumination assemblies will be paid for under "Roadway Illumination Assemblies" and 2. Conductors used for internal wiring of equipment will not be paid for directly but will be subsidiary to pertinent items. 1.38 GROUND BOXES A. The work performed and materials furnished will be paid at the unit price bid per each ground box complete in place. This price is full compensation for excavating and backfilling, constructing, furnishing and installing the ground boxes and concrete aprons when required, and equipment, labor, materials, tools and incidentals necessary to perform the work. 1.39 ELECTRICAL SERVICES A. The work performed and materials furnished related to this item will be paid for at the unit price bid per each electrical service installed. This price is full compensation for paying all fees, permits and other costs, making arrangements with the utility company for all work and materials provided by the utility company; furnishing, installing and connecting all components including service supports, foundations, anchor bolts, riprap, enclosures, switches, breakers, brackets, bolts, hangers and hardware and equipment, labor, tools and incidentals required to perform the work. 1.40 DRILLED SHAFTS A. Drilled shaft foundations will be measured by the foot from the top of the shaft to the bottom of the shaft. The unit price bid for "Drilled Shafts" will be full compensation for excavation, furnishing, placing and removing casing, furnishing, processing and recovering slurry; pumping, furnishing and placing reinforcing steel, furnishing and placing concrete, including additional concrete required to fill an oversized casing or oversize excavation, conducting slump loss tests, backfilling, disposing of cuttings and slurry, materials, tools, equipment, labor and incidentals required to perform the work. r 01269308 MEASUREMENT AND PAYMENT 01020 - 8 �1 02/12 ADDENDUM NO. 3 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.41 ADJUSTING MANHOLES A. A count will be made of manholes of various type and sizes to be adjusted. These structures will be paid for at the unit bid price per each manhole adjusted. This will include all materials, backfill as required, excavation, tools, equipment, labor and incidentals per each manhole adjusted. 1.42 ADJUSTING VALVE BOXES A. A count will be made of valve boxes of various types and sizes to be adjusted. These structures will be paid for at the unit bid price per each valve box adjusted. This will include all materials, backfill as required, excavation, tools, equipment, labor and incidentals per each valve box adjusted. 1.43 TOPSOIL A. This Item will be measured by the square yard complete in place. The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid for "Furnishing and Placing Topsoil" of the depth specified on the plans. This price is full compensation for securing necessary sources and royalties; furnishing topsoil; excavation, loading, hauling, stockpiling and placing; watering; rolling; and equipment, labor, materials, tools, and incidentals. 1.44 SEEDING AND/OR SODDING A. This Item will be measured by square yard complete in place. The work performed and the materials furnished in accordance with this item will include furnishing seed and sod, mulch, fertilizer, top soil preparation and watering until Engineer determines that grass is established, all materials, equipment, labor, tools, and incidentals, planted in place. 1.45 EROSION CONTROL MAT A. This item will be measured by square foot complete in place. The work performed and materials furnished in accordance with this item will include installation of mat/blanket and establishment of grass from the seed contained within, vegetative watering, weed control and incidentals. 1.46 OVERHEAD STREET NAME SIGN A. Payment will be made at the unit price bid per each overhead street name sign assembly installed. The unit price bid shall include furnishing and installing all sign materials, mounting brackets, accessories, and all incidentals necessary to complete the work at the size and type called for in the plans. 4_ 01269308 MEASUREMENT AND PAYMENT 01020 - 9 02/12 ADDENDUM NO. 3 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01269308 MEASUREMENT AND PAYMENT 01020 - 10 02/12 ADDENDUM NO.3 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3 SECTION 02785 SEAL COAT (BOND BREAKER) I OF y 1St��0 OW a f KYLE W. JACKS N '� 4-o - PART 1- GENERAL 02/23/12 1.1 RELATED DOCUMENTS r A. Drawings, Standard General Conditions of the Construction Contract, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SCOPE A. The work to be done under this section consists of furnishing all labor, materials, equipment, traffic control and safety devices necessary to construct a moisture barrier and bond breaker layer between the treated subgrade and the concrete pavement, consisting of an double application of a penetrating asphalt material under single layer of aggregate. PART 2 - PRODUCTS 2.1 ASPHALT A. The asphalt used shall meet the TxDOT specifications for a medium -curing cutback asphalt, such as an MC-30, and meet the following requirements: Test Property Procedure Min Max Kinematic viscosity, 140°F, cSt T 201 30 ; 60 Water, % T 55 — ; 0.2 Flash point, T.O.C., °F T 79 100 ; — Distillation test: T 78 Distillate, percentage by volume of total distillate to 680°F to 437°F — ' 25 to 500°F 40 ; 70 to 600°F 75 ; 93 Residue from distillation, volume % 50 — Tests on distillation residue: Penetration, 100 g, 5 sec., 77°F T 49 120 ; 250 Ductility, 5 cm/min., 77°F, cml T 51 100 — Solubility in trichloroethylene, % T 44 99.0 : Spot test Tex-509-C Neg. 2.2 AGGREGATE A. The aggregate shall provide a wearable surface that will stand up to construction traffic, such as course sand or crusher fines passing a 3/8" sieve. The aggregate must be clean and free of organic or foreign material. In no case will materials containing silt or soil -like 01269308 02/12 SEAL COAT (BOND BREAKER) 02785 —1 ADDENDUM NO. 3 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET properties be accepted. Contractor shall submit a sample of the aggregate to the engineer for approval in accordance with Section 01300 - Submittals. PART 3 - EXECUTION 3.1 WEATHER LIMITATIONS A. Without approval by the Engineer, the following temperature guidelines shall be followed: Apply surface treatment when air temperature is above 70°F and rising. Do not apply surface treatment when air temperature is 80°F and falling. In all cases, do not apply surface treatment when surface temperature is below 70°. B. Seal Coat shall not be applied using wet aggregate material or during sand, dust or rain storms. The surface to be treated shall be free of surface moisture during periods of seal coat construction. t a ' :11 -V - •) z K43 EdWTIVAT" A. Prior to cleaning surface all vegetation shall be sprayed with herbicide. The surface on which the seal coat is to be applied shall be cleaned and cleared of all loose dirt, dust or other deleterious materials by sweeping, if necessary, immediately prior to application of the asphalt. 3.3 RATE OF APPLICATION OF MATERIALS A. The asphalt shall be applied at the total rate of 0.3 to 0.35 gallons per square yard distributed in two separate passes. An initial pass shall be made to serve as a prime coat, followed by a second application to serve as a seal coat no less than 24 hours later. The aggregate shall be placed immediately following the second application at the minimum rate that will prevent adhesion of the asphalt to construction traffic. Adjustments in the rates of application may be made by the Engineer if needed during the course of the work. A. All storage tanks, piping, booster tanks, and distributors used in storing or handling asphalt shall be kept clean and in good operating condition at all times, and they shall be operated in such a manner that there will be no contamination of the asphalt with foreign material. Asphalt shall not be heated above 400' F at any time, and when applied, it shall be at a temperature of not less than 275' F. and not more than 375' F. The Engineer will select the temperature of application, and the Contractor shall apply the asphalt at a temperature within 15 degrees of the temperature selected. All asphalt material heated above 400' F will be rejected. Recirculating heating equipment shall be equipped with recording temperature gauges. B. Asphalt shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly, under the pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt in all of the heating equipment and in the distributor, for determining the rate and pressure at which the asphalt is applied, and for securing uniformity at the junction of two distributor loads. The beginning and ending of each shot of asphalt shall start and stop on a strip of heavy paper of not less than thirty (30) inches in width. All manholes and valve boxes shall be accurately located and covered with paper before the asphalt is applied. 01269308 SEAL COAT (BOND BREAKER) 02785 — 2 02/12 ADDENDUM NO. 3 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET C. In areas inaccessible to the distributor, asphalt shall be applied by means of a hose and spray nozzles attached to the distributor. Care shall be taken during application of any asphalt to shield the curb and gutter from the asphalt spray; satisfactory means of compliance with this requirement will be insisted upon. D. Asphalt material used as a prime coat shall not be opened to traffic until the prime coat has cured adequately. When directed, roll the freshly applied prime coat with a pneumatic -tire roller to ensure penetration. E. Asphalt material used as a seal coat shall not be applied until immediate coverage with aggregate is assured. Asphalt and aggregate shall not be spread over a greater yardage than can be rolled and finished in one day's operation during daylight hours. 3.5 APPLICATION OF AGGREGATE A. Immediately after the application of the seal coat asphalt, the surface shall be covered with aggregate. The aggregate shall be spread with an approved, self-propelled, continuous feed aggregate spreader box, or approved equal, at the rates specified above. The Resident Project Representative reserves the right to control the speed of the spreader to an acceptable speed for the desired application rate of the aggregate. Immediately after the aggregate has been spread, it shall be thoroughly rolled with an approved 8 ton minimum pneumatic roller. The first rolling of the mineral aggregate shall be completed within 15 minutes after it has been spread. The pneumatic roller shall have a total compacting width of not less than 60 inches and shall have a minimum contact pressure of 45 pounds per square inch. Each trip shall overlap the previous trip by approximately one-half the width of the front wheels. B. The aggregate shall be spread in the same width of application as the asphalt material and shall not be applied in such thickness as to cause blanketing. Back -spotting or sprinkling of additional aggregate material, and application of additional asphalt material over areas that have insufficient aggregate cover or asphalt shall be done by hand whenever necessary. C. When the seal coat is applied in more than one strip, from 4 to 6 inches of the inside or adjoining edge shall be left uncovered with aggregate to allow for an overlap of asphalt when the adjacent strip is applied. D. The aggregate course shall be rolled with pneumatic rollers to insure proper embedment of aggregate into the asphalt. The rolling shall be continued until no more aggregate material can be worked into the surface. After completion of the initial rolling, a drag broom shall be used to spread the remaining aggregate not embedded during the initial rolling. The drag broom shall make at least two (2) complete passes over the entire seal coated surface. Further rolling on the strip being placed and on adjacent strips previously placed, shall be done as often as necessary to keep the aggregate material uniformly distributed. These operations shall continue until the surface is evenly covered and cured. E. There should be a slight excess of aggregate on the surface after completion of the work as specified above and the Contractor shall be responsible for maintenance of the surface and the distribution of the excess aggregate until the work is accepted. Any additional aggregate required to cover bleeding or fat spots shall be furnished and applied by the Contractor. F. After final rolling, surplus aggregate shall be swept off the surface and removed prior to final acceptance of the work. Excess aggregate shall become the property of the contractor. 01269308 SEAL COAT (BOND BREAKER) 02785 — 3 02/12 ADDENDUM NO. 3 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.6 CORRECTION OF DEFECTS A. Any defects, such as raveling, low centers, lack of uniformity, or other imperfections caused by faulty workmanship, shall be corrected to the satisfaction of the Engineer. B. All defective materials resulting from over -heating, improper handling, or application shall be removed by the Contractor and replaced with approved materials as provided for in these specifications. 3.7 ASPHALT MATERIAL CONTRACTORS' RESPONSIBILITY A. Certificates for the asphalt materials that the Contractor proposes to use, together with a statement as to their source and character, shall be submitted and approval obtained before use of such materials begins. B. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of asphalt shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the asphalt material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing sample materials as received for use on the project. 3.8 FREIGHT AND WEIGH BILLS A. Before the final estimate is allowed the Contractor shall file with the Engineer receipted bills where railroad shipments are made, and certified weight bills when materials are received in any other manner, of the asphalt material and aggregate actually used in the construction covered by the contract. The Contractor shall not remove asphalt material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. B. Copies of all freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. 3.9 CLEANUP A. After completion of the seal coat, all debris resulting from the construction shall be cleaned up and removed from the site of the work to an approved place of disposal. Gutters shall be cleaned of dirt, aggregate, or other material which would clog the gutter. All manholes and valve boxes shall be exposed and any excess asphalt or aggregate cleaned and removed. The entire premises of the work shall be left in a clean condition satisfactory to the Engineer, and all costs of cleanup shall be included in the contract unit prices for the items of work involved. END OF SECTION 01269308 SEAL COAT (BOND BREAKER) 02785 — 4 02/12 ADDENDUM NO.3 1A & COQP,, FRANKFORD AVENUE — 98TH STREET TO 114'H STREET* Q fiurrrrrrrreurwrryr• •:wrr� � SECTION 02900 ° KYLE W, JACKS N f sr �rr�rrr:rarrrrdrrrr rw� �.% qi 98310 .M, SEEDING%'' 4 PART 1- GENERAL 02/23/ 12 A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Seeding at all disturbed areas. B. Establishment of grass. C. Fertilizers. D. Erosion Control Materials. 1.3 RELATED SECTIONS A. Section 02300 — Earthwork: Excavation, filling, rough grading, and subsurface aggregate drainage and drainage backf ll. 1.4 SUBMITTALS A. Product certificates signed by manufacturers certifying that their products comply with specified requirements. l . 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 maintenance periods. F. Manufacturer's recommended installation procedure and accessories for Erosion Control Materials. 01269308 SEEDING 02900 - 1 02/12 ADDENDUM NO. 3 r_, FRANKFORD AVENUE — 98TH STREET TO 114111 STREET 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 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 satisfactory topsoil. D. Preinstallation Conference: Conduct conference at Project site to comply with requirements of Section 01500 — Temporary Facilities and Controls. 1.6 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in containers showing weight, analysis, and name of manufacturer. Protect materials from deterioration during delivery and while stored at site. B. Seed: Deliver seed in original sealed, labeled, and undamaged containers. 1.7 PROJECT CONDITIONS A. Utilities: Determine location of above grade and underground utilities and perform work in a manner which will avoid damage. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned. B. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill, adverse drainage conditions, or obstructions, notify Architect before planting. 1.8 COORDINATION AND SCHEDULING A. Coordinate installation of planting materials during normal planting seasons for each type of plant material required. IILiVAVKIV3tya011 1 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. 01269308 02/ 12 SEEDING 02900 - 2 ADDENDUM NO. 3 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1K[IiT/\Q1Y 12FIN2to�! A. Begin maintenance immediately after each area is planted and continue until acceptable stand of grass is established, but for not less than the following periods: 1. Seeded: 60 days after date of Substantial Completion. a. When full maintenance period has not elapsed before end of planting season, or if lawn is not fully established at that time, continue maintenance during next planting season. B. Maintain and establish grasses by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a consistent stand of grass. 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. l . Use fertilizer that will provide actual nitrogen of at least 1 lb. per 1000 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. 2.2 TOPSOIL 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 when necessary. 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. 01269308 SEEDING 02900 - 3 02/12 ADDENDUM NO. 3 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 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 ofurea-form, phosphorous, and potassium in the following composition: 1. Composition: 11 ibs. per 1000 sq. ft. of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. 2.4 EROSION CONTROL MATERIALS A. The composite turf reinforcement mat shall be a machine -produced mat of 70% straw and 30% coconut fiber matrix incorporated into permanent three-dimensional turf reinforcement matting. The matrix shall be evenly distributed across the entire width of the matting and stitch bonded between a heavy duty UV stabilized nettings with 0.50 x 0.50 inch openings, an ultra heavy UV stabilized, dramatically corrugated (crimped) intermediate netting with 0.5 x 0.5 inch openings, and covered by an heavy duty UV stabilized nettings with 0.50 x 0.50 inch openings. The middle corrugated netting shall form prominent closely spaced ridges across the entire width of the mat. The three nettings shall be stitched together on 1.50 inch centers with UV stabilized polypropylene thread to form permanent three-dimensional turf reinforcement matting. All mats shall be manufactured with a colored thread stitched along both outer edges as an overlap guide for adjacent mats. B. The composite turf reinforcement mat shall meet or exceed the following properties and withstand a shear stress of at least 7 lbs/ft2, when tested in accordance with ASTM 7207 — 05 (Standard Test Method for Determination of Unvegetated Rolled Erosion Control Product (RECP) Ability to Protect Sand from Hydraulically -Induced Shear Stresses under Bench -Scale Conditions). Index Property ASTM Test Method Requirement Resilient D6524 90% min UV Stability D4355 100% 1000 hrs min Tensile Strength D6818 600 lb/ft2 min Elongation D6818 50% max 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 Contracting Officer's acceptance before the start of planting work. Make minor adjustments as may be required. 01269308 SEEDING 02900 - 4 02/12 ADDENDUM NO.3 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.3 PLANTING SOIL PREPARATION A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. B. Mix soil amendments and fertilizers with topsoil at rates indicated. Delay mixing fertilizer if planting does not follow placing of planting soil within a few days. 1. A "Planting Soil Amendments Schedule" is included at the end of this Section. C. For grass, mix planting soil either prior to planting or apply on surface of topsoil and mix thoroughly before planting. 3.4 GRASS PLANTING PREPARATION A. Limit subgrade preparation to areas that will be planted in the immediate future. B. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1/2 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 1/2 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. 3.5 SEEDING NEW GRASSED AREAS A. Sow seed with a spreader or a seeding machine. Do not broadcast or drop seed when wind velocity exceeds 2 mph. 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. B. Grassed Areas: Provide soil amendments in not less than the following quantities: I. Weight of commercial fertilizer per acre: 400 lbs. 01269308 SEEDING 02900 - 5 02/12 ADDENDUM NO.3 FRANKFORD AVENUE — 98Tx STREET TO 114Tx STREET 3.8 SEED MIXTURES SCHEDULE A. Full -Sun Mixture: Provide certified grass -seed blends or mixes, proportioned by weight, as follows: PROPORTION NAME ' MIN• PCT. GERM. MIN. PCT. PURE SD. MAX. PCT. WEED SD. 100 pct. Green Sprangletop 0.8 85 0.50 Sideouts Grama 0.5 Plains Bristlegr 1.3 Buffalogrss 1.1 K-R Bluestem 9.0 3.9 EROSION CONTROL MATERIALS A. Prepare soil according to specifications. B. Install erosion control reinforcement mat according to the manufacturer's recommended procedure, and as approved by the Engineer. END OF SECTION 01269308 SEEDING 02900 - 6 02/12 ADDENDUM NO.3 ITB 12-10521-DT r REVISED BID FORM i' BID SUBMITTAL FORM UNIT PRICE BID CONTRACT PROJECT NUMBER: ITB 12-10521, Reconstruction and Widening of Frankford Ave from 98`h Street to 114th St. Bid of called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: (hereinafter The Bidder, in compliance with your Invitation to Bid for the construction of Reconstruction and Widening of Frankford Ave from 981h Street to 1141h Street 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 bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. BASE BID: ROADWAY IMPROVEMENTS — Items 1 through 69 Item Description Unit Estimated Unit Price Extended No. Quantity Amount Prepare right-of-way, including clearing, grubbing and 1 removal of all items that are in conflict, per station. STA 62 Remove Existing Tree, including removal of trunk, limbs, 2 roots, and filling and compacting of resulting hole with EA 17 suitable material, per each. Remove Storm Drain Pipe, (Corregated metal Pipe), 3 including neat removal of existing drain pipe and proper LF 114 disposal, per linear foot. Remove Concrete (Sidewalk), including neat removal of 4 existing sidewalk and proper disposal of concrete, per square SY 384 yard. Remove Concrete (Accessible ramp), including neat removal 5 of existing ramps and proper disposal of concrete, per square SY 37 yard. Remove Concrete (Driveway/Alley), including neat removal 6 of existing driveways and alleys and proper disposal of SY 691 concrete, per square yard. ITB 12-10521-DT REVISED BID FORM Item Description Unit Estimated Unit Price Extended No. Quantity Amount Remove Asphalt Paving and/or Stabilized Base, including 7 neat removal of existing paving materials and proper SY 24,480 disposal or disposition, per square yard. Remove Concrete (Curb and Gutter), including neat removal 8 of existing curb and gutter and proper disposal of concrete, LF 2,114 per linear foot. Remove Small Signs and/or Small Sign Assemblies, including neat removal of existing small signs and/or 9 assemblies including foundations and proper disposal or EA 17 disposition, per each sign and/or assembly. All signs removed are to be given to the City of Lubbock Streets Department to salvage. Remove water well, including plugging and capping of the 10 water well, according to TCEQ standards, and all EA 1 appurtenances, per each. Topsoil (4") (Furnish and Place), including securing necessary sources and royalties, furnishing topsoil; 11 excavation at the source, loading, hauling, stockpiling and SY 13,000 placing; watering; rolling; and equipment, labor, materials, tools, and incidentals, by the square yard complete in place. Embankment (Roadway), including borrow material as 12 required, placement and density control to lines and grades CY 3,007 shown on drawings, as well as any incidental work, per cubic yard as shown on this bid form. Excavation (Roadway), to lines and grades shown on 13 drawings, as well as any incidental work, per cubic yard as CY 13,765 shown on this bid form. Excavation (Channel), to lines and grades shown on 14 drawings, as well as any incidental work, per cubic yard as CY 3,320 shown on this bid form. Over Excavation, at the unit bid price, of excavation beyond the limits to lines shown in the plans, as directed by the Engineer, to treat or replace deficient subgrade, including 15 subgarade removal and replacement with a suitable material, CY 200 or approved treatment of unsuitable material, all borrow material, compaction, testing, and all labor and equipment necessary to complete this work, in cubic yards. Foowable Fill, at the unit bid price, of flowable backfill actually installed at the direction of the Engineer. Where the Contractor chooses on his own accord to install flowable fill, 16 payment will not be made directly, but will be subsidiary to CY 100 the pertinent item(s). The unit price bid includes full compensation for all materials, testing, materials, labor and equipment necessary to complete the work, per cubic yard. Surface Treatment, including surface preparation, furnishing, preparing, hauling and placing Aggregate and Asphalt; 17 removing existing pavement markers and excess aggregate; SY 61,478 rolling; cleaning up stockpiles; and equipment, labor, tools and incidentals, as complete in place, per square yard. Hot Mix Asphalt Pavement (HMAC)(TY D) (2"), including necessary materials, shaping, density controlled placement, 18 complete and in place, per square yard. SY 7,524 2 ITB 12-10521-DT REVISED BID FORM Item Description Unit Estimated Unit Price Extended No. Quantity Amount Hot Mix Asphalt Pavement (I-IMAC)(TY B) (6"), including 19 necessary materials, shaping, density controlled placement, SY 7,524 complete and in place, per square yard. Hot Mix Asphalt Pavement (HMAC)(ASB) 20 (6")(TEMPORARY PAVING), including necessary SY 12,030 materials, shaping, density controlled placement, complete and in place and removal upon completion, per square yard. Concrete Paving (Continuously Reinforced)(9"), including 21 necessary materials and placement, complete and in place, SY 53,954 per square yard. Concrete Curb (Mono), including necessary materials, joining, forming, finishing, and placement of monolithic 22 curb with continuously reinforced concrete pavement, LF 10,609 complete and in place, per linear foot as measured along the gutter line. Concrete Curb (Mono)(Sawtooth), including necessary materials, joining, forming, finishing, and placement of 23 monolithic curb with continuously reinforced concrete LF 62 pavement, complete and in place, per linear foot as measured along the gutter line. Concrete Sidewalk (5"), including necessary materials for 24 placement of concrete sidewalks, complete and in place, per SY 3,319 square yard. Concrete Sidewalk Ramp (In radius - w/ flared sides), 25 including necessary materials for placement of ramps, EA 25 complete and in place, per each. Concrete Alley Returns and Driveways (6"), including 26 necessary materials for placement of concrete alley returns SY 646 and driveways, as complete and in place, per square yard. 27 Retaining wall, including necessary materials for placement, SF 890 complete and in place per square foot. Concrete Riprap (5"), including necessary materials for 28 placement of concrete riprap, including toe wall foundations, SY 1 300 curbs, aprons, sloped ramps, etc., complete and in place, per ' square yard. Stone Riprap (Dry)(Protection), including necessary 29 materials for placement of riprap, complete and in place CY 45 including filter fabric, per cubic yard. Precast Reinforced Concrete Box Culvert (5' x 1'), including 30 necessary materials, furnished and installed, complete and in LF 55 lace including excavation and backfillin , per linear foot. Concrete Safety End Treatment (for 5' x P Box), including 31 necessary materials, furnished and installed, complete and in EA 2 place, per each. Erosion Control Mat, including necessary materials and 32 equipment for installation of mat/blanket and establishment SF 7,850 of grass from the seed contained within, vegetative watering and weed control, complete and in place, per square foot. Adjusting Valve Boxes, including materials, including backfill as required, and for excavation, tools, equipment, 33 labor and incidentals, per each valve adjusted. EA 13 r. ITB 12-10521-DT REVISED BID FORM Item Description Unit Estimated Price Extended No. QuantityUnit Amount Adjusting Manholes, including materials, including backfill 34 as required, and for excavation, tools, equipment, labor and EA 8 incidentals, per each valve adjusted. Illumination Pole Assembly (TY SA)(40T-8)(.25 KW)S: 35 Payment will be made at the unit price bid per each roadway EA 48 illumination assembly installed, including furnishing, installing, and testing luminaries, per each. Drill Shaft (Roadway Illumination Pole)(30" Diameter), including full compensation for excavation; furnishing, placing and removing casing (if necessary); furnishing, processing and recovering slurry (if necessary); pumping; furnishing and placing reinforcing steel; furnishing and 36 placing concrete, including additional concrete required to LF 402 fill an oversize casing or oversize excavation; conducting slump loss tests; backfilling; disposing of cuttings and slurry; and materials, tools, equipment, labor, and incidentals, measured by the linear foot of drilled shaft indicated in the plans. Conduit (PVC)(SCHD 40) (1.5 IN)(TRENCH), including full compensation for furnishing and installing conduit; trenching/excavating and furnishing and placing backfill; 37 replacing pavement structure, sod, riprap, curbs, or other LF 10,392 surface; marking location of conduit; furnishing and installing fittings, junction boxes and expansion joints; and equipment, labor, tools and incidentals, complete and in lace, per linear foot. Conduit (PVC)(SCHD 40) (2 IN)(TRENCH), including full compensation for furnishing and installing conduit; trenching/excavating and furnishing and placing backfill; 38 replacing pavement structure, sod, riprap, curbs, or other LF 5 590 surface; marking location of conduit; furnishing and ' installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in lace, per linear foot. Elec Conductor (No. 8) (BARE), including furnishing, 39 installing, and testing electrical conductors and for LF 10,392 equipment, labor, tools, and incidentals, per linear foot. Elec Conductor (No. 6) (INSULATED), including 40 furnishing, installing, and testing electrical conductors and LF 20,784 forequipment, labor, tools, and incidentals, per linear foot. Elec Service Ty A (240/480) 060 (NS) SS(E) SP(0): This price is full compensation for furnishing and installing 41 paying all fees, permits and other costs, making EA 1 arrangements with the utility company for all work and materials provided by the utility company, complete in lace, per each. 42 Ground Box Ty A , complete in place, including furnishing EA 46 and placinggravel bedding, all labor and materials, per each. 43 Ground Box Ty D , complete in place, including furnishing EA 25 and acinglgravel bedding, all labor and materials, per each. Ground Box Ty 1 (ITS), complete in place, including 44 furnishing and placing gravel bedding, all labor and EA 2 materials, per each. ITB 12-10521-DT IRguy 16`16111a1170C]905 Item Description Unit Estimated Unit Price Extended No. Quantity Amount Conduit (Rigid Metal)(2 IN)(TRENCH), including full compensation for furnishing and installing conduit; trenching/excavating, and furnishing and placing backfill; 45 replacing pavement structure, sod, riprap, curbs, or other LF 5 surface; marking location of conduit; furnishing and installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in lace, per linear foot. Conduit (PVC)(SCHD 40) (2 IN)(TRENCH), including full compensation for furnishing and installing conduit; trenching/excavating, and furnishing and placing backfill; 46 replacing pavement structure, sod, riprap, curbs, or other LF 92 surface; marking location of conduit; furnishing and installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in lace, per linear foot. Conduit (PVC)(SCHD 40) (3 IN)(TRENCH), including full compensation for furnishing and installing conduit; trenching/excavating and furnishing and placing backfill; 47 replacing pavement structure, sod, riprap, curbs, or other LF 46 surface; marking location of conduit; furnishing and installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in lace, per linear foot. Conduit (PVC)(SCHD 40) (4 IN)(TRENCH), including full compensation for furnishing and installing conduit; trenching/excavating and furnishing and placing backfill; 48 replacing pavement structure, sod, riprap, curbs, or other LF 470 surface; marking location of conduit; furnishing and installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in lace, per linear foot. Elec Service Ty D (120/240) 060 (NS) SS(E) SP(0): This price is full compensation for furnishing and installing 49 paying all fees, permits and other costs, making EA 1 arrangements with the utility company for all work and materials provided by the utility company, complete in lace, per each. Small Sign Assemblies, including necessary materials, furnished and installed, complete and in place. The unit 50 price bid shall includes sign, post, concrete base, plaque, EA 29 accessories, excavation, filling, backfilling, and all incidentals necessary to complete the work, per each sign complete in place. Pavement Markings(4")(White)(Broken)(Thermoplastic), 51 including necessary materials, furnished and installed, LF 21,078 complete and in place, per linear foot. Pavement Markings (8") (White) (LANE DROP) 52 (Thermoplastic), including necessary materials, furnished LF 370 and installed, complete and in place, per linear foot. Pavement Markings (4") (Yellow) (Broken) (Thermoplastic), 53 including necessary materials and incidentals, furnished and LF 7,317 installed, complete and in place, per linear foot. 1TB 12-10521-DT MAMWOMITUMMIJIMU Item Description Unit Estimated Unit Price Extended No. Quantity Amount Pavement Markings (4") (Yellow) (Solid) (Thermoplastic), 54 including necessary materials and incidentals, furnished and LF 11,062 installed, complete and in place, peK linear foot. Pavement Markings (8") (White) (Solid) (Thermoplastic), 55 including necessary materials, furnished and installed, LF 4,148 complete and in place, per linear foot. Pavement Markings (24") (White) (Solid) (Thermoplastic), 56 including necessary materials and incidentals, furnished and LF 486 installed, complete and in place, pei linear foot. Pavement Markings (Arrow) (White) (Thermoplastic), 57 including necessary materials and incidentals, furnished and EA 39 installed, complete and in place, peE each. Raised Reflectorized Pavement Markers (CL B)(Type I-C- 58 R), including necessary materials and incidentals, furnished EA 1,328 and installed, complete and in place, per each. Raised Reflectorized Pavement Markers (CL B)(Type II-A- 59 A), including necessary materials and incidentals, furnished EA 492 and installed, complete and in place, per each. Traffic Buttons (4")(WHITE), including necessary materials 60 and incidentals, furnished and installed, complete and in EA 687 lace, per each. Temporary Raised Reflectorized Pavement Markers (CL B)(Type I-C-R), including necessary materials and 61 incidentals, furnished and installed, complete and in place, EA 330 per each. Placement is for temporary construction markings, including but not limited to solid markings, double markings, and broken markings. Temporary Raised Reflectorized Pavement Markers (CL B)(Type II -A -A), including necessary materials and 62 incidentals, furnished and installed, complete and in place, EA 1 023 per each. Placement is for temporary construction markings, ' including but not limited to solid markings, double markings, and broken markings. Temporary Traffic Buttons (4")(WHITE), including necessary materials and incidentals, furnished and installed, 63 complete and in place, per each. Placement is for temporary EA 1,318 construction markings, including but not limited to solid markings, double markings, broken markings and stop bars. Temporary Traffic Buttons (4")(YELLOW), including necessary materials and incidentals, furnished and installed, 64 complete and in place, per each. Placement is for temporary EA 4,092 construction markings, including but not limited to solid markings, double markings, and broken markings. Barricades and Traffic Control Devices, including furnishing 65 and installation of materials and removal thereof, per month. MO 12 SWPPP / Temporary Erosion Control, including necessary materials and coordination for compliance with storm water 66 regulations and ordinances, furnished and installed, LS 1 continuously monitored, complete and in place, per lump SUM. 6 ITB 12-10521-DT REVISED BID FORM Item Description Unit Estimated Unit Price Extended No. Quantity Amount Irrigation System - (Maintain Existing), includes preserving the integrity and operational capacity of the existing irrigation in the areas adjacent to the Right of Way. Includes 67 repair of the existing system which may be damaged by LS 1 construction of new sidewalk, removal, relocation and/or replacement of the existing PVC mainline piping that may be affected by the grading work and/or construction, as shown on the plans, paid as lump sum. Permanent Seed, including necessary materials and 68 equipment for placement of seed and establishment of grass SY 6,380 from the seed, vegetative watering and weed control, complete in place, per square yard. Mobilization, including costs associated with move -in 69 related equipment and labor, bid bond, performance and LS 1 construction bonds, and insurance, per lump sum. SUBTOTAL BASE BID, ITEMS 1-69 $ (In case of discrepancy between the Unit Price and the extended total bid item, the unit price will be taken) Bidder's Initials 7 c� ITB 12-10521-DT REVISED BID FORM WATER IMPROVEMENTS — Items 70 throuah 80 Item Description Unit Estimated Price Extended No. QuantityUnit Amount Mobilization/Demobilization, including insurance, bonds 70 and move-in/move-out related costs, complete, for the lump LS 1 SUM. 71 Furnish and install heavy polyethylene warning tape with LF 185 trace wire, complete in place, per linear foot. 72 Furnish and install OSHA approved trench safety system for LF 185 utility lines as required, per linear foot. Furnish and install 8" C900 DR 18 PVC water line, 73 including all labor, material and equipment, complete in LF 135 place, per linear foot. Furnish and install 12" C900 DR 18 PVC water line, 74 including all labor, material and equipment, complete in LF 50 place, per linear foot. 75 Furnish and install 8" gate valve and box, including all EA 3 appurtenances, complete in place, per each. 76 12" proposed water line tie-in complete in place, per each EA 1 77 Furnish and install 12" x 8" tapping sleeve and associated EA 3 appurtenances com lete in lace, er each. 78 Furnish and install fire hydrant, complete in place, per each EA 1 79 Furnish and install 8" plug, complete in place, per each EA 2 80 Furnish and install 12" plug, complete in place, per each EA 1 SUBTOTAL BASE BID, ITEMS 70-80 $ (In case of discrepancy between the Unit Price and the extended total bid item, the unit price will be taken) Bidder's Initial 8 ITB 12-10521-DT REVISED BID FORM SEWER IMPROVEMENTS — Items 81 through 90 Item Description Unit Estimated Unit Price Extended No. Quantity Amount Mobilization/Demobilization, including insurance, bonds 81 and move-in/move-out related costs, complete, for the lump LS 1 SUM. 82 Furnish and install heavy polyethylene warning tape with LF 1185 trace wire, complete in place, per linear foot. 83 Furnish and install OSHA approved trench safety system for LF 1185 utility lines as required, per linear foot. 84 Tie-in existing sanitary sewer line, complete in place, per EA 1 each. 85 Furnish and install standard coated or fiberglass manhole (0- EA 2 6' de th), complete in place, per each. 86 Furnish and install extra depth to standard coated or VF 30 fiberglass manhole, complete in place, per vertical foot. 87 Furnish and install 8" SDR 21 PVC sanitary sewer line (18- LF 120 22' de th), complete in place, per linear foot. 88 Furnish and install 8" SDR 21 PVC sanitary sewer plug, EA 3 complete in place, per each 89 Furnish and install 18" SDR 21 PVC sanitary sewer line (18- LF 205 22' depth), complete in lace, per linear foot. 90 Furnish and install 21" SDR 21 PVC sanitary sewer line (18- LF 860 22' depth), complete in lace, per linear foot. 91 Furnish and install 18" SDR 21 PVC sanitary sewer plug, EA 2 complete in place, per each SUBTOTAL BASE BID, ITEMS 81-91 $ (In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.) SUBTOTAL BASEBID - ROADWAY (ITEMS 1-69) $ SUBTOTAL BASEBID - WATER (ITEMS 70-80) $ SUBTOTAL BASEBID - SEWER (ITEMS 81-91) $ OVERALL TOTAL $ Bidder's Initial 9 l 11B 12-10521-DT REVISED BID FORM Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within TWO HUNDRED SIXTEEN (216) WORKING 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 ONE THOUSAND AND FORTY DOLLARS $1 040 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of THIRTY (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him Bidder's Initial 10 Contractor Checklist Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken."Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract h , g Management Office prior to the deadline. Late bids will not be accepted. 6. Complete and submit the CONTRACTORS STATEMENT OF QUALIFICATIONS. 7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 8. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. . Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING 10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YiUR BID SUBMITTAL. -; (Type or Print Company Name) Page Intentionally Left Blank INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL — (must be submitted by published due date & time) 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE 3-4. SUSPENSION AND DEBARMENT CERTIFICATION 3-5. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4. LIST OF SUB -CONTRACTORS 5. PAYMENT BOND 6. PERFORMANCE BOND I. 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. DAVIS BACON WAGE DETERMINATIONS 11. SPECIAL CONDITIONS (IF APPLICABLE) 12. SPECIFICATIONS 3 Pate Intentionally Left Blank NOTICE TO BIDDERS ITB 12-10521-DT Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 P.M. CST on February 29, 2012, 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: "Reconstruction and Widening of Frankford Ave from 98th Street to 114th Street" ` After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing and Contract Management Office 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 and C" Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 3:00 on February 29, 2012, and the City of Lubbock City Council will consider the bids on March 29, 2012, at the City Hall, 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 $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. 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 ten (10) business 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. PROJECT IS $5,900,000. It shall be each bidder's 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 February 16, 2011 at 10:00 A.M. in Mahon Library Conference Room at 1306 9th Street, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at www.thereproductioncompany.com. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty 60 days after the opening of bids. Additional sets of plans and specifications may be obtained at the bidder's expense. 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 and Contract Management Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall 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 require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK 'Marta ACvareZ PURCHASING AND CONTRACT MANAGEMENT OFFICE GENERAL INSTRUCTIONS TO BIDDERS I 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to for the Reconstruction and Widening of Frankford Ave from 981h Street to 110 Street per the attached specifications and contract documents. Sealed bids will be received no later than 3:00 p.m., on February 29, 2012 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #12-10521-DT, Reconstruction and Widening of Frankford Ave from 98th Street to 114th Street " and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Marta Alvarez, Director of Purchasing City of Lubbock ( 1625 13th Street, Room 204 Lubbock, Texas 79401 Y 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX _ BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non - mandatory pre -bid meeting will be held at, 10:00 a.m on February 16 2012 in the conference - room of Mahon Library at 1306 91h Street , 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 www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. t BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most pqblic r 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 and Contract Management Office. At . the request of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsync.com and will become part of the bid 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 request for interpretation considered, the request must be submitted in writing and must be 4 0 received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar 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 and Contract Management Office 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. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office 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 and Contract Management Office 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 bid closing date. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent - jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing and Contract Management Office if anylanguage, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: 13 14 15 V 17 D'Ana Torres, Senior Buyer City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: dtorres@mylubbock.us Bidsync: www.bidsyne.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within TWO HUNDRED SIXTEEN (216) WORKING DAYS FOR SUBSTANTIAL COMPLETION from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements 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 t data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. J_ 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during i--- 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: t_ (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 10 22 23 24 P contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE ENGINEER AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF 11 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 THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 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 Texas Government Code, Chapter 2258, Prevailing Wage Rates 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 the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sunday 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 Sunday or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 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 shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. 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, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per. diem wages included in these contract documents 12 m 30 31 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in 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 unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 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. 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: 29.3.1 Bidder's name 29.3.2 Bid for 12-10521-DT, Reconstruction and Widening of Frankford from 98`h Street and 114'h Street. 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(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bonds (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 13 The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. hi addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 95 plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the 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. hi 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 14 33 34 SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 32.7 The estimated budget for this project is $5,900,000. ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public sup Xvision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project 34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: http://www.wdol.gov/dba.aspx 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 15 BID SUBMITTAL FORM Pate Intentionally Left Blank REVISED BID FORM BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE:... 3 ^ 7_ c 20 1 cA PROJECT NUMBER: ITB 12-10521, Reconstruction and Widening of Frankford Ave from 98 h Street to 114'h St. ITB 12-10521-DT Bid of — )le,,) ( -� I e r` CO nJ� 'iyc . (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of Reconstruction and Widening of Frankford Ave from 98" Street to 114"' Street 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. lie Cider bmc�s himself on acceptance of his bid to execute a contract and any required bonds according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. BASE BID: ROADWAY IMPROVEMENTS — Items 1 throw h 69 Item No. Description Unit Estimated Unit Price Extended Quantity Amount Prepare right-of-way, including clearing, grubbing and i removal of all items that are in conflict, per station. STA 62 { Remove Existing Tree, including removal of trunk, limbs, 2 roots, and filling and compacting of resulting hole with EA 17 suitable material, per each. Remove Storm Drain Pipe, (Corregated metal Pipe), 3 including neat removal of existing drain pipe and proper LF 11 4 d� disposal, per linear foot. OQ i,1 a 0, Remove Concrete (Sidewalk), including neat removal of 4 existing sidewalk and proper disposal of concrete, per square SY 384 % co yard. Remove Concrete (Accessible ramp), including neat removal 5 of existing ramps and proper disposal of concrete, per square SY 37 Oc3 ard. �. a33, Remove Concrete (Driveway/Alley), including neat removal 6 of existing driveways and alleys and proper disposal of SY 691 _ concrete, per square yard.�`(" ITB t2-10521-DT REVISED BID FORM Item Estimated Na. Description Unit Quanti Unit Price Amoant Remove Asphalt Paving and/or Stabilized Base, including 7 neat removal of existing paving materials and proper SY 24,480 dignn.gnl nr dicniwit;nn npr c—.— --4+- Remove Concrete (Curb and Gutter), including neat -removal 8 of existing curb and gutter and proper disposal of concrete, LF 2,114 �O tip .per linear foot. Remove Small Signs and/or Small Sign Assemblies, including neat removal of existing small signs and/or 9 assemblies including foundations and proper disposal or disposition, per each sign and/or assembly. All signs EA 17 removed are to be given to the City of Lubbock Streets fin` Department to salvage. Remove water well, including plugging and capping of the 10 water well, according to TCEQ standards, and all EA 1 3�Cc 7 a appurtenances, per each.�� �S ' Topsoil (4") (Furnish and Place), including securing necessary sources and royalties, furnishing topsoil; 11 excavation at the source, loading, hauling, stockpiling and SY 13,000 '? placing; watering; rolling; and equipment, labor, materials, tools, and incidentals, by the square yard complete in place. 9 L{o(V Embankment (Roadway), including borrow material as 12 required, placement and density control to lines and grades shown on drawings, as well as any incidental work, per CY 3,007 _ cubic_ ard,as shown on,thistib�sl fin y_ _ _ :- — Excavation (Roadway), to lines and grades shown on 13 drawings, as well as any incidental work, per cubic yard as CY 13,765 shown on this bid form. Excavation (Channel), to lines and grades shown on 14 drawings, as well as any incidental work, per cubic yard as CY 3,320 shown on this bid form. Over Excavation, at the unit bid price, of excavation beyond the limits to lines shown in the plans, as directed by the Engineer, to treat or replace deficient subgrade, including 15 subgarade removal and replacement with a suitable material, CY 200 or approved treatment of unsuitable material, all borrow material, compaction, testing, and all labor and equipment Es© a I r y�ano necessn to complete this work, in cubic yards. Flowable Fill, at the unit bid price, of flowable backfill actually installed at the direction of the Engineer. Where the Contractor chooses on his own accord to install flowable fill, 16 payment will not be made directly, but will be subsidiary to CY 100 the pertinent item(s). The unit price bid includes full Q0 compensation for all materials, testing, materials, labor and I�1' 1 C'1�Oc&00 -equipment necessary to complete the work, per cubic yard. Surface Treatment, including surface preparation, furnishing, preparing, hauling and placing Aggregate and Asphalt; 17 removing existing pavement markers and excess aggregate; SY 61,478 a3 rolling; cleaning up stockpiles; and equipment, labor, tools and incidentals, as complete in place, per square yard. Hot Mix Asphalt Pavement (HMAC)(TY D) (2"), including 18 necessary materials, shaping, density controlled placement, to � complete and in place, per square yard. SY 7,524 ID t15,0140 -- N ITB 12-10521-DT REVISED BID FORM Item No. Description Unit Estimated Unit Price Extended uanti Amount Hot Mix Asphalt Pavement (HMAC)(TY B) (6"), including 19 necessary materials, shaping, density controlled placement, complete and in lace, ersquare yard. SY 7,524 3a c�, Hot Mix Asphalt Pavement (HMAC)(ASB) 20 (6")(TEMPORARY PAVING), including necessary SY 12,030 Cl materials, shaping, density controlled placement, complete '� and in place and removal upon completion, persquare yard. Concrete Paving (Continuously Reinforced)(9"), including 21 necessary materials and placement, complete and in place, SY 53,954S ersquare yard. o'7j his j(o(v�( Concrete Curb (Mono), including necessary materials, joining, forming, finishing, and placement of monolithic 1 1 22 curb with continuously reinforced concrete pavement, LF 10,609 /3, complete and in place, per linear foot as measured along the gutter line. Concrete Curb (Mono)(Sawtooth), including necessary materials, joining, forming, finishing, and placement of 23 monolithic curb with continuously reinforced concrete LF 62 t pavement, complete and in place, per linear foot as measured a ong the gutter line. Concrete Sidewalk (5"), including necessary materials for 24 placement of concrete sidewalks, complete and in place, per SY 3,319 square yard. 25 including necessary materials for placement of ramps, EA 25 complete and in place, per each. Concrete Alley Returns and Driveways (6") including r 26 necessary materials for placement of concrete alley returns SY 646 4fa 0g5, and drivewa s, as com lete and in place, persquare yard. 27 Retaining wall, including necessary materials for placement, SF 890 y3 `f complete and in lace ersquare foot. 3 bs ("fa' Concrete Riprap (5"), including necessary materials for 28 placement of concrete riprap, including toe wall foundations,' SY 1,300 curbs, aprons, sloped ramps, etc., complete and in place, per Lib- (�} 5 �• squareS yard. Stone Riprap (Dry)(Protection), including necessary 29 materials for placement of riprap, complete and in place CY 45 p•� including filter fabric, per cubic yard.. Precast Reinforced Concrete Box Culvert (5' x F), including 30 necessary materials, furnished and installed, complete and in LF 55 10 1 1le�5sv os- lace including excavation and backfillin , per linear foot. Concrete Safety End Treatment (for 5' x P Box), including 3I necessary materials, furnished and installed, complete and in EA 2 of,S3oi.� Ja lace, per each. Erosion Control Mat, including necessary materials and 32 equipment for installation of mat/blanket and establishment of from the SF 7,850 S�iQ �b 00 grass seed contained within, vegetative watering M t and weed control, complete and in place, persquare foot. Adjusting Valve Boxes, including materials, including backfill as required, and for excavation, tools, equipment, 00 op 33 labor and incidentals, per each valve adjusted. EA 13 1.0 1-4—Z9" / ITB 12-10521-DT REVISED BID FORM Item No Description Unit Estimated Unit Price Extended uanti Quantity amount Adjusting Manholes, including materials, including backfill 34 as required, and for excavation, tools, equipment, labor and EA 8 CIO 022 incidentals, per each valve adjusted. %000 Illumination Pole Assembly (TY SA)(40T-8)(.25 KW)S: 35 Payment will be made at the unit price bid per each roadway �p illumination assembly installed, including furnishing, EA 4$ `, cj�16 UP installing, and testingluminaries, per each. Drill Drill Shaft (Roadway Illumination Pole)(30" Diameter), including full compensation for excavation; furnishing, placing and removing casing (if necessary); furnishing, processing and recovering slurry (if necessary); pumping; furnishing and placing reinforcing steel; furnishing and 36 placing concrete, including additional concrete required to LF 402 fill an oversize casing or oversize excavation; conducting slump loss tests; backfilIing; disposing of cuttings and slurry; and materials, tools, equipment, labor, and incidentals, measured by the linear foot of drilled shaft indicated in the tans. Conduit (PVC)(SCHD 40) (1.5 IN)(TRENCH), including full compensation for furnishing and installing conduit; trenching/excavating and furnishing and placing backfilI; 37 replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and LF 10,392 installing fittings, junction boxes and cxpansion'PLnts;__and equipment, labor, tools and incidentals, complete and in qy oe lace, per linear foot. . 311 ,.- Conduit (PVC)(SCHD 40) (2 IN)(TRENCH), including full compensation for furnishing and installing conduit; trenching/excavating and furnishing and placing backfill; 38 replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and LF 5,590 installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in Lace, per linear foot. 1 3 90 111J661. Elec Conductor (No. 8) (BARE), including furnishing, 39 installing, and testing electrical conductors and for LF 10,392 q13 $ equipment, labor, tools, and incidentals, per linear foot. G. S`Co Elec Conductor (No. 6) (INSULATED), including 40 furnishing, installing, and testing electrical conductors and LF 20,784 forequipment, labor, tools, and incidentals, per linear foot. 0� /� �197- Elec Service Ty A (240/480) 060 (NS) SS(E) SP(0): This price is full compensation for furnishing and installing 41 paying all fees, permits and other costs, making EA I arrangements with the utility company for all work and materials provided by the utility company, complete in lace, er each. 3i 42 Ground Box Ty A, complete in place, including furnishing and plLcin avel bedding, all labor and materials, per each. EA 46 3 1� 43 Ground Box Ty D , complete in place, including furnishing EA 25 �Ground and placing gravel bedding, all labor and materials, per each. Y� a Box Ty I (ITS), complete in place, including 44 furnishing and placing gravel bedding, all labor and EA 2,5� ®NCI` K'70 -- materials, per each. ITB 12-10521-DT REVISED BID FORM Item No. Description p Unit Estimated Unit Price Extended uanti Amount Conduit (Rigid Metal)(2 IN)(TRENCH), including full compensation for furnishing and installing conduit; trenching/excavating, and furnishing and placing backfill; 45 replacing pavement structure, sod, riprap, curbs, or other LF 5 surface; marking location of conduit; fiunishing and installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in 7s lace, per linear foot. Conduit (PVC)(SCHD 40) (21N)(TRENCH), including full compensation for furnishing and installing conduit; trenching/excavating, and furnishing and placing backfill; 46 replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and LF 92 installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in u ! 7a lace, per linear foot. 31a Conduit (PVC)(SCHD 40) (3 IN)(TRENCH), including full compensation for furnishing and installing conduit; trenching/excavating and furnishing and placing backfill; 47 replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and LF 46 installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in 4 (4 Ufa laceper linear foot. c�QS Conduit" (1�V't✓j(gtl7D 4�) � IN)(TRENCH), including full compensation for furnishing and installing conduit; trenching/excavating and furnishing and placing backfill; 48 replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and LF 470 installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in �- !Q Place, per linear foot. Elec Service Ty D (120/240) 060 (NS) SS(E) SP(0): This price is full compensation for furnishing and installing 49 paying all fees, permits and other costs, making EA 1 arrangements with the utility company for all work and materials provided by the utility company, complete in M lace, pereach. +� -- ��.ov Small Sign Assemblies, including necessary materials, furnished and installed, complete and in place. The unit 50 price bid shall includes sign, post, concrete base, plaque, EA 29 accessories, excavation, filling, backfilling, and all incidentals necessary to complete the work, per each sign complete in place. G,o3 — 1 '7rScx Pavement Markings(4")(White)(Broken)(Thermoplastic), 51 including necessary materials, furnished and installed, LF 21,078 isa 1 3(0 complete and in place, per linear foot. d. f 3, Cabs Pavement Markings (8") (White) (LANE DROP) 52 (Thermoplastic), including necessary materials, furnished LF 370 `IO and installed, complete and in place, per linear foot. Pavement Markings (4") (Yellow) (Broken) (Thermoplastic), 53 including necessary materials and incidentals, furnished and LF 7,317 �� _ S N installed, complete and in lace, per linear foot. ! REVISED BID FORM ITB 12-10521-DT Ifem No. Descri lion p Unit Estimated Price Extended Pavement Markings (4") (Yellow) (Solid) (Thermoplastic), QuantityUnit Amount 54 including necessary materials and incidentals, furnished and LF 11,062 N installed, complete and in place, per linear foot. &J ys Pavement Markings (8") (White) (Solid) (Thermoplastic), 55 including necessary materials, furnished and installed, LF 4,148 36 complete and in lace, per linear foot. Pavement Markings (24") (White) (Solid) (Thermoplastic), 56 including necessary materials and incidentals, furnished and LF 486 .•..$i /4 W installed, complete and in placeper linear foot. Pavement Markings (Arrow) (White) (Thermoplastic), 57 including necessary materials and incidentals, furnished and EA 39 rt installed, complete and in place, per each. Raised Reflectorized Pavement Markers (CL B)(Type I-C- 58 R), including necessary materials and incidentals, furnished EA 1,328 and installed, complete and in place, per each. 31- Raised Reflectorized Pavement Markers (CL B)(Type II-A- 59 A), including necessary materials and incidentals, furnished EA 492 --01 G and installed, complete and in lace, er each. Traffic Buttons (4")(WHITE), including necessary materials 60 and incidentals, furnished and installed, complete and in EA 687 !off 9r-1 lace, pereach. Temporary Raised Reflectorized Pavement Markers (CL B)(Type I-C-R), including necessary materials and 61 incidentals, furnished_ and installed,omPlete. and iu pltace, ESA 130 _ _ rt per each. Placement is for temporary construction markings, _ 90 including but not limited to solid markings, double t�5 Cx markings, and broken markings. Temporary Raised Reflectorized Pavement Markers (CL B)(Type II -A -A), including necessary materials and 62 incidentals, furnished and installed, complete and in place, EA 1023 73 per each. Placement is for temporary construction markings, , 4/ d; including but not limited to solid markings, double yf� markings, and broken markings. Temporary Traffic Buttons (4")(WHITE), including 63 necessary materials and incidentals, furnished and installed, complete and in place, per each. Placement is for temporary EA 1,318 3 construction markings, including but not limited to solid `lj'SC"q marking s, double markings, broken markings and stop bars. Temporary Traffic Buttons (4")(YELLOW), including 64 necessary materials and incidentals, furnished and installed, complete in 6? and place, per each. Placement is for temporary EA 4,092- construction markings, including but not limited to solid markings, double markings, and broken markings. Barricades and Traffic Control Devices, including furnishing 65 and installation of materials and removal thereof, per month. MO 12 '-4y7 SWPPP l Temporary Erosion Control , including necessary materials and coordination for compliance with storm water 66 regulations and ordinances, furnished and installed, continuously monitored, complete and in place, per lump LS I CV �� - SUM. r° ITB 12-10521-DT REVISED BID FORM Item No. Description Unit Estimated Unit Price Extended Quantity Amount Irrigation System - (Maintain Existing), includes preserving the integrity and operational capacity of the existing irrigation in the areas adjacent to the Right of Way. Includes 67 repair of the existing system which may be damaged by construction of new sidewalk, removal, relocation and/or LS 1 replacement of the existing PVC mainline piping that may be affected by the grading work and/or construction, as Co shown on the plans, aid as lumpsum. `/S`;s(,G j l: Permanent Seed, including necessary materials and 68 equipment for placement of seed and establishment of grass from the seed, vegetative watering and weed control, SY 6,380 a complete in place, per square yard. 3- A9, qX& Mobilization, including costs associated with move -in 69 related equipment and labor, bid bond, performance and LS (� -i1 c1q 3&:�, 33') construction bonds, and insurance, per lump sum. f SUBTOTAL BASE BID, ITEMS I-69 $ 9�10(� 7y3, (In case of discrepancy between the Unit Price and the extended total bid item, the unit price will be taken) ITB 12-10521-DT REVISED BID FORM �T WATER IMPROW..WNTR _ itpmc 70 thrniiah sun Item No. Description P Unit Estimated Unit Price Extended Quantity Amount Mobilization/Demobilization, including insurance, bonds 70 and move-in/move-out related costs, complete, for the lump LS i SUM. -�7>� CD 71 Furnish and install heavy polyethylene warning tape with trace wire, complete in lace, per linear foot. LF 185 C). 30 72 Furnish and install OSHA approved trench safety system for utilitylines as required, per linear foot. LF 185 �1 Furnish and install 8" C900 DR 18 PVC water line, 73 including all labor, material and equipment, complete in LF 135� lace, per linear foot. Furnish and install 12" C900 DR 18 PVC water line, 74 including all labor, material and equipment, complete in LF 50 lace, per linear foot. 75 Furnish and install 8" gate valve and box, including all appurtenances, complete in lace, per each. EA 3 �' 1 y'�j ~ i K)N io 76 12" proposed water line tie-in complete in place, er each EA I h ,lam GO I 77 Furnish and install 12" x 8" tapping sleeve and associated EA 3 appurtenances, complete in lace, er each. 3 )0 78 Furnish and install fire hydrant complete in place, per each EA 1 3fla2i=' 3�(oa' 79_.; _ ,Furnish anci:install8", lu ,;com a in .lace;- ereach = EA 2 80 Furnish and install 12" plug, complete in place, per each EA I y y SUBTOTAL BASE BID, ITEMS 70-80 oil �/S (in case of discrepancy between the Unit Price and the extended total bid item, the unit price will be taken) 8 Bidder's Initial 1 I) t t REVISED BID FORM iF.WFR TMPR(1VFMFNTC _ Tts>rric Q 1 rl,r ,., .l, []!1 ITS 12-10521-DT Item No. Description Unit Estimated Unit Price Extended Quantity Amount Mobilization/Demobilization, including insurance, bonds 81 and move-in/move-out related costs, complete, for the lump LS 1 oa S1- � ` b oQ SUM. 82 Furnish and install heavy polyethylene warning tape with LF 1185 s8 �'� 39 trace wire, complete in place, per linear foot. —401 83 Fumish and install OSHA approved trench safety system for LF 1185 63 5� utility lines as required, per linear foot. a 3� 1Ke 84 Tie-in existing sanitary sewer line, complete in place, per �Cu each. EA 1 � ) /W 00 85 Furnish and install standard coated or fiberglass manhole (0- 6' de th), complete in lace, per each. EA 2 co� �q}fl0 86 Furnish and install extra depth to standard coated or fiber lass manhole, complete in lace, per vertical foot. VF 30 630 - a0 � 87 Furnish and install 8" SDR 21 PVC sanitary sewer line (18- 22' depth),complete in place, r linear foot. LF 120 q'�'� 3cj 00 88 Fumish and install 8" SDR 21 PVC sanitary sewer plug, EA 3 o¢? c(ap b1 00 complete in lace, er each 89 Fumish and install 18" SDR 21 PVC sanitary sewer line (18- 22' depth), complete in place, per linear foot. LF 205 /?a '7F ay, -K3 T 90 Fumish and install 21" SDR 21 PVC sanitary sewer line (18- LF 860 22' depth), complete in lace, per linear foot. 2 � (p�j ° � 91- "Furst and mif $" STI 21-P C sanitary sewer plug, EA -� Gocomplete in lace per each /� � SUBTOTAL BASE BID, ITEMS 81-91 $ aaq}' o 60 (in case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.) SUBTOTAL BASEBID - ROADWAY (ITEMS 1-69) $ % —)* j 7),G I ( SUBTOTAL BASEBID - WATER (ITEMS 70-80) $ Ll P1 SJ� / a SUBTOTAL BASEBID - SEWER (ITEMS 81-91) $ �?911 ar)• 60 OVERALL TOTAL $ `A % R10, 3b6- ```( *— Bidder's Initial 9 i ITB 12-10521-DT REVISED BID FORM F Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within TWO HUNDRED SIXTEEN (216) WORKING 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 ONE THOUSAND AND FORTY DOLLARS $1 040 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of THIRTY ' (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and lie further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are casmer's cnecx or certrtied check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him 4- Bidder's Initial 10 Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of S '71) 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 ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: r Secretary Bidder acknowledges receipt of the following addenda: Date: c A a �- Authorized Signature A€lea AA-€ 4P (Printed or Typed Name) j-1j,e,j 19'AI." Company n Ayyress } City, County State Zip Code Fax: too ro - Addenda No. _�_ Date ,2-13-,p®ta FEDERAL TAX ID or SOCIAL SECURITY No. Addenda No. Date -75 _ 460.2o5 l Addenda No. Date Addenda No. Date EMAIL:_ r� 4 MGM t ca lie n,4,}kt , of MAVBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Sped 12 Page Intentionally Left Blank CrFY OF i; To Be Completed by Bidder and Agent Must be submitted with Bid I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business 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. �6 11ed au 4/ee✓1 Contractor (Original Signature) Contractor (Print) CONTRACTOR'S BUSINESS NAME: (4 qe,,) (ri sl. 3 (Print or Type) If the time requirement specified above is not met, the City has the right to reject this hid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management Office for the City of Lubbock at ( 775-2572. BID # 12-10521-DT - Reconstruction and Widening of Frankford Ave from Wh Street to 110 Street Page IntentionaUY Left Blank SAFETY RECORD QUESTIONNAIRE 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 incidents 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 from 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 c}tations 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. f Bidder's Initials r, 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 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 from 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 shall be 1 investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. Signature ��yy - te's tae.,)'- U Title 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 $50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $50,000 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 $50,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: �v-H-Q1 Co./b$. 4_L c._.- FEDERAL TAX ID or SOCIAL SECURITY fNo. *OS Signature of Company Official: Printed name of company official signing above: _Af60i A1ffQ✓1 Date Signed: C-9--Xc- —t;_ Page Intentionally Left Blank CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. jam, B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? See C, }} et,hm Ae F C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (I) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? S Ce G l i a k M e_�_ C, (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". S q � ,� t..l (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". ,SCe 0. iq_kV1e_4- Z E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? S 1!e A �} +�,� �} --v The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgment is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non -responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. I Complete the following information for your organization: Page Intentionally Left Blank A t% a'_V' me,4 f-F t- : ALLEN BUTLER CONSTRUCTION, INC. 24 S. LAKESHORE DR. RANSOM CANYON, TX 79366 (806)745-7498 FAX(806)745-7577 Allen Butler, President Allen Butler started Butler Construction in 1975. In 1995 Mr. Butler felt the need to incorporate as Allen Butler Construction, Inc. Mr. Butler as president oversees all equipment purchases, job bidding and job performance. The operation of the caliche pit, the asphalt and concrete plants are also under Mr. Butler's supervision. For the past twenty years Allen Butler Construction, Inc. has performed a large percentage of Lee Lewis Construction, Inc. site work. We have also been prevalent in grading and paving of City of Lubbock subdivisions and been involved in the major portion of expansion at Texas Tech University as well as City of Lubbock streets and Preston Smith International Airport. In the past few years the company has also expanded into performing TxDOT work & is currently working on its third project as the General Contractor. Allen Butler Construction, Inc. now owns and operates its own caliche pit, two concrete plants and an asphalt plant. Complimenting the asphait/concrete plants is an in-house QA/QC program. The Corporation also owns the land and buildings which houses a seven bay shop and offices. The equipment inventory exceeds $15,000,000.00. With an employee average of 125-175, Allen Butler Construction, Inc. is able to consecutively serve numerous commercial projects. References: Lee Lewis Construction, Inc. Lee Lewis (806)797-8400 Hugo Reed & Associates Bernie Gradell (806)763-5642 ALLEN BUTLER CONSTRUCTION, INC. #24 SOUTH LAKESHORE DRIVE RANSOM CANYON, TEXAS 79336 PHONE: 806-745-7498 FAX: 806-745-7577 James Davis has been in the heavy equipment construction business since 1983. From 1992 to 1994, the Kenova Corp. of West Palm Beach, FL employed him. During this time Mr. Davis was involved in the construction of two major golf courses, one being in Guadalajara, Mexico and the other in Crofton, MD. In 1994 Mr. Davis relocated to Lubbock, TX. At that time Allen Butler Construction, Inc. hired him as ! General Superintendent. He quickly proved himself and was promoted to Vice President. In the capacity of Vice President, Mr. Davis assists the estimation department with technical advice. Along with Bobby Evans, Mr. Davis coordinates the job crews and equipment for the numerous projects performed by Allen Butler Construction, Inc. r] In ALLEN BUTLER CONSTRUCTION, INC. #24 SOUTH LAKESHORE DRIVE RANSOM CANYON, TEXAS 79336 PHONE: 806-745-7498 FAX: 806-745-7577 Robert Humphries has been employed with Allen Butler Construction, Inc. since 2002. Prior to 2002 he was regional operations manager at Safelite Auto Glass, where he oversaw the daily operations of 40 stores. While being at Allen Butler Construction, Inc., he has been project manager for projects that include schools at Lubbock Cooper ISD, Frenship ISD, Lubbock ISD, and Texas Tech University. He has overseen major projects for the City of Lubbock that include 98`h Street Widening and Drainage project and Slide Rd. and Erskine St. Improvements and Drainage. ALLEN BUTLER CONSTRUCTION, INC. #24 SOUTH LAKESHORE DRIVE RANSOM CANYON, TEXAS 79336 PHONE: 806-745-7498 FAX: 806-745-7577 Bobby Evans has been in construction for 34 years. He was employed with Granite Construction from 1989 through 1991. During this time he was a foreman on the I-27 project where he oversaw the ri, construction of the excavation and building of the roadway. He then became superintendent on the I-30 expansion in Rockwell, TX. He scheduled and managed the no.w. prep, flexible base placement, and the asphalt and concrete paving. He oversaw the building of the overpass and bridge headers including F1 retaining walls and structure backfilling. He moved back to Lubbock and formed Evans Excavation, doing local backhoe, dirt work, and paving Since 1998 Mr. Evans has been employed in the capacity of General Superintendent for Allen Butler Construction, Inc. Mr. Evans has been involved in overseeing the physical application of all major undertaking since that date including most of the Texas Tech projects, TXDOT projects, and City of Lubbock projects such as 98th Street Improvements, LIA Taxiway improvements, & Slide Rd. & Erskine Improvements. P ■ 9 ALLEN BUTLER CONSTRUCTION, INC. 24 S. LAKESHORE DR. I RANSOM CANYON, TX 79366 806-745-7498 FAX 806-745-7577 Steve Moczygemba, Concrete Superintendent Kiewit from 1994 thru 2002 employed Mr.Moczygemba. During this period Mr. Moczygmeba was paving superintendent, foreman, heavy equipment operator, and laborer. As paving superintendent he oversaw the 1-25 in Denver, CO, 1-40 in Shamrock, TX, and 1-15 in Salt Lake City, UT just to name a few. In 2002 Mr. Moczygemba was hired by Apac-Texas, Inc. As paving superintendent his team layed 512,746 sy of concrete paving on 11.5 miles of US Hwy 96 in Buna, TX. In 2003 Granite Construction, Inc. hired Mr. Moczygemba. In the Austin area he worked on SH 45 and SH 183A. Moving with the company to Lubbock, he oversaw the concrete paving on the Marsha Sharp Freeway and on Milwaukee Ave. Feeling the need to stay in Lubbock, Allen Butler Construction, Inc. hired Mr. Moczygemba as our concrete superintendent in 2008. Mr. Moczygemba not only supervisors 3 concrete crews, he also works closely with the project managers dealing with schedules, subcontractor and quantities. He works with the estimator on bidding large concrete paving projects. Some of his projects while working with Allen Butler Construction, Inc. are Slide/Erskine Improvements, MLK Blvd., and Indiana Ave. ALLEN BUTLER CONSTRUCTION, INC 24 S. LAKESHORE DR. RANSOM CANYON, TX 79366 (806)745-7498 FAX(806)745-7577 Doug O'Neil, Quarry Supervisor Mr. O'Neil has managed numerous projects for and in the City of Lubbock including Glenna Goodacre Blvd. Texas Tech Park and Ride Vintage Township A portion of 98th St Improvements and various other subdivisions. Due to his experience, Doug is acquainted with most of the city staff. References: Gary McBride Paul Stell Keith Smith Excel Energy (806)679-0025 Stellar Development (806)798-0211 City of Lubbock (806)775-2341 ALLEN BUTLER CONSTRUCTION, INC. #24 SOUTH LAKESHORE DRIVE RANSOM CANYON, TEXAS 79336 PHONE: 806-745-7498 FAX: 806-745-7577 Jayson Norby came to Allen Butler Construction with over 15 years of pipeline installation including water/sewer and storm drainage. Mr. Norby also has experience in bridge building. Mr. Norby was self- employed from 2002-2005 as a dirt contractor. In 2005 he went to work for Turtleback Mountain Resort as the project superintendent for the construction of a championship golf course and 1200 residential homes. In 2008 he took a job with Guardiola Construction, this company worked for the U.S. Army Corps of Engineers. As project superintendent for this company, he consulted with the engineers on design, handled budgeting, scheduling, cost control, and fmalizing the job at completion. In 2009 Wright Construction hired Mr. Norby as pipeline superintendent. As superintendent he was involved in all aspects of pipe installation. In 2010 Allen Butler Construction, Inc. hired Mr. Norby as a project superintendent. His experience in pipe installation has been a huge asset to our company. ALLEN BUTLER CONSTRUCTION, INC. #24 SOUTH LAKESHORE DRIVE RANSOM CANYON, TEXAS 79336 I PHONE: 806-745-7498 FAX: 806-745-7577 Keith Carroway has been a full time safety coordinator for two years at Allen Butler Construction, Inc. _a He has worked for us almost 6 years accumulatively. His first 4 years with us he oversaw the quality control of the asphalt and concrete division. He has filled the role of both safety coordinator and assistant safety officer. He administers safety orientations to all new hires, gives weekly safety meetings to all personnel, and investigates any accidents on the job. He has completed several training courses pertaining t to his role including but not limited to; Fall Protection, Scaffolding, Nuclear safety, Personal Protective Equipment Inspection, Ladder Safety and Inspection, Forklift Training, Fire Safety, Hazard and Exposure Identification, Fleet Safety, Lifting and Rigging, Trenching and Barricading, Traffic Control, Emergency Evacuation Plans, First Aid, and Work Zone Analysis. Before coming back to Allen Butler Construction Inc. in 2009, he was employed as a lab technician for a company out of New York from 2007 to 2009. His primary role was performing testing with a secondary role in safety. 0 Ll 4-ca.c-.mp A : 0-o- ALLEN BUTLER CONSTRUCTION, INC. 24 SOUTH LAKESHORE DRIVE RANSOM CANYON, TX 79366 (806)745-7498 (806) 745-7577 — FAX RE: QUALIFYING STATEMENTS D. I — COMMITMENT TO QUALITY Allen Butler Const., Inc. is highly dedicated to producing a quality product in each and every facet of operation. If you will note the organization chart, we have quality control officers which inspect and approve projects — from start to finish. We also have in house lab testing to insure quality of materials. ALLEN BUTLER CONST., INC. #24 SOUTH LAKESHORE DRIVE RANSOM CANYON, TX 79366 (806)745-7498 (806)745-7577 — FAX RE: QUALIFYING STATEMENTS D.2 - QUALITY OF WORK Duties of Project Managers and Quality Control Personnel: The reputation of this company relies on you performing your duties to insure the highest quality of performance on each and every project. Communication between yourself and all foremen is necessary to obtain this goal. a n [I H v fJ H ALLEN BUTLER CONSTRUCTION, INC. #24 SOUTH LAKESHORE DRIVE RANSOM CANYON, TEXAS 79336 PHONE: 806-745-7498 FAX: 806-745-7577 Attachment: I Allen Butler Construction, Inc. has been recognized by the City of Lubbock for the construction of Westchester Park Lots 414-481. Texas Chapter American Public Works Association awarded Allen Butler Construction, Inc., Public Works Project of the Year 2008. Texas Mutual Insurance Co. has recognized Allen Butler Construction, Inc. for our dedication to employee health and safety for the past 2 years. Jewel Davis, Orchard Park, offered to buy lunch for the entire company for the excellent job that was done on Orchard Park. ALLEN BUTLER CONST., INC. #24 SOUTH LAKESHORE DRIVE RANSOM CANYON, TX 79366 (806)745-7498 (806)745-7577 — FAX RE: QUALIFYING STATEMENTS E.I — CONFORMANCE TO CONTRACT DOCUMENTS Allen Butler Const., Inc. takes the commitment to conformance of contract documents _ seriously. Before any project is begun the entire staff comes together to be informed as to what is expected of them. Not only the project manager, but the team from quality control, continues the inspection of each project on a regular basis. PJ Li� l t� Contractor's General Information Organization Doing Business As Business Address of Principle Office Telephone Numbers Main Number 'S06 -14 5 - -'j q B Fax Number g 0- S - -16,7 Web Site Address ; an Lo fv- Form of Business (Check One) A Corporation A Partnership An Individual ♦ et e Date of Incorporation State of Incorporation T' Chief Executive Officer's Name President's Name kc Vice President's Name(s) Secretary's Name ri �r Treasurer's Name ,�- Date of Organization State whether partnership is general or limited Name Business Address Average Number of Current Full ai Average Estimate of Revenue Time Employees for the Current Year M.11:,a.r i r. Contractor's Organizational Experience Organization Doing Business As ;0 — . Business Address of Region Office - Name of Regional Office Manager C er a Telephone Numbers Main Number 6-145-- 498 Fax Number Web Site Address WLOLO- A,tl�nbv�-fit �,ns �0h. C orn List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies p sently doing business: Names of Organization From Date To Date List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Years experience in projects similar to the proposed project: As a General Contractor,'] As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? N If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? ' If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? If yes provide full details in a separate attachment. See attachment No. I'. Ll Contractor's Proposed Key Personnel Organization Doing Business As Provide a brief description of the managerial structure of the organization and illustrate with an organizational chart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. �ee aN(AM# C�t Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. 16 6 ce c� Na�i.n�►e.�,� o t Exi)e,ence of Key Person�lel Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager ;c>rL hrtps lJa-CPA Wei-2e 1 Project Superintendent Project Safety Officer Quality Control Manager t o, tr If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. ALLEN BUTLER CONSTRUCTION, INC. #24 SOUTH LAKESHORE DRIVE RANSOM CANYON, TEXAS 79336 PHONE:806-745-7498 FAX:806-745-7577 Attachment C-1 Allen Butler, President of Allen Butler Const., Inc. is involved in all aspects of the operation. James J. Davis, Vice -President, oversees the construction and materials divisions from bidding through completion with Robert (Bobby Evans) in construction and Douglas O'Neil in materials. Each contract is appointed an estimator, project manager and job foreman, with these individuals working together to maintain production at optimum level. The shop foreman, Frank Groves, works directly with mechanics to insure proper care of vehicles and equipment. Cindy Riddle serves as office manager; overseeing all facets of the office operation. 6A W � Q ¢ 04 w 0 U ¢ U atip W Few 1 � WW0 u�0 UAa ti H w a w¢ H p w¢ Z Z z W ad d ^q�H0 a zw 000 w�wHaE~z z u w zw3 0�WZH� Q� w14�:)uu ��WOtwZHa C) 1 zda, i 4-¢ Oj ¢ (n Ow O Q ¢0 I U Op� 1 RgWUU��w,y 0O�rs.� w<O a>OAH¢Z�0 Ww z w 6U 0 OwOH��0OUv w'�GGav�C�Qwaxa ALLEN BUTLER CONSTRUCTION, INC. , #24 SOUTH LAKESHORE DRIVE I_ RANSOM CANYON, TEXAS 79336 PHONE: 806-745-7498 FAX: 806-745-7577 Attachment D-1 Allen Butler, President of Alien Butler Const., Inc. is involved in all aspects of the projects. James Davis, Vice President, will oversee the construction and material divisions. Bobby Evans, General Superintendent, will oversee the construction. Ronnie Stokes will be the foreman onsite to oversee the project. Steve Moczygemba, Concrete Superintendent, will oversee the concrete construction. Rick Humphries, Project Manager, will be handling the daily aspect which includes scheduling, billing and coordination with subcontractors. Keith Carroway will handle safety issues and quality control of material being used in or for this project. OR z w Ho z� w wz H� U C4 G. x 00 UW z O0 a �1 r Proposed Project Managers Organization Doing Business As 14 Ile V Q 'Aw CVGJ 'cvL Name of Individual Q -k4- Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 1-; tR 3t t� qv 1� V9 1 t 0. t-ali Reference Contact Information(listing names indicates ap oval to contacting the names individuals as a reference Name Name e•t Welo. Title/ Position P r J Title/ Position C -Tm JC,0m-A Organization Organization Telephone _ y q Tele hone 6VG -'77S — 3aS'Li E-mail E-mail Project V Ca11e t Q.u,�ss Project U4t Candidate role on Project �f GJ� I �` "� Candidates role p on Project Name of Individual G-i tot Wef et Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions J 0 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date ,)-5t;' .► 3 n o ti - e c� g a�� Name I IS&I we Name Title/ Position Title/ Position '--i Organization Organization Pd! a Telephone i'?-^iN$—E wt&fr Telephone _rya E-mail E-mail Project Project Candidate role on Project Candidate role on Project e t ML.r r ALLEIN 1iU'1'LER UO NKYRUC;'1101N, INC. #24 SOUTH LAKESHORE DRIVE RANSOM CANYON, TEXAS 79336 PHONE: 806-745-7498 FAX: 806-745-7577 Robert Humphries has been employed with Allen Butler Construction, Inc. since 2002. Prior to 2002 he was regional operations manager at Safelite Auto Glass, where he oversaw the daily operations of 40 stores. While being at Allen Butler Construction, Inc., he has been project manager for projects that include schools at Lubbock Cooper ISD, Frenship ISD, Lubbock ISD, and Texas Tech University. He has overseen major projects for the City of Lubbock that include 98t' Street Widening and Drainage project and Slide Rd. and Erskine St. Improvements and Drainage. I' r Proposed Project Superintendent Organization Doing Business As Name of Individual sr Years of Experience as Project Superintendent t Years of Experience with this organization 13 Number of similar projects as Superintendent 1 j - 0-p Number of similar projects in other positions O Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date -}--avert S'ffftW a rc n of Reference Contact Information(listing names indicates a roval to contacting the names individuals as a reference Name {h Q leM.Q- Name e;i- S M • `n Title/ Position C; a bb ock Title/ Position C; f- £ Organization OF-„% td Organization Qe Telephone Telephone E-mail E-mail Project (? d.P i Project VC„r t w� Candidate role on Project `�� ' "'''� r Candidate role on Project 5n of Individualars of Experience as Project Superintendent 7Years (a' of Experience with this organization IMP Number of similar projects as Superintendent !E? Number of similar projects in other positions j 5 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 9 8 s�+per c�� rG,✓ ►"n��h � Ft Name 1-C Name oQ Sc 11 J oiMq Title/ Position Su aA Title/ Position C Organization 1r " r-c-s 1. Organization C=t Ir. a F bb r Tele hone oc7 Telephone '7j -01-73 E-mail E-mail Project 19 APt,,y 5 Project Candidate role on Project Candidate role on Project �uQQ�:n�p.9e ALLEN BUTLER CONSTRUCTION, INC. 24 S. LAKESHORE DR. RANSOM CANYON, TX 79366 (806)745-7498 FAX(806)745-7577 Lynn Day, Foreman Lynn Day was employed in March of 1999 as a skilled heavy machine operator. He was soon promoted to foreman and has performed in that capicity for a little over 13 years. Mr. Day has proved himself to be an asset to the corporation by his proficiency in this area of expertise. Suncrest, Shadowhills, Cantibury Pointe, Meadow South, South Mesa, and Westchester Park are a few of the subdivisions in which Mr. Day has been foreman. The Plainview Ethanol Plant is among the many projects on which Mr. Day has supervised the earthwork. References: Mike Thoma Excel Development (806)535-2084 Jewel Davis Orchard Park Development (606)789-7909 Kevin Lair City of Lubbock (806)766-4144 Proposed Project Safety Officer Organization Doing Business As I�ei�I iq v+j-Qr Name of Individual h Years of Experience as Project Safety Officer S Years of Experience with this organization S Number of similar projects as Safety Officer 3 p Number of similar projects in other positions 30 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date C c�' e tt 19 Reference Contact Information(listing names indicates ap roval to contacting the names individuals as a reference Name F-�J JQr-eje Name E4 t-- Title/ Position Title/ Position 5 cic : T- Or anization — ut to 5 Organization CN vt c -Q Telephone elq l(p Telephone - E-mail N -T . v E-mail Project P Project Candidate role on Project Candidate role on Project Name of Individual Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project ALLEN BUTLER CONSTRUCTION, INC. #24 SOUTH LAKESHORE DRIVE RANSOM CANYON, TEXAS 79336 PHONE: 806-745-7498 FAX: 806-745-7577 Keith Carroway has been a full time safety coordinator for two years at Allen Butler Construction, Inc. He has worked for us almost 6 years accumulatively. His first 4 years with us he oversaw the quality control of the asphalt and concrete division. He has filled the role of both safety coordinator and assistant safety officer. He administers safety orientations to all new hires, gives weekly safety meetings to all personnel, and investigates any accidents on the job. He has completed several training courses pertaining to his role including but not limited to; Fall Protection, Scaffolding, Nuclear safety, Personal Protective Equipment Inspection, Ladder Safety and Inspection, Forklift Training, Fire Safety, Hazard and Exposure Identification, Fleet Safety, Lifting and Rigging, Trenching and Barricading, Traffic Control, Emergency Evacuation Plans, First Aid, and Work Zone Analysis. Before coming back to Allen Butler Construction, Inc. in 2009, he was employed as a lab technician for a company out of New York from 2007 to 2009. His primary role was performing testing with a secondary role in safety. Proposed Project Quality Control Manager Organization Doing Business As ilea 1S JA,4?V- sfi: Name of Individual h Cc Kam Years of Experience as Quality Control Manager Years of Experience with this organization 5- Number of similar projects as Quality Manager 36 4 Number of similar projects in other positions 36-t Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date .,a fi'r Reference Contact Information(listing names indicates ap oval to contacting the names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Name of Individual Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact hil'ormation (listin- names indicates approval Name to contacting the names individUals as a 1efel.ence) Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project ALLEN BUTLER CONSTRUCTION, INC. #24 SOUTH LAKESHORE DRIVE RANSOM CANYON, TEXAS 79336 PHONE: 806-745-7498 FAX: 806-745-7577 Keith Carroway has been a full time safety coordinator for two years at Allen Butler Construction, Inc. He has worked for us almost 6 years accumulatively. His first 4 years with us he oversaw the quality control of the asphalt and concrete division. He has filled the role of both safety coordinator and assistant safety officer. He administers safety orientations to all new hires, gives weekly safety meetings to all personnel, and investigates any accidents on the job. He has completed several training courses pertaining to his role including but not limited to; Fall Protection, Scaffolding, Nuclear safety, Personal Protective Equipment Inspection, Ladder Safety and Inspection, Forklift Training, Fire Safety, Hazard and Exposure Identification, Fleet Safety, Lifting and Rigging, Trenching and Barricading, Traffic Control, Emergency Evacuation Plans, First Aid, and Work Zone Analysis. Before coming back to Allen Butler Construction, Inc. in 2009, he was employed as a lab technician for a company out of New York from 2007 to 2009. His primary role was performing testing with a secondary role in safety. Contractor's Project Experience and Resources Organization Doing Business As I l` eN /mod4-Q f CGAg 4 1 ivz. Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key ersonnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control see C t�omQ/ 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Bull Lease �' Ir Division Work between On-,anization of in(l What work will the organization complete using Subcontractor its own resources? Q 1 � &, f-�A K) Co Nr—t'e—k ) G.�p irt. h What work does the organization propose to subcontract on thisproject? Tt1 k f 1 co O U u tj ` V i1 a Ol a w -, � � �, o Cl " o a y � �+ «oo.. c •N � v � y •�•' V ❑ •� Ci v U aoi y � a� _ G TT ' 1 V d o o 75 w 7 O-A. a O voi y g 4y sue. o a p 5 Y y a w t0. Cd a o 2 +� z a. y z ,3 n £ a cdo O o% q p .:; Y � J ...Q2f• y -j� ;ems v- o� a bo a a, o ..; W) e �t O Y 0 o o o 04. 34 la L © J ' tn z o o a � o a -f 'o • o a, k., 0 a o U 0' a 6 N a Y o 0 r' a o i O Q o U o 0'i o Q A y U U �, o , p 0 A U U c Y .^ U .a°_ V V N U L U O Nao7z No �3+ 0 x�.. VoI 0 3 ai o i a�i' cad wyai a�i a CC7 �oG, z c OA U 7 UV1 z x O A U 11 14 c cu E wc U 10 J o o c ° U c M �a� °tea E W Lb U L 999��� U E,►rs}1 ! N r 'o 0�' t .4.- ID yy 1 T t F U U CL ICI U m a c - v- -cc c QS C N E c o U- °' ai aL CO _ ° E a` CO ¢ `+' a cn '- o m o z �- c co N � � c - � E f6 a°i - O C t0 � .a• a°i E M Z a v v rn Z a- N 'c L m m c 0 L (D c6 0 0 m` E c L 0° 2 E rn M t'c M - m a m c c co 0) U O C O M C 1 c vc ° o o vc° , Oa d o �MY Mco c E c� I! O UE E ENLLr_p °c lu Z z a<_ Y Co zco mo O C a ° c 6 e\ 75 ° ° c � C ° c L CD {o c y - U 0 a 3.N a. O U °n.5 Uo o m 0 c m _O0 a,7� CD oL O E c 2 Y d�taL.mµ E E mz � iL` i `°Da.7a LT Y zw Doti ca Q A 2 i 0 0 a c U c r o U 10 ✓, U 1 w w / j L (a j "CS jay Vu ry� V G •co � m LU 43) y V C E a 2 Is Lb ' o o V c 13 ly cn cn o CL I Q' N L Q C N t U N N C o co C) a c= N Qy LL to o c m Q E aci .. � L� 0 - `� E t U v_ ° U N N y --d o U U' aD m :3 ai (L V) ° aUr a to � ° ftf O _ NO C f0 (6 .O a cn - N z a` .� z a z a N m ° a� c rn O 0 o °: L c0 w — %. 15 ° o a (D ca rn 0 L � a� } c 0 0 a� c 0 m Ya M c a� w a o `�' _c 2 rn c v �'i +74 � o v CLv° a o rg c o ° c o a U c o iv o a ? fi3 > p CL .2 > '= ° z Cv L Q. ' ( o o N o CL a N Co p U) to U n ` (U Q) C tj � � i — a)N ;I logg CN tY i3 o z 'o � z U m , p �Z (0 1.O d � E � .o CL iCi m E N x Y'� 6 t � N C U C o U p to N V la cN cn c G o :v i.M c c o cn a1 (a° N o tC:a2- p C C U3UC a o ° U t�T c°i L o 3 °(D U .ff ar° awrn NC N m .- O a m c m C� rn m m 4 C Nm mdC7a OaC9a Y z� Y zt O00 no�C7a � z� O tt g o m rn cc c C T � t0 � O c ^+ ,Ca O L a) C L N ' O v � Q r' `6 O o w `1 1-i m o Z ° d o ° T C 0 c m 0 w o Q � -2 E F-x ' j �oaK o.s0 , rL c m c o Q � p U U o a <a 0 o 76 c_ m c Q c C o a) E o -0 B o 0 nL_ o t�. 4 Cu z V N C N O `� v c 1° a E o 0 u' m o sz c a C 0 0 7 Q w a) L 0) E c d 'C p) v O mt0 N N c0 E aS a) C E m O C� z Q- r+ CL o 0- :3i+ v) 'L L 0 L 0 W C W c at in v ° c c 3 (D `t ` z o 0 i 0 ¢ ¢ n- C O mCL ! Ct I' O O ai • c - Q Q ~ ` a1 a � f1- fDj ''' O C_ 1 J ate... � C y `J • Q) (D N Q 4 0 ^q E w a) -a o a� .. Q o E m i H� S► a3 o E Z a.c � U o 0 0 c aI o .._ o 0 OQ. aUi C V O L :r , C N m m m U O N _E N .-6 {� C O O w. C VUl a1 O 1(j j a) = C c= N O L 0 (Q 0 L N c 0 p = O U1 0) c w O m a 3 .0-N c L o v m ._ j'• ar rn °) o �' o c v°Di v �°n a' L O O C 4 a tC6 O C a3 0 p (6 (O} Q C N •� U a, O a CL 0 m m U F- LL z a- a 0 w 0 0 U cn z w s L m �nf Q c cu m ` S� C O m :3 c LU m 0 L c y � m 3 W O o OL m E N a p m o (U , ¢ > Y z Q CL E o c w o N m r (6 .�? o 'm m m E o a .'= c _m m m v 3 U (j U a m U a -6 E m m V) m E a E N N� c w_ U o d o w m N �_ U N C ) _ N OL Z c lD O. t O U- O _ _ �c C W (D U < N N L Q� ' C C z a L �' m o a .� U m (, L m O L m O m E v, a� E v, m o m w w N m V C C m m O c`(na z°c�ci�i¢¢ a. .� O , � -�' m m O _ a i C O O U v b o ¢ Q ~ N T1✓ > Y _ C G ._ N 91 0 j m O m O j O O N o d n E� p c a m m ¢ m .1.± E ¢ w�{r •� �- �O °: Q. mgym/ E hall Z W O m O O U O %+ m:e -o 0-O N N a) C U L O N a� y a'7 o m_ c 3 0 y g m W O N to O m .m w m O L O m O O O w m 3 U c Q I- c m OL g O: m O� m �.� m m� L ((a z0.ao O m 0a0co zw 8 �r �pp m E m z aci a 0 Y V A Q �1y R..I Q a 16 O o. c ° � O ar .r CL N p O v U m ._ w N C a` a c� I c^, c 11.3.E nw p , LU O L � C N O c � Cl 0U) a a°i p c V7 1Q Qcu 0 U CO N 11 O pp> (9 fn p Q ti Z O .. o C p N �' c v U 2 o m a� p al p m U p a c c o n t 1Mn 9� p (n U i+ E V J E C: n O 'u O 3 C N .0L c m E c t Un LL E m e m U Q Q m m O o z N O a0 M 3 C a Q E E +. m C to <L QL 0` W W • 0 � • Q a a UU) Z U U U U C' 0 m `) O a O 0 U C_ ~ ' o Q c' p Uj Y > nr ^^ n N .0 C I Y ^ 'o a a Q E -g •Yuri+ � a-, a. 0 4D �J -- O E - 0) a' Q E c- z w N o > U 0 v c N o p N p o O v C L O N E v C m C a�i a, rn U O 0 mt: m C g m O a t c c t p m L o 3 m 0 0 cui cn C Om rn o Z 7Llcc d U ��a T m` Q o NNC m N Cy 'L tC O ' m " i o� 4i3 m U u. z a a p 010 C) U) z !r� ORGANIZATIONAL APPROACH ATTACHMENT K 1. CONTRACT ADMINISTRATION: Contract and Subcontract Award James Davis, vice President, and Jerry Colburn, Comptroller, will review/approve all contracts and subcontracts for the project. RFI's and Submittals Rick Humphries, project manager, will oversee all RFI's and submittals for the project. Billing and Payroll Rick Humphries, project manager, will draft and summit all payment requests to the owner. Cindy Riddle, office manager, will oversee all certified payrolls and accounting documents for the project. 2. MANAGEMENT OF SUBCONTRACTORS AND SUPPLIERS Rick Humphries, project manager, will oversee all scheduling and payment requests for all subcontractors and suppliers. Ronnie Stokes, project superintendent, will manage subcontractor operations onsite. 3. TIME MANAGEMENT Rick Humphries, project manager, will create and maintain a Primavera P6 schedule for the project. This schedule will be submitted and discussed at the project progress meetings with all parties. Project schedule will be communicated daily with James Davis, vice president, and Ronnie Stokes, project superintendent. 4. COST CONTROL Internal cost control will be recorded by Jerry Colburn, comptroller, and managed by Allen Butler, President, and James Davis, Vice President. External cost controls, including change orders, will be the responsibility of James Davis and Rick Humphries. 5. QUALITY MANAGEMENT Keith Carroway, quality control/assurance manager, will oversee all work items to ensure they meet or exceed all plans specifications. Rick Humphries and Ronnie Stokes will be knowledgeable of all plans and specifications for the project and act a further layer of inspection for all items of work. 6. PROJECT SITE SAFETY Ronnie Stokes, Project Superintendent, will be the first line of safety inspection for the project as he will be onsite at all times. Keith Carroway, Safety Manager, and Rick Humphries, project manager, will make daily visits to the site. All employees and subcontractors will be made aware and trained on wearing all personal protective equipment, haul routes, trench protection, and first aid. All Allen Butler Construction, Inc. pickups also carry first aid kits as well as fire extinguishers. 7. MANAGING CHANES TO THE PROJECT James Davis and Rick Humphries will draft, negotiate, and approve all change orders for the project. 8. MANAGING EQUIPMENT tj Ronnie Stokes, project superintendent, will handle and schedule all equipment operations, haul routes, maintenance, and repairs for the project. 0; 9. MEETING HUB/MWBE PARTICIPATION GOAL Allen Butler Construction, Inc. solicits HUB/DBE every month through advertising in the local newspaper. Any quotes that are received from HUB/DBE contractors are given the same attention as all contractors. n Contractor's Subcontractors and Vendors Organization Doing Business As rojec Provide a list of subcontractors that will provide more than 10 ercent of the work based on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Finn \ t c9 c5+e tv a r2 Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Finn 10 ALLEN BUTLER CONSTRUCTION, INC. #24 SOUTH LAKESHORE DRIVE RANSOM CANYON, TEXAS 79336 PHONE:806-745-7498 FAX:806-745-7577 Attachment L Allen Butler Construction, Inc. owns over 900 pieces of equipment to handle any type of project. We are proposing to use the following for this project. 2 —140H Motor graders 3 — 815 Cat Compactors 2 — Dynapac Vibratory Compactors 2 — 4000 gallon Water Trucks 2 — Dynapac 25 ton Rubber Tire Roller 1 — Dynapac Steel Wheel Roller 1 — 4 yd Cat Loader 3 — Excavators 2 — Dynapac Sheepfoot 2 — Gomaco Paving machine (concrete) 1 — Gomaco Placer 1 — Gomaco Cure & Tine Machine 2 — Rubber Tire Backhoe/Loader 1 — Central Mix Concrete Plant 2 — Front End Loaders 3 — 623 Scrapers 15 — Belly Dump Tractors and Trailers 10 — Tandem Axle Dump Trucks 10 — Concrete Mixer Trucks 10 — Dump Trucks for Concrete Placement LIST OF SUB -CONTRACTORS Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. BID # 12-10521-DT - Reconstruction and Widening of Frankford Ave from 981' Street to 114`h Street LIST OF SUB CONTRACTORS Company Name Location Services Provided Ar+�u e lec. fry q?lecA-trek �accrc CJj1trA.}a9 �c,�bc�ct� G-4-ctia:�a �- s�rc A0MItttez Wc#PfG, --h W-JQ� 'k. sSPwe C- rn-r W." Citx 1<fCo my State Zip Cod Telephone:" Fax: %6 Minority Owned Yes No ❑ ❑ i ❑ J� ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO S 2 Pate Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. BID # 12-10521-DT - Reconstruction and Widening of Franldord Ave from 9e Street to Ile Street FINAL LIST OF SUB CONTRACTORS Minority Owned Company Name Location Services Provided Yea No C���t��,iMt ❑ it stt1+F1l�i(`a�A4{ y"f'l\�7Zg�0'N1�4J1G.+� O� N4•x'K1 c���Z��` woI TC+`t'r\ °f�i'`7�L k14� ❑ "LOC.& se- ss�y ❑ }�' N CM'C £rv�,wpat't �.u`�bt�c`f' fiPS�-� /� ❑ ❑ ❑ ❑ ❑ El ❑ n ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ a Comps -Vf S L"(406V, t (oi`ta `- ASS orzd LvlRdGt�, City, County 'TQia5 . y1gs"o State Zip Cod Teleph ;e -7q5- . y q `t Fax: V� - y s4^1311 THIS FORM SHALL BE COMPLETED AND RETURNED W.MHN 7 DAYS OF BID CLOSING. IF NO SUB -CONTRACTORS, WELL BE USED PLEASE INDICATE SO. 3 Page Intentionally Left Blank ` Bid Bond i' Surety Department KNOW ALL MEN BY THESE PRESENTS, That we, Allen Butler Construction, Inc., as Principal, hereinafter called the Principal, and the Liberty Mutual Insurance Company, a Corporation created and existing under the laws of the State of Massachusetts, whose principal office is in Boston, MA, as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Lubbock, as Obligee, hereinafter called the Obligee, in the sum of Five percent (5 %) of the greatest amount bid dollars ($---------- }, for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for x - ITB # 12-10521-DT Reconstruction of Frankford Ave. 9$th to 114th Street NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the L work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 29th day of February, 2012. Attest: Allen Butler Construction, Inc. (Principal) By: By (SEAL) Witness: Form S-3266-4 Printed in U.S.A. 12-70 Liberty Mutual Insurance Kevin u 1, Attorney -in -Fact (SEAL) g a 2717813 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. __ LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company'), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint TRACY TUCKER, TOBIN TUCKER, W AWRENCE BROWN, KEVIN J DUNN; ALL OF -THE CITY OF FT. WORTH, STATEOF TEXAS ......... ............. ...............:.....::.:............,.::.................................................................... ... ...................... ............................ ................ ............................................ each individually if there be more than one named its true and lawful attorneyin-fact to make, execute seat, acknowledge and deliver, for and on its behalf as surety and as its act and deed, an and all undertakings, bonds, recognizances and other sure obli ations in the penal sum not exceeding FIFTY MILLION AND 00/t00***"*" ***` ******* ttyy obligations DOLLARS- 50,00�,600.00 )each, and the execution of such undertakings, bonds; recognizances and other surety obligations, in pursuance of these presents;shall be as binding upon the Company as if they had been duly sighed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority_of the foifowing By -taw and Authorizaton - -. ARTICLE All - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that .purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact; as may be necessary to act in behalf of the Company to make, execute, seal; acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -In -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and"execution.of any such instruments and to attach thereto the seal of the Company. When so executed such. instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: Pursuant to Article XIII, Section 5 of the By -Laws, Gamet W. Elliott; Assistant, Secretary of Liberty Mutual insurance Company, is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and atl.undertakings, bonds, recognizances and other surety obligatons. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 18th day of December 2009 LIBERTY MUTUAL INSURANCE COMPANY. Byl � %a/_ g Garnet W. Elliott; Assistant Secretary COMMONWEALTH OF PENNSYLVANIA : ss vs COUNTY OFMONTGOMERY On this 18th day of December 2009 , before me; a Notary Public, personally came GameEW. Elliott to me known; and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seat of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY V1 first above written. OF CERTIFICATE 1, the undersigned, Assistan ecretery is a full, true and correct copy, is in fut said power of attorney is an Assistant XIII, Section 5 of the By -Taws of Liberty into subscribed my name and affixed my notarial seal at Plymouth,Meeting, Pennsylvania, on the day and year =COAhFAO.'NNfAC'r}dOE PENNSPLVRNIA" - - te*asei'ae&&`.a, e;N,.a7y Wa04.c RIYiMTtvR N!!Lw Ctemii Ter sa Notary Public = tfccttE'Er; Re,ttsrams: nstunahntarre4: - - -- - Liberty Mutual insurance Company; do hereby certify that ths original power of attorney of which the foregoing rce and effect on ,date of this,certificate; and I -do further certify that the officer or official who executed the crstary specially authodlgd.by the chairman or the president to appoint aftomeys-in-fact as provided in Article This certificate and the above power" of attorney may be signed by facsimile. or mechanically reproduced Signatures under and byeavthority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on. the 12th day of March, '1980. VOTED that the facsimile or mechanically, reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety fonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this 29th day of Pt-bni= 2012 B � r " .. 4 DaV16 M. Carey, Ass' 't Secretary ry I f LJ f t# PAYMENT BOND Pate Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) Bond No. 022034761 KNOW ALL MEN BY THESE PRESENTS, that Allen Butler Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and Liberty Mutual Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Four Million Nine Hundred Seventy Eight Thousand Three Hundred and Sixty Six Dollars and Forty Four Cents ($ 4,978,366.44) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the loth day of April , 2012, to Reconstruction and Widening of Frankford Ave from 98th Street to 114th Street ITB 12-10521-DT Contract # 10521 Project # 92158 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; 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 26th day of April 2012. Liberty Mutual Insurance Company Alien Butler Construction, Inc. Surety (Company Name) *By. 4n,Attorney-In-Fact By; Allen Butler Title) Kevin Du(Print Name) (Sig ature) -- President (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J. Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Liberty Mutual Insurance Company Surety * By: itle) Kev' J. Dunn, Attorney -In -Fact Approved as to form: City of k By: City Attorney Note: If signed by an Office 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. 's t_ PERFORMANCE BOND Page Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Bond No. 022034761 Allen Butler KNOW ALL MEN BY THESE PRESENTS, that construction, Inc. (hereinafter called the Prineipal(s), as Principal(s), and Liberty Mutual Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of four million nine hundred seventy-eight thousand three hundred and sixty six dollars and forty- four cents (s lawful lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the loth day of April, 2012, to Reconstruction and Widening of Frankford Ave from 98th Street to 114th Street ITB 12-10521-DT Contract # 10521 Project # 92158 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 ftilly 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 26th day of April , 2012. Liberty Mutual Insurance Company Surety �Tile). n Dun ttorney-In-Fact Allen Butler Construction, Inc. (Company Name) By: Allen Butler %(Printed Name) U� C --Atf L' (Signature) President (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J. Dunn, an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Liberty Mutual Insurance Company Sure *B ' urn, Attorney -in -Fact Approved as to Form City of L b By: 4�4� Ci Attorney Note: If signed by an Office 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. 2717834 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint TRACY TUCKER, TOBIN TUCKER, W. LAWRENCE BROWN, KEVIN d DUNN, ALL:OF THE CITY OF FT. WORTH, STATEOF TEXAS ........................... `.......................................... ......... ,.....:............................................ each individually if there be more than one named, its true and lawful attorney -in -fact to make execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obliggations in he penal sum not exceeding FIFTY MILLION AND 00/100************ ******* DOLLARS $ 50,000,000.00***** () each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and AuthoriaUon: ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: Pursuant to Article XIII, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 18th day of December 2009 LIBERTY MUTUAL INSURANCE COMPANY By� I- 15a_- Garnet W. Elliott, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss §A COUNTY OF MONTGOMERY On this 18th day of December , 2009 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WH unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. COMMONWEALTH OFPENNSYLVANIA Tess.& i?asttK.a, Notary Public -: Plymouth TSwp Montgomery County My Commissbn Expires March 28, 2013 By Ter sa Pasteila, Notary Public ,ipz.} h9em, Patns7-ra:tie Assoafm. of Nntarias - CERTIFICATE 4'' ��T I, the undersigned, Assistant ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I -do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the. _president to appoint attorneys -in -fact as provided in Article X111, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of ft-:company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds;'shali bra valid and binding upon the company with the same force and effect as though manually affixed. IN TEST MOOlNY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this 26th day of - By , x : David M. Carey, Ass' `t Secretary TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx,us E-mail: ConsumerProtection@tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 CERTIFICATE OF INSURANCE Page Intentionally Left Blank ACORV CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 4/23/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER IBTX Risk Services 6363 N. State Highway 161 Suite #100 cONT NAWcT Dianne Link WINN - - A/C No : 1 - E-MAIL ADDRESS:service ib-tx.com INSURERS AFFORDING COVERAGE NAIC # Irving TX 75038 INSURER A.Valley Forge Insurance INSURED INSURERB:TeXas Mutual Insurance 2 INSURERC:St Paul Fire & MarineIns Co 24767 Allen Butler Construction, Inc. 24 South Lakeshore Drive Ransom Canyon TX 79366 INSURER D:National Fire Insurance 7 INSURER E : INSURER F COVERAGES CERTIFICATE NUMBER: 84433g20 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF POLICY EXP MM/DD MM/DD/YYYY LIMITS D GENERAL LIABILITY C 4013609294 /1/2012 /1/2013 EACH OCCURRENCE $1,000,000 x COMMERCIAL GENERAL LIABILITY DAMAGES ( RENTED PREMISES Ea occurrence) $300,000 CLAIMS -MADE F-1 OCCUR MED EXP (Any one person) $15,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000 POLICY x PRO- LOC JECT $ A AUTOMOBILE LIABILITY 4013609280 /1/2012 /1/2013 Ea accident 1,000 000 x BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ X Peora.,denDAMAGE $ HIRED AUTOS X AUTNOOSWNED C X UMBRELLA LIAB X OCCUR ZUP-11P31277-12-NF /1/2012 /1/2013 EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 EXCESS LIAB CLAIMS -MADE DED x I RETENTION $10,000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N SF-0001074270 2/1/2011 2/1/2012 X WC STATU- OTH- Y LI T ER E.L. EACH ACCIDENT . $1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? N❑ N / A E.L. DISEASE - EA EMPLOYEE $1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) The General Liability and Automobile policies include a blanket automatic additional insured endorsement [G-140331-C 10/10, G-18652-1 07/09 & CA0403 06/04] that provides this feature only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability, Automobile, and Workers' Compensation policies include a blanket automatic waiver of subrogation endorsement [CG2404 10/93, CA2089 06/04 & WC420304A 01/00] that provides this feature only when there is a written contract between the named insured and the certificate holder that requires such status. Cancellation per attached [CG0205 12/04, CA0244 06/04 & WC420601 01/94]. RE: Reconstruction and Widening of Frankford Ave. from 98th Street to 114th Street CERTIFICATE HOLDER rANCFI I ATInN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Lubbock ACCORDANCE WITH THE POLICY PROVISIONS. P.O. Box 2000, Room 204 Lubbock TX 79457 I AUTHORIZED REPRESENTATIVE - 9ftf? cywr_11) ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD rIB'T-.X Risk Services Safety Management . Human Resources Services • Business Insurance • Personal Insurance Employee Benefits • Surety Bonds • Wealth Management . Executive Planning >k*>k>k>k> * i OR�'ANT'NQTIC LFFEG'fi 1/41/20,11 The Texas Legislature passed and Governor Perry signed Senate Bill 425 which became effective January 1, 2012. Under the law, agents and insurers may not: • Issue a certificate that has not been filed and approved by TDI • Alter or modify a certificate form approved by TDI unless the alteration or modification is approved by TDI. • Issue a certificate that alters, amends or extends coverage or terms and conditions provided by the insurance policy referenced on the certificate. Following is an outline of the law and subsequent penalties: • This law will require certificate of insurance forms to be filed with and approved by the Texas Department of Insurance before they can be used after the effective date of the law. • In addition, the law explains current Texas Department of Insurance rules that a certificate of insurance must not obscure or misrepresent the coverage provided by the insurance policies. Definition of "Certificate" includes checklists, affirmations and electronic forms. • After January 1, a certificate holder who requires an agent or policyholder to use an unapproved form or insert inappropriate language on a certificate may be sued by the Attorney General for injunctive relief or to recover a civil penalty of up to $1,000 for each such requirement. • An insurance agency could incur significant penalties of up to $1,000 for each violation under those rules and the new law, including the revocation of the agency's insurance license, if a certificate were issued exactly as the certificate holder requested. For this reason, after 01/01/2012 we will issue the standard certificate of insurance form and may not be able to comply with some of the items you request. Certificate holders can mail certificate forms and special wording requests for approval to: P&C Intake Unit Texas Department of Insurance 333 Guadalupe Austin, TX 78701 commercialpc@.tdi.state.tx.us Please contact us with any questions you may have. �b�iraS Emily Contreras Commercial Lines Manager — SA 210-697-2223 Robin Moody, CIC Commercial Lines Manager - DFW 214-646-1652 DFW Office: Las Colinas Corporate Center 11, 6363 N. State Hwy 161, Suite 100, Irving TX 75038 -Toll Free: (800) 510-5120 Fax: (214) 596-9030 San Antonio Office: 5726 Hausman Rd., #100, San Antonio, TX 78249 Joll Free: (800) 880-6689 Jax: (210) 696-8414 ALLEN BUTLER CONSTRUCTION, INC POLICY NO.*C 4013609294 G-140331-C (Ed. 10/10) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by "written contract" per Paragraph A. below.) Locations of Covered Operations (As per the 'written contract,' provided the location is within the 'coverage territory' of this Coverage Part.) A. Section II - Who Is An Insured is amended to Include as an additional insured: 1. Any person or organization whom you are required by 'written contract" to add as an additional insured on this Coverage Part; and 2. The particular person or organization, If any, scheduled above. B. The Insurance provided to the additional insured Is limited as follows: 1. The person or organization Is an additional insured only with respect to liability for 'bodily injury,' 'property damage,' or 'personal and advertising Injury' caused in whole or in part by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf in the performance of yoir . ongoin oparatiQr►s specified in the "written contrast', or-' c. "Your,wQrl. that -is spa contract" but only for 'bodily injury" or "property damage' Included in the 'products - completed operations hazard," and only If: (1) The "written contract" requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. 2. We will not provide the additional insured any broader coverage or any higher limit of insurance than the least that is: a. Required by the "written contract'; b. Described in B.1. above; or c. Afforded to you under this policy. 3. This insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. But if required by the "written contract,' this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. 4. The insurance provided to the additional insured does not apply to 'bodily injury," "property damage,' or 'personal and advertising Injury arising out of: a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; or G-140331-C Includes copyrighted material of Insurance Services Office, Inc., with He permission Page 1 of 2 (Ed. 10/10) b. Any premises or work for which the additional Insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. C. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional Insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an 'occurrence" or an offense which may result in a claim or 'suit' under this Insurance, and of any claim or'suit" that does result; (2) Except as provided in Paragraph B.3 of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or 'suit"; and (4) Tender the defense and indemnity of any claim or 'suit' to any other Insurer or self Insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the 'written contract" requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional insured Is a Named Insured. G-140331-C (Ed. 10/10) We have no duty to defend or indemnify an additional Insured under this endorsement until we receive from the additional insured written notice of a claim or 'suit.' 2. With respect only to the insurance provided by this endorsement, the first sentence of Paragraph 4.a. of the Other Insurance Condition Is deleted and replaced with the following: t?thstItii1 0111111 �„ P,tiimary Inuranps This; insurance #� prilriary , attd nt�n= cor�fributory except when rendered excess by endorsement G-140331-C, or when Paragraph b. below applies. D. Only for the purpose of the Insurance provided by this endorsement, SECTION V — DEFINITIONS is amended to add the following definition: 'Written contract' means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to: a. The "bodily Injury' or 'property damage'; or b The offense that caused the 'personal and advertising injury' for which the additional Insured seeks coverage under this Coverage Part. G-140331-C Includes copyrighted material of Insurance services Office, Inc., with its permission Page 2 of 2 (Ed. 10/10) ALLEN BUTLER CONSTRUCTION, INC. POLICY NO. C 4013609294 G-18652-1 (Ed. 07/09) 1. Section II Who Is An Insured is amended to include as an Insured any person or organization (called additional insured) described in Paragraphs 2.a. through 2.g. below whom you are required to add as an additional insured on this policy under a written contract or written agreement. However, the written_ contract or written agreement must be: 1. Currently in effect or becoming effective during the term of this policy; and 2. Executed prior to the 'bodily injury,' 'property damage' or 'personal injury and advertising Injury,° but Only the following persons or organizations are additional insureds under this endorsement and coverage provided to such additional insureds is limited as provided herein: a. State :trt' tgowemmietttal r etir Stitrielor>!`or Po)iifcal Suatllr►(s(ans. A state or governmental agency or subdivision or political subdivision subject to the following provisions: (1) This insurance applies only with respect to the following hazards for which the state or governmental agency or subdivision or political subdivision has Issued a permit or authorization in connection with premises you own, rent, or control and to which this Insurance applies: (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or (b) The construction, erection, or removal of elevators; or (2) This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has Issued a permit or authorization. This insurance does not apply to 'bodily injury,' 'property damage' or 'personal and advertising injury" arising out of operations performed for the federal government, state or municipality. b GOtrol(i interest= Any persons or organizations with a controlling interest in you but only with respect to their liability arising out of: (1) Their financial control of you; or (2) Premises they own, maintain or control while you lease or occupy these premises. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for such additional Insured. c. Monagere WOW, * of .Pretlnwo� A manager or lessor of premises but only with respect to liability arising out of the ownership, maintenance or use of that specific part of the premises leased to you and subject to the following additional exclusions: This Insurance does not apply to: (1) Any 'occurrence' which takes place after you cease to be a tenant In that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. d. Aiiofrtge Ailgne� orecehrar A mortgagee, assignee or receiver but only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of a premises by you. This insurance does not apply to structural alterations, new construction or demolition operations performed by or for such additional insured. e. Owtt it lltfl Interosl Land Is An owner or other interest from whom land has been leased by you but only with respect to liability arising out of the ownership, maintenance or use of that specific part of the land leased to you and subject to the following additional exclusions: This insurance does not apply to: (1) Any 'occurrence° which takes place after you cease to lease that land; or G-18652-1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 8 (Ed. 07/09) ALLEN BUTLER CONSTRUCTION, INC. POLICY NO. C 4013609294 G-18652-1 (Ed. 07/09) (2) Structural alterations, new construction or demolition operations performed by or on behalf of such additional Insured. f. Co-owner of Insured Premises A co-owner of a premises co -owned by you and covered under this insurance but only with respect to the co -owners liability as co-owner of such premises. g: E,assar of �quilpnrlierrt Any person or organization from whom you lease equipment. Such person or organization are insureds only with respect to their liability arising out of the maintenance, operation or use by you of equipment leased to you by such person or organization. A - person's or organization's status as an insured under this endorsement ends when their written contract or written agreement with you for such leased equipment ends. With respect to the Insurance afforded these additional insureds, the following additional exclusions apply: This insurance does not apply: (1) To any 'occurrence' which takes place after the equipment lease expires; or (2) To 'bodily injury,' 'property damage,' or 'personal and advertising injury' arising out of the sole negligence of such additional insured. Any Insurance provided to an additional insured designated under Paragraphs a. through g. above does not apply to 'bodily injury' or "property damage' included within the "products -completed operations hazard.` As respects the coverage provided under this provision, Paragraph 4.b.(1) of Section IV — Commercial General Liablltty Conditions Is deleted and replaced with the following: 4. Other Insurance b. Excess Insurance (1) This insurance is excess over: Any other insurance naming the additional insured as an insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance be either primary or primary and noncontributing. Where required by written contract or written agreement, we will consider any other insurance maintained by the additional insured for injury or damage covered by this endorsement to be excess and noncontributing with this insurance. 2. EMPLOYEES AS INSUREDS — HEALTH CARE SERVICES Paragraph 2.a.(1)(d) of Section 11 — Who Is An Insured is deleted. 3. JOINT VENTURES / PARTNERSHIP / LIMITED LIABILITY COMPANY COVERAGE A. The following is added to Section 11— Who Is An Insured: 4. You are an Insured when you had an interest In a joint venture, partnership or limited liability company which terminated or ended prior to or during this policy period but only to the extent of your interest in such joint venture, partnership or limited liability company. This coverage does not apply: a. Prior to the termination date of any joint venture, partnership or limited liability company; or b. If there Is other valid and collectible Insurance purchased specifically to insure the partnership, joint venture or limited liability company. c. To a joint venture, partnership or limited liability company which Is or was insured under a "consolidated (wrap-up) Insurance program.' 'Consolidated (wrap-up) insurance program' means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors Involved in the project, otherwise referred to as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). B. The last paragraph of Section II — Who Is An Insured is deleted and replaced by the following: Except as provided in Paragraph 4. above, no person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that Is not shown as a Named Insured in the Declarations. G-18652-1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 8 (Ed. 07109) t- POLICY NUMBER: C 4013609294 COMMERCIAL GENERAL LIABILITY NAMED INSURED: Allen Butler Construction, Inc. CG 02 05 12 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF AN LA` !I PROVISIONS OR COVERAGE CHANGE This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: "PER SCHEDULE ON FILE WITH COMPANY" 2. Address: 3. 1 Number of days advance notice:60 Information required to complete this Schedule if not shown above will be shown in the Declarations. CG 02 0612 04 Copyright, ISO Properties, Inc., 2003 Page 1 of 1 NAMED INSURED: Allen Butler Construction, ;nc. POLICY NUMBER: C 4013609294 CG 24 0410 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: ?i Wi7'i: Ctx1T'1+iC' ASK IAC�TfEMx' (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV —COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown In the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and Included in the "products -completed operations hazard." This waiver applies only to the person or organization shown in the Schedule above. CG 24 0410 93 Copyright, Insurance Services Office, Inc., 1992 POLICY NUMBER: C 4013609280 COMMERCIAL AUTO CA 04 03 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifles insurance provided Under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date Is Indicated below. Endorsement Effective: 04/01/12 Counte n By. C4�.�L 6tA4Utr1zedqR9vres9ntativs) NamedinET& Butler Construction, Inc. Of SCHEDULE - ANY PERSON OR ORGANIZATION (If no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Who Is An Insured (Section II) Is amended to include as an 'insured' the person(s) or organization(s) shown in the Schedule, but only with respect to their legal liability for acts or omissions of a person for whom Liability Coverage is afforded under this policy. B. The additional Insured named in the Schedule or Declarations Is not required to pay for any premiums stated In the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. C. You are authorized to act for the additional Insured named in the Schedule or Declarations In all matters pertaining to this insurance. D. We will mail the additional Insured named In the Schedule or Declarations notice of any cancellation of this policy. If we cancel, we will give 10 days notice to the additional insured. E. The additional Insured named in the Schedule or Declarations will retain any right of recovery as a claimant under this policy. CA 04 08 06 04 Copyright, ISO Properties, Inc., 2003 Page 1 of 1 POLICY NUMBER: C 4013609280 COMMERCIAL AUTO CA 20 89 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES IN TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Ta US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAQE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the Inception date of the policy unless another date is Indicated below. Endorsement Effective: 04/01/12 Counts no Named InsuMen Butler Construction, Inc. 6((LAuth SCHEDULE Name Of Person(p) Or Organlzation(s)mtOnT - Am Fftsox oit oR900aTION WHQ00 BAHA & 'YQU .ARE' 09001RIW 10 013w,N! "'I$ Mim pl? 'QUit RT�H� T8 i�CiJtiRR FROM IMT)HR A WRITTO G0ftACT OR A0100 R0 Additional Premium 500.00 (If no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The Transfer Of Rights Of Recovery Against Others To additional premium shown above, regardless of any Us Condition does not apply to the person(s) or early termination of this endorsement or the policy. organizations) shown In the Schedule. We will retain the CA 20 89 06 04 Copyright,180 Properties, Inc., 2003 Page 1 of 1 POLICY NUMBER: C 4013609280 COMMERCIAL AUTO CA 02 44 06 04 THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY. TEXASRdVISION OR COVERENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the Inception date of the policy unless another date Is indicated below. Endorsement Effective: 04/01/12 Count W(rlzed7t i isyresentative) Named Insured; Allen Sutler Construction, Inc. SCHEDULE 0 Name Of Parson Or OrganizattonPER SCHEDULE ON PILE WITH COMPANY Address It this policy Is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named In the Schedule. We will give the number of days' notice Indloated In the Schedule. . CA 02 44 06 04 Copyright, ISO Properties, Inc., 2003 Page 1 of 1 WORKER S' RS' COMPENSATION AND EMPLOYERS ,X M tU. LIABILITY INSURANCE POLICY Insurance Company WC 42 03 04 A TEXAS WAIVER 0F .O F IGt�T i't3 RI Ct}VEt FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization { X ) Blanket Waiver< Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver: 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium INCLUDED, SEE INFORMATION PAGE, This endorsement changes the policy to which it Is attached effective on the inception date of the policy unless a different date Is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001074270 of the Texas Mutual Insurance Company Issuedto ALLEN BUTLER CONSTRUCTION INC Premium $ WC420304A (ED. 1-01-2000) INSURED'S COPY 04 Endorsement No. Authorized Representative ® WORKERS' COMPENSATION AND EMPLOYERS nsu` LIABILITY INSURANCE POLICY c«�y we 42 os 01 TEXAS NOTICE- F OWRIA"HANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: "AS REQUIRED IN WRITTEN CONTRACT CERTIFICATE HOLDER IS BEING ENDORSED ON POLICY" This endorsement changes the policy to which it is attached effective on the Inception date of the policy unless a different date Is indicated below. (The following "attaching clause" need be completed only when this endorsement is Issued subsequent to preparation of the policy.) This endorsement, effective on at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001074270 of the Texas Mutual Insurance Company Issued to Allen Butler Construction, Inc. Endorsement No. Premium $ Authorized Representative WC420001 (ED. 1-94) No Text M CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ 0 Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos 11 GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. Page Intentionally Left Blank CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; ' (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; t (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 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, 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. Page Intentionally Left Blank 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 512-305-7238 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. Pate Intentionally Left Blank CONTRACT Page Intentionally Left Blank CONTRACT 10521 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this i0`h day of April, 2012, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Allen Butler Construction of the City of Ransom Cannon, 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 12-10521-DT - Reconstruction and Widening of Frankford Ave from 98`h St to 114`h Street and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Conditions of Agreement. Allen Butler Construction's bid dated February 29, 2012 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 and day first above written. CONTRACTOR: By. PRINT E: ( vL it r L__, TITLE�2 COMPLETE ADDRESS: � Company r 4( . x U . Address City, State, ATTEST: Corporate Secret CITY OF LUBBOCK, TX (OWNER): TonfMartin, Mayor Vii ST: ebec Gan _ Garza, City Secretary APPROVE O ENT: Owner's Representative Marsha Reed, P.E-.,Chief Operations Officer APPR,KVdAS T(FORM: Chad Weaver, Assistant City Attorney Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Pate Intentionally Left Blank 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 Allen Butler Construction, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 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 Neil Welch, Capital Projects Engineer, so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular manner under this agreement. Engineers, supervisors or inspectors shall 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". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 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 Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the parry who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall 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 shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall 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 shall 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 whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's 1 Representative ample notice of the time and place where lines and grades are 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 part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely 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 and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 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 Office, 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. 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 are permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION �s Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING FJJ1 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 shall be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or L consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests-t shall 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 4 f, t 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. t 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 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, 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 necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that ) such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands r-i 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 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. L 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 Offices, 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 supervise safety precautions by either the Contractor or any of its subcontractors. 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 Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change shall be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED TO INCLUDE PRODUCT-COMP/OP 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. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 7 a C49 II E. F Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $2,000,000 Combined Single Limit in the aggregate and per occurrence to include: General Aggregate Products & Completed Operations AGG Contractual Liability Personal Injury & Advertising Injury WITH HEAVY EQUIPMENT ENDORSEMENT Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damages, NOT REQUIRED. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED. Umbrella Liability Insurance - NOT REQUIRED. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least 5$ 00,000_ Definitions: i l 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 _406.096, 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 1- the Contractor and regardless of whether that person has employees. This includes, without H limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a L project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 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 to that person beginning work on the project, so the governmental entity shall have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) 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 G (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 whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who shall provide services on the project shall 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. 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: 10 (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: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment 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 800-372-7713 or 5I2-804- 4000 (www.tdi.state.tx.us) 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; 11 r (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 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 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 _3 (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. �1 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES r� 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 Offices, 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, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract li 12 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. 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 Offices, 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 Offices, 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 Offices, 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 l 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. 13 If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of ONE -THOUSAND AND FORTY DOLLARS ($1,040) PER WORKING DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute 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. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors 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 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 14 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, 6 area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 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 Offices, 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 with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS 15 On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. - Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 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 l to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any , such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 16 46. 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. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time 17 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, _1 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. 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. 18 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 $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so 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 shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its 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 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 19 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. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services t provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 20 __j DAVIS BACON WAGE DETERMINATIONS Page Intentionally Left Blank GENERAL DECISION: TX20100028 03/12/2010 TX28 Date: March 12, 2010 General Decision Number: TX20100028 03/12/2010 Superseded General Decision Number: TX20080028 State: Texas Construction Types: Heavy and Highway Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number Publication Date 0 03/12/2010 * SUTX2004-001 11/09/2004 Rates Fringes Asphalt Distributor Operator ... $ 9.25 0.00 Asphalt Heater Operator ........ $ 11.21 0.00 Asphalt paving machine operator$ 11.16 0.00 Asphalt Raker ..................$ 9.51 0.00 Broom or Sweeper Operator ...... $ 8.57 0.00 Bulldozer operator ...........$ 9.76 0.00 Carpenter ......................$ 12.61 0.00 Concrete Finisher, Paving ...... $ 13.26 0.00 Concrete Finisher, Structures..$ 11.20 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator .......................$ 11.00 0.00 Electrician ....................$ 17.00 0.00 Form Builder/Setter, Structures$ 9.26 0.00 Form Setter, Paving & Curb ..... $ 9.82 0.00 Front End Loader Operator ...... $ 10.52 0.00 Laborer, common ................$ 8.51 0.00 Laborer, Utility ...............$ 10.46 0.00 Mechanic .......................$ 16.85 0.00 Motor Grader Operator Rough .... $ 11.75 0.00 Motor Grader Operator, Fine Grade ..........................$ 13.50 0.00 Planer Operator ................$ 13.36 0.00 Roller Operator, Pneumatic, Self -Propelled .................$ 7.67 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping.............$ 8.06 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement .............$ 7.50 0.00 Scraper Operator ...............$ 8.50 0.00 Servicer .......................$ 8.98 0.00 Slip Form Machine Operator ..... $ 13.64 0.00 Tractor operator, Pneumatic .... $ 12.00 0.00 Traveling Mixer Operator ....... $ 12.00 0.00 Truck driver, lowboy -Float ..... $ 12.67 0.00 Truck driver, Single Axle, Heavy ..........................$ 8.50 0.00 Truck driver, Single Axle, Light ..........................$ 8.08 0.00 Truck Driver, Tandem Axle, Semi -Trailer ...................$ 8.66 0.00 Welder .........................$ 15.25 0.00 Work ---------------------------------------------------------------- Zone Barricade Servicer... $ 8.28 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations ("A. Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Pate Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank Specifications tlurtw*of bbock City of Lubbock — Gateway Streets Frankford Avenue — 98t' Street to 114t" Street Paving Improvements Lubbock, Texas January 2012 PSC Proj1ect # 01269308 PARKHILLSMITH&COOPER .. 4# 1. Specifications City of Lubbock — Gateway Streets Frankford Avenue — 98th Street to 114th Street Paving Improvements Lubbock, Texas January 2012 PSC Project # 01269308 PARKHILLSMITH&COOPER �r - Fr %l � 1aaaNwiwaalaaaaaial�j/ KERRY C. MILS ER c ►awsawwaawawaa wrawaaw/ 01/27/12 u..,,�...°sue..... E:....... FRANKFORD AVENUE — 98TH STREET TO 114TH STREET TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION SCSpecial Conditions.....................................................................................................................9 DIVISION 1- GENERAL REQUIREMENTS 01020 Measurement and Payment........................................................................................................ 9 01025 Payment Methods...................................................................................................................... 2 01027 Applications for Payment.......................................................................................................... 2 01028 Change Order Procedures.......................................................................................................... 3 01039 Coordination and Meetings........................................................................................................ 2 01100 Summary of Work..................................................................................................................... 2 01140 Work Restrictions...................................................................................................................... 3 01310 Progress Schedules.................................................................................................................... 2 01322 Photographic Documentation..................................................................................................... 2 01330 Submittal Procedures................................................................................................................. 5 01356 Storm Water Pollution Prevention Plan (SWP3)....................................................................... 4 01400 Quality Requirements................................................................................................................ 5 01420 References................................................................................................................................. 5 01500 Temporary Facilities and Controls............................................................................................. 5 01555 Barricades, Signs and Traffic Handling..................................................................................... 2 01576 Waste Material Disposal............................................................................................................ 2 01600 Product Requirements................................................................................................................ 3 01700 Contract Closeout...................................................................................................................... 2 DIVISION 2 - SITE WORK 02050 Removal, Demolition and Salvage............................................................................................. 4 02082 Pre -Cast Concrete Manholes and Vaults.................................................................................... 5 02151 Trench Safety Systems............................................................................................................... 3 02221 Removing Existing Pavements.................................................................................................. 2 02300 Earthwork.................................................................................................................................. 9 02317 Excavation and Backfill for Structures...................................................................................... 7 02318 Borrow.......................................................................................................................................3 02320 Backfill Materials for Structures................................................................................................ 5 02631 Storm Sewer.............................................................................................................................. 5 02632 Cast -In -Place Headwalls and Wingwalls................................................................................... 2 02633 Extending Culvert and Storm Drain Pipe..................................................................................1 02665 Water Works Piping, Valves and Fittings................................................................................11 02666 Steel Casing In Bore.................................................................................................................. 3 02730 Sanitary Sewer Line Construction............................................................................................. 7 02732 Glass -Fiber Reinforced Polyester (FRP) Manholes................................................................... 7 02741 Hot -Mix Asphalt Paving..........................................................................................................13 02751 Portland Cement Concrete Pavement...................................................................................... 23 02764 Pavement Joint Sealants............................................................................................................. 5 02832 Concrete Segmental Retaining Wall System.............................................................................. 8 02900 Seeding...................................................................................................................................... 5 01269308 TABLE OF CONTENTS PAGE - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET DIVISION 3 - CONCRETE 03100 Concrete Formwork................................................................................................................... 4 03200 Concrete Reinforcement............................................................................................................ 2 03300 Cast -In -Place Concrete........................................................................................................... 13 03410 Precast Concrete........................................................................................................................ 6 DIVISIONS 4 - 8 Not Used DIVISION 9 - FINISHES 09703 Rehabilitation and Corrosion Protection.................................................................................... 6 DIVISIONS 10 -16 Not Used APPENDICES APPENDIX A - TxDOT SPECIFICATIONS Item 300 Asphalts, Oils, and Emulsions Item 401 Flowable Backfill Item 416 Drilled Shafts Item 421 Hydraulic Cement Concrete Item 432 Riprap Item 462 Concrete Box Culverts and Storm Drains Item 464 Reinforced Concrete Pipe Item 585 Ride Quality for Pavement Surfaces Item 610 Roadway Illumination Assemblies Item 618 Conduit Item 620 Electrical Conductors Item 624 Ground Boxes Item 628 Electrical Services Item 636 Aluminum Signs Item 644 Small Roadside Sign Supports and Assemblies Item 662 Work Zone Pavement Markings Item 666 Reflectorized Pavement Markings Item 668 Prefabricated Pavement Markings Item 672 Raised Pavement Markers Item 678 Pavement Surface Preparation for Markings APPENDIX B - OSHA SUBPART P 01269308 TABLE OF CONTENTS PAGE - 2 01/12 FRANKFORD AVENUE — 98TH STREET TO I I e STREET DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited in the following: DIVISION 2 - SITE WORK 02082 Pre -Cast Concrete Manholes and Vaults 02151 Trench Safety Systems 02665 Water Works Piping, Valves and Fittings 02730 Sanitary Sewer Line Construction 02732 Glass -Fiber Reinforced Polyester (FRP) Manholes DIVISION 9 - FINISHES 09703 Rehabilitation and Corrosion Protection R� OF �p i�' .�....... • • s'' a •�slf Q * * ••.•.w...•..•.••...... 014 LEONARD W. NAIL /1........................0 ..w /�.-� _ 92642 41. lom 01269308 DESIGN PROFESSIONAL RESPONSIBILITY LWN - 1 01/12 _s FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SPECIAL CONDITIONS GATEWAY STREETS PROJECTS FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SC-1 SUBSTANTIALLY COMPLETED Not Used SC-2 CONTRACTOR'S LAYOUT OF WORK Add the following to paragraph 10, Layout, of the General Conditions of the Agreement: The Contractor's responsibility for laying out all work shall include, but not be limited to, surveying services and equipment as needed for horizontal and vertical location and control of the work. A list of vertical and horizontal control points or bench marks in the project vicinity will be furnished to the Contractor. SC-3 COORDINATION OF PLANS, SPECIFICATIONS, AND SPECIAL PROVISIONS The specifications, accompanying plans (including additional plans for non -site specific work), special provisions, change orders, and supplemental agreements are intended to work together and be interpreted as a whole. Numerical dimensions govern over scaled dimensions. Special provisions govern over plans, (including general notes), which govern over standard specifications and special specifications. Job - specific plan sheets govern over standard plan sheets. Notify the Engineer promptly of any omissions, errors, or discrepancies discovered so that necessary corrections and interpretations can be made. Failure to promptly notify the Engineer will constitute a waiver of all claim for misunderstanding or ambiguities that result from the errors, omissions, or discrepancies discovered. SC-4 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE Add the following to paragraph 11, Keeping of Plans and Specifications Accessible: The Contractor will be furnished ten (10) copies of the plans and specifications. Additional sets of plans and specifications may be purchased by Contractor at Contractor's expense. SC-5 LINES AND GRADES 01269308 01/12 Lines and grades are indicated in the drawings for the Contractor's layout of the work, therefore the Owner's Representative has furnished lines and grades to the Contractor. SPECIAL CONDITIONS SC - 1 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SC-6 SUPERINTENDENCE AND INSPECTION Add the following to paragraph 15, Superintendence and Inspection, of the General Conditions of the Agreement: The Owner's Representative may also appoint contracted individuals and business entities to serve in the capacity of subordinate engineers, supervisors or inspectors. Such subordinate inspectors are defined as Resident Project Representatives (RPR). For the purpose of this paragraph, ENGINEER is defined as a contracted licensed engineer, or engineering firm, subordinate to Owner's Representative. RPR is the ENGINEER'S agent during construction, will act as directed by and under the supervision of ENGINEER, and will confer with ENGINEER regarding RPR's actions. RPR's dealings in matters pertaining to the on -site work shall in general be with ENGINEER and CONTRACTOR keeping OWNER'S REPRESENTATIVE advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of CONTRACTOR. RPR shall generally communicate with OWNER'S REPRESENTATIVE with the knowledge of and under the direction of ENGINEER. SC-6.1 Liaison: Serve as ENGINEER's liaison with CONTRACTOR, working principally through CONTRACTOR's superintendent and assist in understanding the intent of the Contract Documents, and assist ENGINEER in serving as OWNER's liaison with CONTRACTOR when CONTRACTOR's operations affect OWNER's on -site operations. Assist in obtaining from OWNER additional details or information, when required for proper execution of the Work. SC-6.2 Shop Drawings and Samples: Receive samples which are furnished at the site by CONTRACTOR, and notify ENGINEER of availability of samples for examination. Advise ENGINEER and CONTRACTOR of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the ENGINEER. SC-6.3 Review of Work, Rejection of Defective Work, Inspections and Tests: Conduct on -site observations of the Work in progress to assist ENGINEER in determining if the Work is in general proceeding in accordance with the Contract Documents. Report to ENGINEER whenever RPR believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise ENGINEER of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. 01269308 SPECIAL CONDITIONS SC-2 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate personnel, and that CONTRACTOR maintains adequate records thereof; and observe, record and report to ENGINEER appropriate details relative to the test procedures and startups. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to ENGINEER. SC-6.4 Reports: Furnish ENGINEER periodic reports as required of progress of the Work and of CONTRACTOR's compliance with the progress schedule and schedule of Shop Drawing and sample submittals. Consult with ENGINEER in advance of scheduled major tests, inspections or start of important phases of the Work. Report immediately to ENGINEER and OWNER upon the occurrence of any accident. SC-6.5 Payment Requests: Review applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendations to ENGINEER, noting particularly the relationship of the payment requested to the schedule of values or unit price bid items. Work completed and materials and equipment delivered at the site but not incorporated in the Work. SC-6.6 Limitations of Authority: Resident Project Representative: Shall not authorize any deviation from the Contract Documents or substitution of materials orequipment, unless authorized b ENGINEER. Y Shall not exceed limitations of ENGINEER's authority as set forth in the General Conditions of the Agreement or the Contract Documents. Shall not undertake any of the responsibilities of CONTRACTOR, subcontractors or CONTRACTOR's superintendent. t Shall not advise on, issue directions relative to or assume control over any aspect of the t _l means, methods, techniques, sequences or procedures of construction unless such advice 11 or directions are specifically required by the Contract Documents. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. Shall not accept Shop Drawing or sample submittals from anyone other than I11 CONTRACTOR. t - 01269308 SPECIAL CONDITIONS SC - 3 01/12 i �__4 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET Shall not authorize OWNER to occupy the Project in whole or in part. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by ENGINEER. SC-7 CONTRACTOR'S DUTY AND SUPERINTENDENCE Contractor will be required to maintain all existing roadway surfaces within project limits throughout the duration of the project. This item will not be a pay item. Add the following to paragraph 16, Contractor's Duty and Superintendence, of the General Conditions of the Agreement. The person representing the Contractor (i.e., superintendent) shall be considered the single, authorized point of contact between the Owner's Representative and the Contractor. Designations of different persons of contact, or contact designations that divide, or attempt to divide, the Contractor's accountability and responsibility under the contract documents shall be grounds for suspending the operations of the Contractor without recourse on the part of the Contractor. The Contractor's designated superintendent shall be physically and locally present until such time as the Owner issues notice of final completion. SC-8 CHARACTER OF WORKERS Add the following to paragraph 18, Character of Workers, of the General Conditions of the Agreement: The provisions regarding the character of workmen shall also include persons of female gender wherever the words "man" or "men" are used. The provisions for character of workmen shall be construed to include, but not be limited to, the Contractor's superintendent, Contractor's subcontracted work forces, subcontractor superintendents, laborers, and supervisors. When such workmen are discharged from the work, such workmen shall not be associated with the work in any capacity or function whatsoever. SC-9 CONSTRUCTION OBSERVATION General Condition Paragraph 21 is retained in its entirety. Add the following to General Condition Paragraph 21, Observation and Testing: The Contractor shall make available, or leave in place, for the Owner's observing or testing party equipment for the safe ingress and egress pertaining to the item of work. Such equipment shall include, but not be limited to, oxygen monitors, toxic gas monitors, flammable gas indicators, hoists, harnesses, ladders, excavation shoring, lighting, and ventilation. Failure to make sufficient equipment and monitors available for Owner's observation of the work shall be prima facie evidence Jthat the work does not comply with the Contract Documents, specifications, or drawings. SC-10 CONTRACTOR'S INSURANCE Not Used 01269308 SPECIAL CONDITIONS SC - 4 O1/12 FRANKFORD AVENUE — 98rn STREET TO 114rn STREET SC-11 DEFINITIONS For the following paragraphs of these Special Conditions, ENGINEER shall be defined as the Owner's primary consultant which is "Prime Consultant" and consultants to "Prime", namely "Sub -Consultant". SC-12 DOCUMENT OWNERSHIP Contractor, and any Subcontractor or Supplier or any other person or organization performing or furnishing any of the work under a direct or indirect contract with Owner (i) shall not have or acquire any title to or ownership rights in any of the drawings, specifications or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, and (ii) shall not reuse any of such drawings, specifications, other documents or copies on extensions of the project or any other project without written consent of the Owner and ENGINEER and specific written verification or adaptation by ENGINEER. SC-13 SUBSURFACE UTILITY INVESTIGATION The ENGINEER conducted subsurface utility investigations through So -Deep, Inc. One photocopy of the report will be made available to each bidder for information purposes, but the report is not the part of the Contract Documents. These subsurface investigations, samples and reports were prepared for design purposes, and any reliance on the samples and report data by the Contractor is at the sole risk of the Contractor. Any conclusions, interpretations or opinions based on samples and reports data are the sole province of the Contractor. Neither the Owner nor the ENGINEER assumes any liability or responsibility for the various differing subsurface utilities that may be encountered, whether or not shown in samples or soil subsurface utility reports. Contractor may not rely upon or make any claim against Owner or Engineer with respect to: ` ■ the completeness of such drawings for CONTRACTOR's purposes, including but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and program incident thereto, or J ■ other data, interpretations, opinions and information shown or indicated in such drawings, or ■ any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. a ■ The CONTRACTOR shall take special care during construction of the storm sewer and other construction activities to avoid impact to the sanitary sewer. These lines must remain in service throughout the duration of construction. The contractor will be held responsible for disruption of 01269308 SPECIAL CONDITIONS SC-5 O1/12 FRANKFORD AVENUE — 98rn STREET TO 114rn STREET ■ The limited site investigation between 98`h Street and 1141h Street indicates that hard rock is not anticipated to be encountered as part of the proposed subsurface utility construction, including the _ deep sanitary sewer. However, if hard rock or any other change in anticipated site conditions are encountered the contractor is solely responsible for all construction costs that may be required for the installation of subsurface utilities. This cost of construction shall be solely borne by the contractor and no consideration will be made for additional compensation. SC-14 UNDERGROUND FACILITIES For the purpose of this Special Provision, Underground Facilities shall be defined as all pipelines, conduits, ducts, wires, cables, manholes, vaults, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the General Conditions of the Agreement: ■ OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and ■ The cost of all the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for: ■ (i) reviewing and checking all such information and data, ■ (ii) locating all Underground Facilities shown or indicated in the Contract Documents, ■ (iii) coordination of the Work with the owners of such Underground Facilities during construction, and ■ (iv) the safety and protection of all such Underground Facilities as provided in paragraph 21 of the General Instructions to Bidders and repairing, to the satisfaction of the facility owner, any damage thereto resulting from the Work. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby of performing any Work in connection therewith (except in an emergency as required to prevent injury, loss of life, or damage to property), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGINEER. 01269308 SPECIAL CONDITIONS SC - 6 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SC-15 SUBSTITUTES AND "OR -EQUAL" ITEMS 01269308 01/12 SC-15.1 Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or -equal" item, or no substitution is permitted, other items of material or equipment of other Suppliers may be accepted by Engineer under the following circumstances: SC-15.2 "Or -Equal": If in ENGINEER'S sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or - equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. SC-15.3 Substitute Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph SC-13.2, it will be considered a proposed substitute item. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Requests for the review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other rill direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the ? Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute. SPECIAL CONDITIONS SC-7 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SC-15.4 CONTRACTOR'S Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR's expense. SC-15.5 Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph SC-14.3. SC-15.6 Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs SC-14.3 and SC-14.5. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without ENGINEER's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee of other surety with respect to any "or -equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs SC-14.3 and SC-14.5 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. SC-16 RECORD DOCUMENTS CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWNER. Failure to maintain and safeguard these required documents shall be grounds for the Owner to issue a non-compliance directive to the Contractor and withhold all payments until such non-compliance is remedied. 01269308 SPECIAL CONDITIONS SC - 8 O1/12 FRANKFORD AVENUE — 98T" STREET TO 114TH STREET SC-17 SUBMITTAL REVIEW One initial submittal of shop drawings, samples, "or -equal" items and other required submittals and one resubmittal of the same item will be reviewed by the Engineer at no cost to the Contractor. Subsequent reviews for resubmittals of the same item will be reviewed at a cost to the Contractor of $100.00 per man-hour. Such cost shall be deducted from progress payments to the Contractor and result in a reduction of total contract price. SC-18 PARTIAL PAYMENTS Add the following to paragraph 42, Partial Payments, of the General Conditions of the Agreement: Partial payments requested by the Contractor may include materials delivered, but not yet incorporated into the project. If payment is requested on the basis of materials and equipment not incorporated in the work but delivered and suitably stored at the site, or at another location agreed to in writing, then the application for payment shall also be accompanied by a bill of sale or invoice warranting that the equipment and materials are free and clear of all liens and evidence that the materials and equipment are covered by the appropriate property insurance and other arrangements to protect the Owner's interest therein. Materials and equipment shall not be considered for partial payment if stored where the Owner can not confirm the quantities or otherwise seize and secure the equipment and materials in the event that the Contractor defaults on the work. Materials and equipment that are eligible for partial payment will be carried as "Materials on Hand" on the partial pay estimates and then moved from "Materials on Hand" to completed items of the work once those -` materials and equipment are incorporated into the work. Partial payments for completed items of work will reflect adjustments for prior partial payments made to the Contractor, for the same completed items of work, for "Materials on Hand". Partial payments for "Materials on Hand" shall - be subject to the five -percent retainage. Only actual invoice amounts and actual freight invoice amounts for delivered items to the locations stated above will be eligible for partial payment as "Materials on Hand". Materials on hand shall be limited to materials manufactured at a _ manufacturing facility such as precast reinforced concrete pipe, fiberglass pipe, precast manholes, manhole frames and covers, check valves, grates, signal masks, light poles, and so forth. Items not considered as materials on hand are those items which require further processing for use in the i project such as cements, aggregates, asphalts, fill materials, concrete, riprap, topsoil, sod, seed, earthen materials, paint, glass beads, raised pavement markers, etc. The final determination of whether a substance or item qualifies as materials on hand is the sole province of the Owners representative under General Conditions Paragraph 14. SC-19 SUBSTANTIAL COMPLETION Not Used SC-20 FINAL COMPLETION END SPECIAL CONDITIONS 01269308 SPECIAL CONDITIONS SC-9 01/12 t: FRANK -FORD AVENUE — 98TH STREET TO 114TH STREET SECTION 01020 MEASUREMENT AND PAYMENT PART 1- GENERAL 1.1 SCOPE A. The following sections shall be used to define measurements and payments for this project. The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. Only those items indicated on bid documents and plan sheets will be included for construction and payment. 1.2 MOBILIZATION A. The cost for mobilization shall be limited to no more than 7.5% of the Contract amount for construction items (materials and labor) bid for this project. B. Mobilization shall include costs associated with move -in related equipment and labor, bid bond, performance and construction bonds and insurance related for this project. This would include the establishment and removal of offices, plants and facilities, movement of personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. This Item will be measured by the lump sum as the work progresses. C. Payment. Partial payments of the lump sum bid for mobilization will be as follows. The adjusted Contract amount for construction Items as used below is defined as the total Contract amount less the lump sum for mobilization. 1. Payment will be made upon presentation of a paid invoice for the payment bond, performance bond, and required insurance. The combined payment for bonds and insurance will be no more than 10% of the mobilization lump sum. 2. Payment will be made upon verification of documented expenditures for plant and facility setup. The combined amount for all these facilities will be no more than 10% of the mobilization lump sum. 3. When 1% of the adjusted Contract amount for construction Items is earned, 50% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 4. When 5% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid will be paid. Previous payments under the Item will be deducted from this amount. 5. When 10% of the adjusted Contract amount for construction Items is earned, 90% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 6. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the final estimate after final acceptance of the project. 01269308 MEASUREMENT AND PAYMENT 01020 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114rH STREET 1.3 REMOVE TREE A. Measurement will be made for the removal of existing tree, by each, for the removal of trunk, limbs, roots and all appurtenances, including the filling of resulting hole with suitable material. Payment will be made at the unit bid price per each removed. 1.4 REMOVE WATER WELL A. Measurement will be made for the removal of existing water well, by each, for the plugging and capping of the water well, according to TCEQ standards, and all appurtenances. Payment will be made at the unit bid price per each removed. 1.5 REMOVING CONCRETE A. Removing concrete pavement, floors, porches, patios, riprap, medians, foundations, sidewalks, wheelchair ramp, driveways, alleys, valley gutters, and other appurtenances will be measured by the square yard (regardless of thickness). Removing curb and gutter will be measured by the linear foot in its original position. The Contractor shall ensure that the Owner has the opportunity to measure the quantity of concrete to be removed, prior to removal. If concrete is removed without measurement by the Owner, no payment will be made for that removal. The unit price bid is full compensation for breaking the concrete, incidental asphalt repair, loading, hauling and salvaging or legally disposing of the material, equipment, labor, tools and incidentals necessary to complete the work. 1.6 REMOVE EXISTING ASPHALT PAVEMENT STRUCTURE A. Measurement will be made of the area, in square yards, of existing pavement structure asphalt actually removed. Existing pavement structure will be considered all layers of material between existing roadway surface and top of existing subgrade. Payment will be i made at the unit price bid per square yard of existing asphalt pavement structure removed. The Contractor shall ensure that the Owner has the opportunity to measure the square yards of pavement surface prior to removal. If pavement surface is removed without measurement by the Owner, no payment will be made for that removal. The unit price bid shall include sawing, separating for salvage, hauling to City of Lubbock Stockpile location as specified, labor and equipment, and any incidental asphalt paving repair. 1.7 REMOVE STORM DRAIN PIPE A. Measurement will be made for the removal of existing storm drainpipe, by linear foot, for1-1 the removal of existing reinforced concrete pipe (RCP) and/or corrugated metal pipe t (CMP) and all appurtenances including safety end treatments, and headwalls and backfilling area that pipe was removed to lines and grades as shown. Payment will be made } at the unit bid price per linear foot removed. _ A. Measurement will be made for the removal small signs and/or small sign assemblies, per each, including neat removal of existing small signs and/or assemblies including - foundations and proper disposal or disposition. All signs removed are to be given to the City of Lubbock Streets Department to salvage. 01269308 MEASUREMENT AND PAYMENT 01020 - 2 a_ O1/12 t_ � FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.9 EMBANKMENT A. Measurement will be made, in cubic yards, of embankment. Limit of payment for "embankment" is finished subgrade elevation for all roadway surfaces. Payment will be made at the unit price bid per cubic yard. The unit price bid shall be complete compensation for the embankment, complete in place, and shall include any and all borrow material, subgrade preparation density control, compaction, testing and any incidental work required to complete the work. 1.10 EXCAVATION A. Measurement will be made in cubic yards, of roadway excavation. Payment will be made at the unit price bid per cubic yard. The unit price shall be complete compensation for the subgrade preparation to depths shown on typical sections, complete in place, and shall include shaping, density control and any incidental work required to complete the work. 1.11 CEMENT TREATED SUBGRADE A. Measurement will be made in square yards for cement treatment of existing material for a depth as specified. This price is full compensation for shaping existing material, loosening, mixing, pulverizing, providing cement, spreading, applying cement, compacting, finishing, curing, curing materials, blading, shaping and maintaining shape, replacing mixture, disposing of loosened materials, processing, hauling, preparing secondary subgrade water, equipment, labor, tools and incidentals. A. Measurement will be made at the volume, in cubic yards, of flowable fill actually placed. Flowable fill used for all drainage structures will be considered subsidiary to that pay item. Flowable fill will be as shown in TxDOT, Item 401 of the Standard Specifications. The unit price shall include all labor, equipment, and incidentals required to complete the work. 1.13 EXCAVATION FOR CHANNELS A. Measurement for excavation of drainage channels will be made of the volume, in cubic yards, of material to be removed. Payment will be made at the unit price per cubic yard. The unit price shall include all labor, equipment, and incidentals necessary to excavate to proper lines and grades as shown on the plans. 1.14 SURFACE TREATMENT AND/OR BOND BREAKER A. Payment for the work performed and materials furnished in accordance with this Item will be paid for at the unit prices bid per square yard. These prices are full compensation for surface preparation; furnishing, preparing, hauling, and placing aggregate and asphalt; removing existing pavement markers and excess aggregate; rolling; cleaning up stockpiles; j and equipment, labor, tools and incidentals. i_ 01269308 MEASUREMENT AND PAYMENT 01020 - 3 01/12 i i FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.15 HOT MIX ASPHALT PAVEMENT (HMAC), ASPHALT STABILIZED BASE (ASB), AND TEMPORARY ASPHALT PLACEMENT A. Measurement will be made of the area, in square yards, of hot mix asphalt pavement actually constructed. Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, tack and prime coats, compaction, testing and all incidentals necessary to complete the work. B. The following rate is for estimating and Contractor's information only: 115 lbs/1" thickness/ 1 square yard. C. All temporary/detour asphalt paving will be required to be maintained by the Contractor throughout the duration of the project that the temporary asphalt pavement is being used. D. Measurement will be made of the area, in square yards, of temporary/detour asphalt pavement actually constructed. Payment will be made at the unit price per square yard. The unit price bid shall include furnishing and installing all materials, tack and prime coats, earthwork, compaction, testing and all incidentals necessary to complete the work. Payment will also include all removal of temporary paving as per construction phase required by traffic control plan. 1.16 CONCRETE PAVING A. Measurement will be made of the area, in square yards, of concrete pavement actually constructed. Concrete paving will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, reinforcement, forming, finishing, jointing, sealing, curing and all incidentals necessary to complete the work. High Early Strength (HES) concrete paving will not be paid for separately. If HES concrete is used, it will be paid for using the unit price bid per square yard for Portland cement concrete paving. This item shall include any intersecting street placed as CRCP. 1.17 CONCRETE CURB AND GUTTER AND SAW -TOOTH CURB A. Measurement will be made of the linear feet of curb and gutter actually constructed. Curb and gutter will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.18 CONCRETE ALLEY AND DRIVEWAY RETURNS A. Measurement will be made of the area, in square yards, of alley returns and driveways. Alley returns and driveways will be paid for at the unit price bid per square yard for each specific type. Curb on alley returns and driveways will be included in the area measured for the slab and will not be paid as a separate item. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, curbing, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary 01269308 MEASUREMENT AND PAYMENT 01/12 0 1 I S 7 01020 - 4 " t, FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.19 CONCRETE SIDEWALKS A. Measurement will be made of the area, in square yards, of sidewalks actually constructed. Sidewalks will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.20 CONCRETE SIDEWALK RAMPS A. A count will be made of the sidewalk ramps actually constructed. Sidewalk ramps will be paid for at the unit price bid per each ramp constructed regardless of type specified in the plans. The unit price bid shall include furnishing and installing all materials, reinforcement, forming, finishing, jointing and all incidentals necessary to complete the work. 1.21 CONCRETE RIPRAP, A. Measurement will be made of the area, in square yards, of concrete riprap actually constructed. Riprap will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.22 PRECAST CONCRETE BOX CULVERT A. Measurement will be made of the linear feet of culvert actually constructed. The unit price bid shall include furnishing and installing all materials, excavation and backfill. 1.23 RETAINING WALL A. Measurement will be made for the area, in square feet, of retaining wall actually constructed. Retaining wall will be paid for at the unit price bid per square foot. The unit price bid shall include furnishing and installing all materials, reinforcement, jointing, backfill and all incidentals necessary to complete the work. 1.24 ROAD SIGN ASSEMBLIES A. A count will be made of the number of road sign assemblies actually installed. Payment will be made at the unit price bid per each road sign assembly installed. The unit price bid shall include furnishing and installing all materials, sign, post, concrete base, plaque, accessories, excavation, filling, backfilling, and all incidentals necessary to complete the work. 1.25 REFLECTIVE AND WORK ZONE PAVEMENT MARKINGS A. Striping — Measurement will be made of the linear feet of pavement markings of various widths and colors actually installed. Pavement markings will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to complete the work. 01269308 MEASUREMENT AND PAYMENT 01020 - 5 01/12 i FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.26 RAISED REFLECTIVE PAVEMENT MARKERS A. A count will be made of the number of raised reflective pavement markers of various types and colors actually installed. Payment will be made at the unit price bid per each reflective pavement marker installed. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to complete the work. 1.27 BARRICADES AND TRAFFIC CONTROL DEVICES A. Payment will be made at the unit price bid per month for traffic control measures actually installed. No partial payment will be made for partial traffic control measures. Payment shall not be made for this item where the Owner determines a lack of evidence that traffic control was used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where traffic control is required because of work being remedied due to not meeting the requirements of the plans and specifications. This item shall also include any removal and/or grinding of existing pavement markings as it relates to any traffic control phasing. Two CMS-T 533 LED or equivalent portable, changeable message boards will be required for use on this project and will become the property of the Owner upon final acceptance for the contract. 1.28 IRRIGATION SYSTEM A. (Maintain Existing), includes preserving the integrity and operational capacity of the existing irrigation in the areas adjacent to the Right of Way. Includes repair of the existing system which may be damaged by construction of new sidewalk, removal, relocation and/or replacement of the existing PVC mainline piping that may be affected by the grading work and/or construction, as shown on the plans. This will be a non-payment item. 1.29 STORM WATER POLLUTION PREVENTION PLAN A. Payment will be made on a lump sum basis for the Storm Water Pollution Prevention Plan. Partial payment will be made on a pro-rata basis as a percentage of the construction contract duration. The sum of the partial payments made for storm water pollution prevention shall not exceed 90% of the lump sum price bid for storm water pollution prevention prior to the termination of the construction contract. No partial payment will be made for partial storm water pollution prevention measures. Payment shall not be made for this item where the Owner determines a lack of evidence that storm water pollution prevention measures were used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where storm water pollution prevention is required because of work being remedied due to not meeting the requirements of the plans and specifications. The unit price bid shall include furnishing and installing all materials, filing Notice of Intent/Termination forms, inspections, maintenance, silt fences, hay bales, sand bags, diversion swales and any other measure aituivt tcquitcu wi winpuaucc wan ivr iJr;o rcinut. 01269308 MEASUREMENT AND PAYMENT 01020 - 6 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.30 STONE RIPRAP (PROTECTION) A. Measurement will be made of the area, in cubic yards, of stone riprap complete in place. Volume for payment will be computed on the basis of the measured area in place and the toe wall depth shown on the plans. The unit price bid will be full compensation for furnishing, hauling, and placing riprap, filter fabric, all necessary excavation below natural ground or bottom of excavated channel, for shaping of slopes, equipment, labor, tools and incidentals necessary to complete the work. 1.31 MANHOLES A. A count will be made of the manholes actually installed. These structures will be paid for at the unit price bid per each manhole. The unit price shall be complete compensation for the installation of the pre -cast or cast -in -place manhole, complete in place, and shall include all materials, forming, finishing, excavation, backfill and all incidental work necessary to complete the work. 1.32 ROADWAY ILLUMINATION A. Payment will be made at the unit price bid per each roadway illumination assembly installed. This price is full compensation for furnishing, installing and testing luminaries; ballasts, poles, lamps, anchor bolts, anchor plates, internal conductors, and connections; systems performance testing; and equipment, labor, tools and incidentals necessary to perform the work. 1.33 INSTALL TRAFFIC SIGNAL POLE A. Payment will be made at the unit price bid per each traffic signal pole installed. This price is full compensation for furnishing, fabricating, galvanizing, assembling, and erecting the pole upon a foundation; furnishing and erecting required mast arms; furnishing and placing anchor bolts, nuts, washers, and templates, and equipment, materials, labor, tools, and incidentals. 1.34 CONDUIT A. The work performed and materials furnished will be paid for at the unit price bid per linear foot of conduit of the size and type specified. This price is full compensation for furnishing and installing conduit; hanging strapping, jacking, boring, tunneling, excavating, and furnishing and placing backfill; replacing pavement structure, sod, riprap, curbs or other surfacing; marking location of conduit (when required), furnishing and installing fittings, junction boxes, and expansion joints; and equipment and labor tools and incidentals necessary to perform the work. __. 01269308 MEASUREMENT AND PAYMENT 01020 - '7 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.35 ELECTRICAL CONDUCTORS A. The work performed and materials furnished will be paid at the unit price bid per linear foot of "Electrical Conductors" of the sizes and types specified. This price is full compensations for furnishing, installing and testing electrical conductors and for equipment, labor, tools, and incidentals except that: 1. Conductors inside roadway illumination assemblies will be paid for under "Roadway Illumination Assemblies" and 2. Conductors used for internal wiring of equipment will not be paid for directly but will be subsidiary to pertinent items. 1.36 GROUND BOXES A. The work performed and materials furnished will be paid at the unit price bid per each ground box complete in place. This price is full compensation for excavating and backfilling, constructing, furnishing and installing the ground boxes and concrete aprons when required, and equipment, labor, materials, tools and incidentals necessary to perform the work. 1.37 ELECTRICAL SERVICES A. The work performed and materials furnished related to this item will be paid for at the unit price bid per each electrical service installed. This price is full compensation for paying all .' fees, permits and other costs, making arrangements with the utility company for all work and materials provided by the utility company; furnishing, installing and connecting all `. components including service supports, foundations, anchor bolts, riprap, enclosures, switches, breakers, brackets, bolts, hangers and hardware and equipment, labor, tools and incidentals required to perform the work. 1.38 DRILLED SHAFTS A. Drilled shaft foundations will be measured by the foot from the top of the shaft to the } bottom of the shaft. The unit price bid for "Drilled Shafts" will be full compensation for excavation, furnishing, placing and removing casing, furnishing, processing and recovering slurry; pumping, furnishing and placing reinforcing steel, furnishing and placing concrete, I including additional concrete required to fill an oversized casing or oversize excavation, conducting slump loss tests, backfilling, disposing of cuttings and slurry, materials, tools, equipment, labor and incidentals required to perform the work. r-- 1.39 ADJUSTING MANHOLES A. A count will be made of manholes of various type and sizes to be adjusted. These structures will be paid for at the unit bid price per each manhole adjusted. This will include all materials, backfill as required, excavation, tools, equipment, labor and incidentals per eaen mannoie adjustea. t 01269308 MEASUREMENT AND PAYMENT 01020 - 8 01/12 FRANKFORD AVENUE — 98rn STREET TO 114rn STREET 1.40 ADJUSTING VALVE BOXES A. A count will be made of valve boxes of various types and sizes to be adjusted. These structures will be paid for at the unit bid price per each valve box adjusted. This will include all materials, backfill as required, excavation, tools, equipment, labor and incidentals per each valve box adjusted. 1.41 TOPSOIL A. This Item will be measured by the square yard complete in place. The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid for "Furnishing and Placing Topsoil" of the depth specified on the plans. This price is full compensation for securing necessary sources and royalties; furnishing topsoil; excavation, loading, hauling, stockpiling and placing; watering; rolling; and equipment, labor, materials, tools, and incidentals. 1.42 SEEDING AND/OR SODDING A. This Item will be measured by square yard complete in place. The work performed and the materials furnished in accordance with this item will include furnishing seed and sod, mulch, fertilizer, top soil preparation and watering until Engineer determines that grass is established, all materials, equipment, labor, tools, and incidentals, planted in place. 1.43 EROSION CONTROL MAT A. This item will be measured by square foot complete in place. The work performed and materials furnished in accordance with this item will include installation of mat/blanket and establishment of grass from the seed contained within, vegetative watering, weed control and incidentals. 1.44 OVERHEAD STREET NAME SIGN A. Payment will be made at the unit price bid per each overhead street name sign assembly installed. The unit price bid shall include furnishing and installing all sign materials, mounting brackets, accessories, and all incidentals necessary to complete the work at the size and type called for in the plans. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01269308 MEASUREMENT AND PAYMENT 01020 - 9 01/12 4 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 01025 PAYMENT METHODS PART 1-GENERAL The unit price or lump sum price bid on each item, as stated in the Proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary to complete the various items of work shown on the plans and called for in the specifications. Items on which no separate payment is made shall be included in the bid prices for the various pay items. 1.1 UNIT COST ITEMS A. Unit cost items, not otherwise included in this section to be paid for at a unit cost per unit shall include all work and materials involved in the installation within the limits designated on the plans. Measurement shall be made in units shown on the Bid Sheet. All work so included shall be installed, constructed or performed as shown on the drawings and/or specified. 1.2 LUMP SUM ITEMS A. Lump sum items to be paid for at a lump sum price per j ob shall include all work and materials involved in the installation within the limits designated on the plans. No measurement of the work or material included in such items will be made. All work so included shall be installed, constructed or performed as shown on the drawings and specified herein. 1.3 MOBILIZATION/DEMOBILIZATION A. Mobilization/Demobilization shall include costs associated with move -in and move -out costs, related equipment and labor, bid bond, performance and construction bonds and insurance required for this project. 1.4 OSHA APPROVED TRENCH PROTECTION A. Trench protection shall be paid for per linear foot, or by lump sum, and shall include all necessary work to abide by OSHA Rules as provided in these specifications. 1.5 SWPPP I __ U A. Contractor shall provide a Storm Water Pollution Prevention Protection Plan (SWPPP) as required for the project. t 1 1.6 FINAL CLEANUP A. The Contractor shall make a 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 1 materials, final grading of all trench surfaces and construction sites, and in general preparing the sites of the work in an orderly manner. B. The cost of the cleanup shall be included as a part of the cost of the various items of work ; involved and no direct compensation will be made for this work. 01269308 PAYMENT METHODS 01025 - 1 01/12 _ 3 FRANKFORD AVENUE — 98TH STREET TO 114 TH STREET PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used _Iasi Dxoym =61 "l, N 01269308 PAYMENT METHODS 01025-2 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 01027 APPLICATIONS FOR PAYMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Procedures for preparation and submittal of Applications for Payment. 1.3 RELATED SECTIONS A. Agreement: Contract Sum/Price and unit prices. B. General Conditions: Progress Payments and Final Payment. C. Section 01020 — Measurement and Payment. D. Section 01028 - Change Order Procedures: Procedures for changes to the Work. E. Section 01330 - Submittal Procedures. F. Section 01700 - Contract Closeout. 1.4 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. 1.5 PREPARATION OF APPLICATIONS A. Present required information in typewritten form or computer generated Excel Spreadsheet. 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. 1.6 SUBMITTAL PROCEDURES A. Submit four copies of each Application for Payment. B. Submit an updated construction schedule with each Application for Payment. Payment will not be made until an up-to-date schedule is received. C. Payment Period: Submit at intervals stipulated in the Agreement. 01269308 APPLICATIONS FOR PAYMENTS 01027 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.7 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. PART2-PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION 01269308 APPLICATIONS FOR PAYMENTS 01027 - 2 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 01028 CHANGE ORDER PROCEDURES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 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. 1.3 RELATED SECTIONS A. Section 01027 - Applications for Payment. B. Section 01330 - Submittal Procedures. C. Section 01600 - Product Requirements. D. Section 01700 - Contract Closeout. 1.4 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. 1.5 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. 01269308 01/12 CHANGE ORDER PROCEDURES 01028 - 1 r t_ FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 6. If subcontracted, provide subcontractor documentation according to General Contract Conditions and this specification. Show Contractor markup on subcontractor changes. D. Support each claim for additional costs, and for work done on a time and material basis, 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. 1.6 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. 1.7 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. 1.8 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. 1.9 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. 01269308 CHANGE ORDER PROCEDURES 01028 - 2 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.10 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation ofproposed changes, and to substantiate costs for changes in the Work. 1.11 EXECUTION OF CHANGE ORDERS A. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.12 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01269308 CHANGE ORDER PROCEDURES 01028 - 3 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 01039 COORDINATION AND MEETINGS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Coordination. B. Progress meetings. C. Preconstruction meeting. 1.3 COORDINATION A. Coordinate scheduling, submittals, and work of the various Sections of the Specifications to assure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 PRECONSTRUCTION MEETING A. Engineer will schedule a meeting with the required attendees. B. Attendance Required: Owner, Engineer, Contractor and major Subcontractors. C. Agenda: l . Distribution of executed Contract Documents. 2. Submission of list of Subcontractors, list of products and progress schedule. 3. Designation of personnel representing the parties in Contract and the Engineer. 4. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 5. Schedules. 6. 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. 13. Procedures for maintaining record documents. 01269308 COORDINATION AND MEETINGS 01039 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 14. Inspection and acceptance of equipment or improvements put into service during _r construction period. 15. Other items as deemed necessary by Owner or Engineer. D. Engineer will record minutes and distribute copies to participants. 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum bi-weekly intervals. _ B. Engineer will make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. Eli 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Engineer will record minutes and distribute copies to participants. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01269308 COORDINATION AND MEETINGS 01039 - 2 01/12 �1 FRANKFORD AVENUE —.98TH STREET TO 114TH STREET SECTION 01100 SUMMARY OF WORK PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Work covered by Contract Documents B. Contractor use of site. C. Owner occupancy. 1.3 RELATED SECTIONS A. Section 01330 — Submittal Procedures. 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock, Lubbock, Texas. Project consists of the reconstruction of Frankford Avenue from 981h Street to 114t' Street. 1. Location: Lubbock, Texas. 2. Owner: City of Lubbock, Texas. B. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is as described in I A(A). 1.5 CONTRACTOR USE OF PREMISES A. General: During the construction period the Contractor shall have full use of the premises for construction operations, including use of the site. The Contractor's use of the premises is limited only by the Owner's right to perform work or to retain other contractors on portions of the Project. B. Use of the Site: Limit use of the premises to work in areas indicated. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in which the Work is indicated. 1. Owner Occupancy: Allow for Owner occupancy. 2. Driveways and Entrances: Keep entrances serving the premises clear and available to the Owner, the Owner's employees, and emergency vehicles at all times. PART2-PRODUCTS Not Used f 01269308 SUMMARY OF WORK 01100 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET PART 3 - EXECUTION Not Used END OF SECTION 01269308 SUMMARY OF WORK 01100 - 2 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 01140 WORK RESTRICTIONS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Use of premises. B. Special scheduling requirements. C. Working period. D. Utility cutovers and interruptions. E. Noise restrictions. F. Occupancy requirements. 1.3 USE OF PREMISES A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to within the limits of the construction easement or right-of-way as shown on plans. 2. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to employees and emergency vehicles at all 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. Provide commercial and industrial occupants with at least one (1) driveway suitable to traffic in and out of the location when obstructions are inevitable. Some additional requirements are noted on the plans for some affected driveways. 1.4 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the work. B. Permission to interrupt any utility service shall be requested in writing a 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. 01269308 WORK RESTRICTIONS 01140 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.5 WORKING PERIOD A. Working Hours - Regular working hours shall be within an 11 hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight hour period between 9:00 a.m. and 5:00 p.m. on Saturday. Saturday work shall be restricted to those activities that do not require observation by the Owner. The Owner reserves the right, at the Owner's discretion, to not allow work when it interferes with holiday times and traffic. No work shall be performed on the following holiday periods or days: l . New Year's Day (observed) 2. Memorial Day Holiday (observed) 3. Independence Day Holiday (observed) 4. Labor Day Holiday (observed) 5. Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. 6. Christmas week. If Christmas Day falls on a Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on a Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. B. Work Outside Regular Hours - Work outside regular working hours requires Owner's approval. Make application 7 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 and for 24-hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. Contractor shall keep on site OSHA -approved hand portable sound measurement equipment for both the Owner's and the Contractor's use for measuring noise levels. 1.7 ADVANCE NOTICE A. Contractor shall provide a minimum of five business days advance written notice of construction to businesses and residences along the construction route. 1. The advance written notice shall be in the form of a single -page flyer to be placed by hand by the Contractor's forces in mailboxes, door handles or handed to applicable individuals at each route building. 2. The text for the advance written notice will be provided by the Owner in written ...._ ,.. �n ..r..t ®... 3. Reproduction shall be at the Contractor's expense. 4. Distribution shall be at the Contractor's expense. 5. Single -page flyers shall be of a paper or post -card color other than white to direct the recipient's attention to the information. ( 01269308 WORK RESTRICTIONS 01140 - 2 01/12 FRANKFORD AVENUE — 98rn STREET TO 114rn STREET 6. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. 7. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non-trafficability). B. Prior to closing any street or thoroughfare for any length of time, the Contractor shall notify the following a minimum of 5 business days in advance: 1. All Emergency Services - Fire, Police, EMS 2. City of Lubbock Solid Waste Department 3. Lubbock Independent School District 4. Durham Transportation 5. TxDOT 6. Lubbock Avalanche Journal 7. Press release for local radio and television stations 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. Water from park area lakes shall not be used for construction. D. This section does not preclude Contractor from seeking other water sources for use in construction. Such water sources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. Monuments and markers shall be protected before construction operations 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. END OF SECTION 01269308 WORK RESTRICTIONS 01140 - 3 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 01310 PROGRESS SCHEDULES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Format. B. Content. C. Revisions to schedules. D. Submittals. 1.3 RELATED SECTIONS A. Section 01027 - Applications for Payment. B. Section 01100 - Summary of Work. C. Section 01330 - Submittal Procedures. 1.4 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 1/2 x 11 inches. D. Maintain monthly updates to schedule. 1.5 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. 1.6 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. 01269308 PROGRESS SCHEDULES 01310 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.7 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. 1.8 DISTRIBUTION A. Distribute copies of reviewed Schedules to Engineer's project 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 01269308 PROGRESS SCHEDULES 01310 - 2 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 01322 PHOTOGRAPHIC DOCUMENTATION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Periodic construction photographs. 3. Preconstruction videotapes. 4. Periodic construction videotapes. 1.3 RELATED SECTIONS A. Section 01330 - Submittal Procedures for submitting construction photographs. 1.4 SUBMITTALS A. Submit three complete sets of preconstruction photographs or videotape to Engineer. All three sets will be retained by the Owner and the Engineer. 1. Identification: On back of each print, videotape, or CD, provide an applied label or rubber-stamped impression with the following information: a. Name of Project. b. Name and address of photographer. C. Name of Engineer. d. Name of Contractor. e. Date photograph was taken. f. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. 2. Digital Images: Submit a complete set of digital image electronic files with each submittal of prints. Identify electronic media with date photographs were taken. Submit images that have the same aspect ratio as the sensor, uncropped. PART 2 - PRODUCTS Not Used 01269308 PHOTOGRAPHIC DOCUMENTATION 01322 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET PART 3-EXECUTION 3.1 PHOTOGRAPHS, GENERAL A. Field Office Prints: Retain one set of prints of preconstruction photographs in the field office at Project site, available at all times for reference. Identify photographs the same as for those submitted to Engineer. 3.2 CONSTRUCTION PHOTOGRAPHS A. Preconstruction Photographs: Before starting construction, take color photographs of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Take photographs to show existing conditions adjacent to the property before starting the Work. 2. Take photographs of existing structures either on or adjoining the property to accurately record the physical conditions at the start of construction. B. Periodic Construction Photographs: As needed to document damage either directly related to or inadvertently related to the Contractor's operations, photograph the area in question and provide to Engineer. 3.3 CONSTRUCTION VIDEOS, GENERAL A. Narration: Describe scenes on video by audio narration by microphone while video is recorded. Include description of items being viewed, recent events, and planned activities. Describe vantage point, indicating location, and direction (by compass point). 3.4 CONSTRUCTION VIDEOS A. Preconstruction Video: Before starting construction, record video of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Show existing conditions on and adjacent to Project site before starting the Work. 2. Show existing structures either on or adjoining Project site to accurately record the physical conditions at the start of construction. 3. Existing condition videos shall cover the entire project route. 4. Show protection efforts by Contractor. B. Periodic Construction Documentation: As needed to document damage either directly related to or indirectly related to the Contractor's operations, video the area in question and provide to Engineer. END OF SECTION 01269308 PHOTOGRAPHIC DOCUMENTATION 01322 - 2 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 01330 SUBMITTAL PROCEDURES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. 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. 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. B. Submittals Schedule: Comply with requirements in Division I Section "Progress Schedules" for list of submittals and time requirements for scheduled performance of related construction activities. C. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Owner's or Engineer's receipt of submittal. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Owner or Engineer will advise Contractor when a submittal being processed must be delayed for coordination. 2. If more than five submittals are transmitted for review within any five-day period, the time allowed for review will be increased to 21 days. 3. Concurrent Review: Where concurrent review of submittals by Engineer's consultants, Owner, or other parties is required, allow 21 days for initial review of each submittal. 01269308 SUBMITTAL PROCEDURES 01330 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 4. If intermediate submittal is necessary, process it in same manner as initial submittal. 5. Allow 15 days for processing each resubmittal. Each resubmittal will count toward the submittal count in any five-day period in paragraph I A.C.2 above. 6. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. D. Format 1. Submit all submittals digitally using .PDF file extension. Each submittal shall be a single .PDF file including transmittal letter. Multiple files for the same submittal will not be accepted. 2. Submittals in any other format, including .ZIP files, will be rejected. 3. Hard copies will not be accepted. 4. To ensure each page is legible, .PDF pages of drawings shall be the same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible submittals will be rejected. 5. Submittals shall be uploaded to Engineer's Info Exchange website. E. Identification: Place a permanent label or title block on each submittal for identification. l . 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 five 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 consecutively numbered 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. 01269308 SUBMITTAL PROCEDURES 01330 - 2 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114rn STREET 3. Transmittal Form: Use Contractor's business transmittal form. Provide locations on form for the following information: a. Project name. b. Date. C. Submittal number. d. Destination (To:). e. Source (From:). f. Names of subcontractor, manufacturer, and supplier. g. Category and type of submittal. h. Submittal purpose and description. i. Submittal and transmittal distribution record. j. Remarks. k. Signature of transmitter. 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 five copies of each submittal, unless otherwise indicated. The five copies will be retained by the Owner or Engineer. Any additional copies that the Contractor may need for his operations will be in addition to the five copies required. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 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. g. Application of testing agency labels and seals. b. Notation of coordination reauirernents.- 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. j C. Fabrication and installation drawings. 01269308 SUBMITTAL PROCEDURES 01330 - 3 01/12 _j FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 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 11 x 17 inches. 3. Number of Copies: Submit five copies of each shop drawing submittal. Owner and Engineer will retain all five copies. HVAEE9=GWUTUTr"$H01 0 Y�1,&51101,11 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 Section 01322 - Photographic Documentation. 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 01269308 SUBMITTAL PROCEDURES 01330 - 4 01/12 FRANKFORD AVENUE — 98TH STREET TO 1141" STREET 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. Owner or Engineer will provide an action review sheet and will mark appropriately to indicate action to be taken, as follows: 1. No exception taken. 2. Make corrections noted. 3. Revise and resubmit. 4. Rejected. 5. The submittal review by the Engineer indicates that the Engineer checked for: a. General conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing his work in a satisfactory manner. C. Informational Submittals: Owner or Engineer will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. D. Submittals not required by the Contract Documents will not be reviewed and may be discarded. 01269308 01/12 END OF SECTION SUBMITTAL PROCEDURES 01330-5 i �I i_� FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 01356 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 GENERAL A. The Contractor shall implement the Storm Water Pollution Prevention measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No. TXR150000. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assessed by TCEQ or EPA for failure to comply with any part of the permit requirements. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. B. The document provided in the plans is to serve as a skeleton for the Storm Water Pollution Prevention Plan and is provided only as a convenience to the Contractor. It is the Contractor's responsibility to ensure that his Storm Water Pollution Prevention Plan is in full compliance with the TPDES permit. The Contractor shall modify the document as necessary to show implementation plans, dates of construction activities, best management practices, inspection reports, and any other information pertinent to the plan or otherwise required to ensure that the plan remains in compliance with permit. C. Fines levied against the Owner by the TCEQ for the Contractor's failure to comply with and maintain the SWP3 shall be paid by the Contractor. D. Storm water must be adequately routed during construction operations in the same general direction as currently occurs. 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 SWP3 and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress 1. Stabilized access to and from the construction site shall be installed as soon as practical and in accordance with the SWP3. 2. In all cases, Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. 01269308 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 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 work to progress in the drainage area). Sand/gravel bags must remain in good condition, or they shall be replaced. E. Site Stabilization 1. Contractor shall disturb the least amount of site area as possible. 2. Stabilization measures may include, but are not limited to, any of the following measures: a. Temporary or permanent seeding or sodding. b. Mulching. C. Geotextiles. d. Vegetative buffer strips. e. Paving. Stabilization measures shall be implemented in accordance with the SWP3. PART 2 - PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric 1. The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. The filament shall consist of a long -chain synthetic polymer composed of at least 85 percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life at a temperature range of 0 to 120 degrees F. The filter fabric shall meet the following requirements: 01269308 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 2 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET FILTER FABRIC FOR SILT FENCE PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30% max. Trapezoid Tear ASTM D 4533 551bs. min. Permittivity ASTM D 4491 0.2 sec' AOS (U.S. Std. Sieve) ASTM D 4751 20-100 B. Silt Fence Stakes and Posts 1. The Contractor may use either wooden stakes or steel posts for fence construction. Wooden stakes utilized for silt fence construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is used, and shall have a minimum length of 4 feet. Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of 4 feet. C. Identification Storage and Handling 1. Filter fabric shall be identified, stored and handled in accordance with ASTM D 4873. 2.2 COMPOUNDS FOR STRAW BALES A. Straw Bales 1. The straw in the bales shall be stalks from oats, wheat, rye, barley, rice or from grasses such as Byhalia, Bermuda, etc., furnished in air dry condition. The bales shall have a standard cross section of 14 inches by 18 inches. All bales shall be either wire -bound or string -tied. The Contractor may use either wooden stakes or 3/8" rebar to secure the straw bales to the ground. Wooden stakes utilized for this purpose shall have a minimum dimensions of 2 inches x 2 inches in cross section and shall have a minimum length of 3 feet. Rebar utilized for securing straw bales shall have a minimum diameter of 3/8" and a minimum length of 3 feet. PART 3 - EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. The Storm Water Pollution Prevention Plan (SWP3) will be provided by the Contractor. Contractor must keep a copy of the SWP3 on site at all times. B. A completed Notice of Intent (NOI) form must be submitted a minimum of 48 hours prior to start of construction. No work will be permitted until NOI is filed. C. Contractor shall maintain SWP3 in accordance with the TPDES permit to ensure that the SWP3 reflects current project conditions and remains in compliance with the TPDES permit. r 01269308 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 3 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET D. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. E. The Contractor shall furnish Owner with copy of NOI and NOT. END OF SECTION 01269308 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 4 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 01400 QUALITY REQUIREMENTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Construction materials testing services are required by the Contractor in order for the Engineer to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality -control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 1.3 DEFINITIONS A. Construction Materials Testing (CMT): CMT includes collecting of samples, performing well-defined test procedures, and reporting of such data. The Contractor will provide CMT for this project. 1. Quality -Control Services: Tests, inspections, procedures, and related actions performed by the Contractor during and after execution of the Work with results provided to the Engineer to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. B. Construction Materials Engineering (CME): The assessment of a construction material for quality, appropriateness and acceptability is considered an engineering activity. The Contractor will not provide CME services for this project. CME services will be performed by the Engineer. 1. Quality -Assurance Services: Activities, actions and procedures performed by the Contractor before and during execution of the Work. Engineer will determine if the results of the Contractor's activities, actions and procedures are acceptable in guarding against defects and deficiencies and in ensuring that proposed construction complies with requirements. 01269308 QUALITY REQUIREMENTS 01400 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.4 SUBMITTALS A. Qualification Data: For individuals employed by Contractor who will perform testing as required by the various specification Sections, submit at least 30 days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual is qualified to perform. For outside testing agency employed by Contractor, submit at least 30 days prior to being used on the project the name, address and manager of such testing agency and the types of tests that the agency is qualified to perform. Such testing agency shall be acceptable to Owner prior to being used on the project. B. Reports: Prepare and submit written reports within 14 days following the date of the test that include the following: 1. Date of issue. 2. Project title and number. 3. Name, address and telephone number of testing agency. If individual employed by Contractor, use Contractor's name, address and telephone number. 4. Dates and locations of samples and tests. 5. Names of individuals making tests. 6. Description of the work and test method. 7. Identification of material, product and specification Section. 8. Complete test data. 9. Test results. 10. Ambient conditions at time of sample taking and testing. 11. Provide a statement indicating if the test passed or failed according to the specified Contract Document requirements and the applicable specification Section. 12. Name and signature of individual performing the test if employee of Contractor, or name and signature of testing agency responsible person. C. Professional Engineer Qualifications: Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Testing Agency or Contractor Employee Qualifications: An agency or Contractor Employee with the experience and capability to conduct testing indicated, according to reference standards, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. The Contractor shall not perform preconstruction testing except through a third -party testing agency. F. Testing Agency Responsibilities: Submit written report containing the results of each test to Contractor. State in each report whether tested work passes or fails the specified Contract Document requirements and the applicable specification section. 1.5 QUALITY CONTROL A. Owner Responsibilities: Where quality -control services are indicated as Owner's or Engineer's responsibility, such services may be performed by Owner's o' vn forces or by a qualified testing agency to perform these services. 1. Owner or Engineer will furnish Contractor with names, addresses and telephone numbers of testing agencies engaged by Owner. 01269308 QUALITY REQUIREMENTS 01400 - 2 01/12 FRANKFORD AVENUE — 98rn STREET TO 114rn STREET 2. Owner may elect to have own forces, or a third -party testing agency, observe and report on competency of Contractor's personnel performing quality control testing, inspect and report on Contractor's quality control testing equipment and the calibration of that equipment, and inspect and report on Contractor's procedures for quality assurance of construction materials tests and test reports. 3. Results from tests performed by Owners forces or third party testing agency remain the property of the Owner. The third party agency personnel are obligated to report results of such tests only to the Owner or Engineer, not the Contractor. The Owner or Engineer shall inform the Contractor of such results at their discretion. 4. The Owner shall notify the Contractor of reported deficiencies revealed by the above inspections and observations. The Contractor shall correct such deficiencies. Should such deficiencies remain uncorrected, then the amount of the work represented by the deficiencies will be deemed as not conforming to the requirements of the contract documents and the specifications. B. Contractor Responsibilities: Provide quality control services required in the various specification Sections. 1. Where third -party testing agency is engaged by Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. 2. Contractor shall not engage the same testing agencies as the Owner, unless the Owner agrees in writing to such engagement. 3. Where testing is indicated as Contractor's responsibility, submit written reports in duplicate of each testing service, whether performed by Contractor's personnel or Contractor -engaged testing agency. Such reports shall include failing tests and retests. 4. Testing requested by Contractor and not required by Contract Documents are Contractor's responsibility. 5. Cooperate with Owner and Engineer for Owner's testing of work. Once the Owner or Engineer has given prior notification to the Contractor that confirmation testing by the Owner is to be performed, the Contractor shall provide or leave in place trench shields, ladders, elevators, lifts, or other equipment or temporary construction related to safety, access, and ingress -egress such that the Owner's testing representative can have safe accessibility to the specific site to be tested. Failure to provide these items when confirmation testing is scheduled shall be considered prima facie evidence that the work does not meet specifications and the Owner has the option of withholding payment for the work quantity that the test would represent. 6. Where Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: Regardless of whether original tests were Contractor's responsibility, provide quality -control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests and inspections. 1. Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. 01269308 QUALITY REQUIREMENTS 01400 - 3 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 2. Prepare a test report and state in each report whether tested and inspected work passes or fails the specified requirements. 3. Submit a written report, in triplicate, of each test. 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality -control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field -curing of test samples. 5. Additional associated services required of Contractor for testing access are listed in the specification Sections. 6. Delivery of samples to testing agencies. 7. Preliminary design mix proposed for use for material mixes that require control by testing agency. 8. Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. 2. Notify Owner's Representative at least 1 day prior to when testing of any kind is to be performed. G. Schedule of Tests and Inspections: Prepare a preliminary schedule of tests, inspections, and similar quality -control services required by the Contract Documents. Submit schedule within 30 days of date established for Notice to Proceed. 1. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. 01269308 QUALITY REQUIREMENTS 01400 - 4 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. 01269308 O1/12 END OF SECTION QUALITY REQUIREMENTS 01400 - 5 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 01420 REFERENCES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. 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 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, 01269308 01/12 REFERENCES 01420 - 1 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 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.ora ACI American Concrete Institute/ACI International (248) 848-3700 www.aci-int.ora 01269308 O1/12 ACPA American Concrete Pipe Association (972) 506-7216 www. concrete -pipe. org Al Asphalt Institute (859) 288-4960 www.asphaltinstitute.org AIA American Institute of Architects (The) (800) 242-3837 www.aia.ora AISC American Institute of Steel Construction, Inc. (800) 644-2400 www.aisc = (312) 670-2400 AISI American Iron and Steel Institute (202) 452-7100 www.steel.org ANSI American National Standards Institute (212) 642-4900 www.an9.p1g 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.ora REFERENCES 01420 - 2 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET AWWA American Water Works Association (800) 926-7337 www.awwa.or (303) 794-7711 CDA Copper Development Association Ina (800) 232-3282 www.copper.org (212) 251-7200 CLFMI Chain Link Fence Manufacturers Institute (301) 596-2583 www.chainlinkinfo.com CRSI Concrete Reinforcing Steel Institute (847) 517-1200 CS1 www.crsi.org Construction Specifications Institute (The) (800) 689-2900 www.csinct.org (703) 684-0300 EJMA Expansion Joint Manufacturers Association, Inc. (914) 332-0040 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 www.nnnca.or NSA National Stone, Sand and Gravel Association (800) 342-1415 www.aggregates.org (703) 525-8788 PCI Precast/Prestressed Concrete Institute (312) 786-0300 ? www.pci.org 4� SDI Steel Deck Institute (847) 458-4647 www.sdi.om TPI Turfgrass Producers International (800) 405-8873 www.turfgrasssod.org (847) 705-9898 UL Underwriters Laboratories Inc. (800) 704-4050 =y�4�4.ul.coni (847) 272-8800 i� 01269308 REFERENCES 01420 - 3 01/12 i_ FRANKFORD AVENUE — 98TH STREET TO 114TH STREET D. Abbreviations and Acronyms for Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. BOCA BOCA International, Inc. (800) 214-4321 www.bocai.org (708) 799-2300 CABO Council of American Building Officials (See ICC) IAPMO International Association of Plumbing and (909) 472-4100 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.iccsafe.ora SBCCI Southern Building Code Congress International, (205) 591-1853 Inc. www.sbcci.org E. Abbreviations and Acronyms for Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the 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. 01269308 O1/12 CE Army Corps of Engineers CRD Standards www.usace.g,M.mil CFR Code of Federal Regulations www.access.gpo.gov/nara/efr EPA Environmental Protection Agency www.0a.gov FED -STD Federal Standard (See FS) FS Federal Specification (Available from DOD, GSA, and NIBS) REFERENCES (601) 634-2355 (888)293-6498 (202) 512-1530 (202) 260-2090 01420 - 4 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET NIST National Institute of Standards and Technology (301) 975-6478 www.nist.g ' �4> OSHA Occupational Safety & Health Administration (800) 321-6742 (See CFR 29) (202) 219-5000 www.osha.gov TCEQ Texas Commission on Environment Quality (806) 796-7092 www.tceg.state.tx.us (512) 239-1000 TxDOT Texas Department of Transportation (806) 745-4411 www.dot.state.tx.us PART 2 - PRODUCTS Not Used PART 3 - EXECUTION ,. Not Used 1 END OF SECTION 01269308 REFERENCES 01420 - 5 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. B. Temporary utilities include, but are not limited to, the following: 1. Drainage water service. 2. Sanitary facilities, including toilets, wash facilities, and drinking -water facilities. Provide separate male and female sanitary facilities. 3. Electric power service. 4. Telephone service. 5. Cellular telephone service. 6. High speed internet service. C. Support facilities include, but are not limited to, the following: l . Temporary roads and paving. 2. Project identification and signs. 3. Field offices. 4. Storage and fabrication sheds. 5. Construction aids and miscellaneous services and facilities. D. Protection facilities include, but are not limited to, the following: I. Environmental protection. 2. Stormwater control. 3. Barricades, warning signs and lights. 1.3 RELATED SECTIONS A. Section 01356 — Storm Water Pollution Prevention Plan (SWP3). B. Section 01555 - Barricades, Signs and Traffic Handling. C. Section 02741 - Hot -Mix Asphalt Paving for construction and maintenance of asphalt paving for temporary roads and paved areas. 1.4 USE CHARGES A. General: Cost or use charges for temporary facilities are not chargeable to Owner or Engineer and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the following: 1, 1. Owner. 2. Owner's forces. 3. Engineer. 4. Resident Project Representative. R3 01269308 TEMPORARY FACILITIES AND CONTROLS 01500 - 1 01/12 �t ; FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 5. Testing agencies. 6. Personnel of authorities having jurisdiction. B. Sewer Service: Pay sewer service use charges for sewer usage by all parties engaged in construction at project site if Contractor connects to City sewer system. C. Water Service: Pay water service use charges, whether metered or otherwise, for water used by all entities engaged in construction activities at Project site. D. Electric Power Service: Pay electric power service use charges, whether metered or otherwise, for electricity used by all entities engaged in construction activities at Project site. 1.5 QUALITY ASSURANCE A. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.6 PROJECT CONDITIONS A. Conditions of Use: The following conditions apply to use of temporary services and facilities by all parties engaged in the Work: 1. Relocate or remove temporary services and facilities as required by progress of the Work. PART2-PRODUCTS 2.1 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Owner or Engineer. Provide materials suitable for use intended. B. Portable Chain -Link Fencing: Minimum 2-inch 9-gage, galvanized steel, chain -link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8-inch- OD line posts and 2-7/8-inch- OD comer and pull posts, with 1-5/8-inch- OD top and bottom rails. Provide galvanized steel bases for supporting posts. C. Water: Potable. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. 01269308 TEMPORARY FACILITIES AND CONTROLS 01500 - 2 01/12 FRANKFORD AVENUE — 98rn STREET TO 114rn STREET 3.2 TEMPORARY UTILITY INSTALLATION A. General: Engage appropriate local utility company to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations. 1. Provide adequate capacity. 2. Obtain easements to bring temporary utilities to Project site where Owner's easements or property cannot be used for that purpose. B. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If neither sewers nor drainage facilities can be lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off -site in a lawful manner. 1. Filter out excessive soil, construction debris, chemicals, oils, and similar contaminants that might clog sewers or pollute waterways before discharge. 2. Connect temporary sewers to municipal system as directed by sewer department officials. 3. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. After heavy use, restore normal conditions promptly. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking -water fixtures. Comply with regulations and health codes for type, number, location, operation, and maintenance of fixtures and facilities. 1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Maintain adequate supply. Provide covered waste containers for disposal of used material. D. Electric Power Service: Install electric power service underground, unless overhead service must be used. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. E. Telephone Service: Provide temporary telephone service throughout construction period for common -use facilities used by all personnel engaged in construction activities. Install separate telephone line for each field office. 1. Provide additional telephone lines for the following: a. In field office with more than two occupants, install a telephone for each additional occupant. b. Provide a dedicated telephone line for each facsimile machine. 2. At each telephone, post a list of important telephone numbers. a. Police and fire departments. b. Ambulance service. C. Contractor's home office. d. Contractor's field office. e. Contractor's emergency contact number. f. "On -call" personnel. g. Engineers' office. h. Owner's office. i. Principal subcontractors' field and home offices. 3. Provide an answering machine or voice mail service on field office telephone. F. Cellular Telephone Service: Furnish RPR a portable cellular telephone with voice mail capability for use in making and receiving telephone calls when away from field office. 01269308 TEMPORARY FACILITIES AND CONTROLS 01500 - 3 Est 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.3 G. High Speed Internet Service — Provide temporary high speed internet connection throughout the construction period. Connection can be through cable modem or DSL. Provide all equipment necessary for a single point connection to the project computer. SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Locate field offices, storage sheds, sanitary facilities, and other temporary construction and support facilities for easy access. 2. Maintain support facilities until near Substantial Completion. Remove before Substantial Completion. B. Traffic Controls: Provide temporary traffic controls at junction of temporary roads with public roads. Include warning signs for public traffic and "STOP" signs for entrance onto public roads. Comply with requirements of authorities having jurisdiction. C. Dewatering Facilities and Drains: Comply with requirements in applicable Division 2 Sections for temporary drainage and dewatering facilities and operations not directly associated with construction activities included in individual Sections. Where feasible, use same facilities. Maintain Project site, excavations, and construction free of water. D. Project Identification and Temporary Signs: Prepare Project identification signs with the information listed below. Install signs to inform public and persons seeking entrance to Project. Do not permit installation of unauthorized signs. Submit the layout and dimensions of the sign to the Owner. The sign and lettering shall be of sufficient size to be visible and legible at 100 feet distance. 1. Provide project signs to be placed at both ends of corresponding project limits. 2. Project sign to include the following information. List all items on separate lines of the sign. a. City of Lubbock, Texas b. Capital Improvements C. Gateway Streets. d. Contractor: (include name of contractor and location of their main headquarters) e. Engineer: Parkhill, Smith & Cooper, Inc., Lubbock, Texas f. Project Serving the Citizens of Lubbock, Texas 3. Engage an experienced sign painter to apply graphics for Project identification signs. 4. Prepare temporary signs to provide directional information to construction personnel and visitors. 5. Construct signs of exterior -type Grade B-B high -density concrete form overlay plywood. Support on posts or framing of preservative -treated wood or steel. 6. Paint sign panel and applied graphics with exterior -grade alkyd gloss enamel over exterior primer. 7. Maintain project signs until acceptance of the project. E. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Containerize and clearly label hazardous, dangerous, or unsanitary waste materials separately from other waste. 1. If required by authorities having jurisdiction, provide separate containers, clearly labeled, for each type of waste material to be deposited. 01269308 TEMPORARY FACILITIES AND CONTROLS 01500 - 4 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET F. ' Common -Use Field Office: Provide an insulated, weathertight, air-conditioned and heated field office for use as a common facility by all personnel engaged in construction activities; of sufficient size to accommodate required office personnel and meetings of 10 persons at Project site. Contractor shall provide monthly housekeeping service. 1. Furnish and equip office as follows: a. Desk and four chairs, four -drawer file cabinet, a plan table, a plan rack, and bookcase. b. Water cooler for drinking water and private toilet complete with water closet, lavatory with hot and cold water, and medicine cabinet with mirror. C. Drinking water for water cooler, disposable cups, toilet paper, paper towels, hand soap, and first aid kit. 2. Maintain field office and repair, as necessary, in a timely manner until acceptance of the project by the Owner. G. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment involved, including temporary utility services as needed. Sheds may be open shelters or fully enclosed spaces on -site. 3.4 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage caused by freezing temperatures and similar elements. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. 2. Prevent water -filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. C. Termination and Removal: Remove each temporary facility when need for its service has ended, or no later than Substantial Completion. 1. Materials and facilities that constitute temporary facilities are the property of Contractor. Owner reserves right to take possession of Project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements. END OF SECTION 01269308 TEMPORARY FACILITIES AND CONTROLS 01500 - 5 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 01555 BARRICADES, SIGNS AND TRAFFIC HANDLING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 DESCRIPTION A. This Item shall govern for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. PART 2 - PRODUCTS 2.1 BARRICADES, SIGNS AND DEVICES A. All barricades, signs and other types of devices listed above shall conform to details shown on the plans or those indicated in the Texas Manual on Uniform Traffic Control Devices (TMUTCD). All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. 2.2 TEMPORARY PAVEMENT MARKINGS A. Materials, handling and installation shall be in accordance with Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 2004 (TxDOT) Item 662. B. Layout, color and placement shall conform to the TMUTCD and be verified by the Owner's representative before installation. PART 3-EXECUTION 3.1 GENERAL A. For this project a Traffic Control Plan (TCP), responsive to the TMUTCD, has been established by the Engineer. The Contractor may propose his own TCP. Contractor - proposed major modifications to the Traffic Control Plan shall bear the seal of a Registered Professional Engineer. If the plan is approved in writing by the Engineer or Owner, it may be used. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on the project site or in the immediate area to insure compliance with the TCP. 01269308 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.2 MAINTENANCE A. All retroreflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing or a combination thereof such that during darkness and rain the retroreflective characteristics shall equal or exceed the retroreflective characteristics of traffic industry standard reflective panels. END OF SECTION 01269308 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 2 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 01576 WASTE MATERIAL DISPOSAL PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Disposal of waste material and salvageable material. 1.3 RELATED SECTIONS A. Section 02221 — Removing Existing Pavements. B. Section 02300 — Earthwork. C. Section 02317 — Excavation and Backfill for Structures. 1.4 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, Parkhill, Smith & Cooper, Inc. and Hugo Reed and Associates, Inc., as the entities to be held harmless in any subsequent legal proceeding. Both property permissions and signed releases shall be attested to by a notary public. PART2-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. Asphalt Pavement and Asphalt Stabilized Base: Conform to requirements in Section 02221— Removing Existing Pavements. 01269308 WASTE MATERIAL DISPOSAL 01576 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.2 C. Other Salvageable Materials: Conform to requirements of individual Specification Sections. D. Coordinate the delivery of salvageable material to a specified location with the Engineer. 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 in a timely manner and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess soil may be deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from property owner. See Paragraph 1.4 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. D. Excess material may be disposed at the West Texas Region Disposal Facility. There may be a tipping fee for construction debris and for excess uncontaminated soil. For a complete list of fees associated with the West Texas Region disposal Facility, please go to the City's website at bgp:Hsolidwaste.ci.lubbock.tx.us/disposal/disfees.htm. There may also be a fee per load for every truck that is not covered properly when coming to the landfill. All tipping fees shall be considered to be included in the Contractor's bid prices in accordance with specification Section 01020. END OF SECTION 01269308 WASTE MATERIAL DISPOSAL 01576 - 2 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 01600 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.3 RELATED SECTIONS A. Information to Bidders: Product options and substitution procedures. B. Section 01400 - Quality Requirements. 1.4 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. 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. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. 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 undamaged condition 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. 01269308 PRODUCT REQUIREMENTS 01600 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 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 in a local warehouse. Periodically inspect to assure products are undamaged and are maintained under specified conditions. 8. Materials, products and equipment may be stored off site in a bonded and insured local warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities maybe included in progress pay requests with written approval of the Owner. C. 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. 1.7 SUBSTITUTIONS A. For bidding purposes as provided in "Information to Bidders". 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 ofproposed 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 for review or redesign services associated with re -approval by authorities. 01269308 PRODUCT REQUIREMENTS 01600 - 2 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 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. 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. 3. The Engineer will notify Contractor, in writing, of decision to accept or reject request. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01269308 PRODUCT REQUIREMENTS 01600 - 3 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 01700 CONTRACT CLOSEOUT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 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 — Temporary Facilities and Controls. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 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. 01269308 CONTRACT CLOSEOUT 01700 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the , g , Work: l . Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. D. Record information concurrent with construction progress. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: l . 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: l . 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 as line segment installation is completed and with claim for final Application for Payment. 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. F. Provide Affidavit of Bills Paid as required by General Contract Conditions and Owner. PART 2 - PRODUCTS 1 Not Used PART 3 - EXECUTION Not Used END OF SECTION l 01269308 CONTRACT CLOSEOUT 01700 - 2 01/12 1 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 02050 REMOVAL, DEMOLITION AND SALVAGE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Disconnecting and capping of identified utilities. 1.3 RELATED SECTIONS A. Section 01039 - Coordination and Meetings B. Section 01600 — Product Requirements. C. Section 01700 - Contract Closeout: Project record documents. 1.4 JOINT INSPECTION A. Prior to demolition, a joint inspection by the Owner, Engineer and Contractor will be made to determine condition of existing structures adjacent to items being demolished. Adjacent structures damaged by demolition operations must be restored satisfactorily at no expense to the Owner. 1.5 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700 — Contract Closeout. B. Accurately record actual locations of capped utilities and subsurface obstructions. 1.6 QUALIFICATIONS A. Experience in performing the Work of this Section. 1.7 DISPOSITION OF MATERIALS AND EQUIPMENT A. Ownership of Material and Equipment 1. Certain materials and equipment may be designated for reuse or salvage and will remain 1 " the Owner's property. If the designated items are damaged during demolition, handling or storage, the items must be restored satisfactorily at no expense to the Owner. 2. Materials and equipment not designated for reuse or salvage become the Contractor's property. B. Disposal. All materials and equipment not designated for reuse or salvage shall be disposed of by the Contractor at no expense to the Owner. C. Reuse. Other items may be designated for reuse as directed by the Owner's Representative. 01269308 REMOVAL, DEMOLITION AND SALVAGE 02050 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.8 REGULATORY REQUIREMENTS A. Conform to applicable code for demolition of structures, safety of adjacent structures, dust control, runoff control and disposal. B. Obtain required permits from authorities. C. Notify affected utility companies before starting work and comply with their requirements. D. Do not close or obstruct roadways, sidewalks or hydrants without permits. E. Conform to applicable regulatory procedures when discovering hazardous or contaminated materials. 1.9 SCHEDULING A. Schedule work under the provisions of Section 01039 — Coordination and Meetings. B. Schedule Work to coincide with new construction. C. Describe demolition removal procedures and schedule. PART2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Provide, erect, and maintain temporary barriers and security devices. B. Protect existing landscaping materials, appurtenances and structures which are not to be demolished. C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring. D. Mark location of utilities. 3.2 PROTECTION OF PERSONS AND PROPERTY A. The Contractor is responsible for providing protection of persons and property, including safe working conditions throughout work progress. B. Minimize the spread of dust and flying particles. Execute demolition in a manner to prevent damage from falling debris or other sources to Owner's property or adjacent property. C. Do not interfere with use of adjacent structures; maintain free and safe access at all times. Guard against movement or settlement of adjacent structures. The Contractor is responsible for safety and integrity of adjacent structures and, consequently, is liable for any movement or settlement and any resulting injuries or damage. Provide proper bracing and shoring necessary for support. If safety of adjacent buildings appears to be endangered, cease operations. Do not resume demolition until proper protective measures have been taken. 01269308 REMOVAL, DEMOLITION AND SALVAGE 01/12 02050 - 2 i_j FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.3 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent structures. B. Cease operations immediately if adjacent structures appear to be in danger. Notify Engineer. Do not resume operations until directed. C. Conduct operations with minimum interference to public or private accesses. Maintain protected egress and access at all times. D. Obtain written permission from adjacent property owners when demolition equipment will traverse, infringe upon or limit access to their property. E. Sprinkle Work with water to minimize dust. Provide hoses and water connections for this purpose. 3.4 BLASTING A. Blasting is not permitted on this project. 3.5 FIRES A. Fires are not permitted on this project. 3.6 UTILITY SERVICES A. Disconnecting Seal abandoned storm or sanitary sewers with concrete or by another approved method. B. Interruption When temporary interruption of utility service to an occupied building is required by the work, properly coordinate the outage to prevent untimely or damaging interruptions. 3.7 DEMOLITION A. Disconnect, remove and cap designated utilities within demolition areas. B. Remove foundation walls and footings to a minimum of four feet below finished grade 10 feet beyond area of new construction. C. Remove concrete slabs on grade. D. Remove materials to be re -installed or retained in manner to prevent damage. Store and protect in accordance with requirements of Section 01600 — Product Requirements. E. Rough grade and compact areas affected by demolition to maintain site grades and contours. F. Remove demolished materials from site. G. Do not burn or bury materials on site. Leave site in clean condition. H. Remove all temporary work. 3.8 GENERAL WORK ITEMS A. Contractor may use equipment and materials necessary to properly complete the demolition. Operational procedures are at the Contractor's option but must not interfere with the execution of other work. Materials or equipment designated for reuse or salvage shall be carefully removed, transported and stored in approved storage areas. B. Structures. Remove structures entirely, including footings, contents, attachments and improvements. Carefully remove and lower structural steel. i _.r 01269308 REMOVAL, DEMOLITION AND SALVAGE 02050 - 3 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET C. Removing and Replacing Concrete. Use these procedures where existing concrete must be removed to facilitate operations but will be replaced subsequently. 1. Make initial cut with a concrete saw exercising care to avoid cutting reinforcement. 2. After removing concrete, cut cross bars at center of breakout and bend back. 3. Before replacing concrete, bend bars back to the original position and provide a splice bar for each cut bar. Splice bars must be the size of cut bars and of a length to lap each cut end a minimum of 20 diameters of the bar, unless restricted by the job conditions. 4. Immediately before placing new concrete, thoroughly clean old concrete and apply a heavy coat of bonding agent. 5. Replace concrete as specified in Division 3 - Concrete. D. Backfill 1. Backfill holes or other hazardous openings resulting from demolition with an approved material to the density of adjacent soil as specified in the section describing Earthwork. 2. Backfilling with rubbish or burying on the site is not permitted. E. Cleaning. Keep the work areas free of accumulated debris. Materials and equipment that are not for reuse of salvage must be removed from the site daily, unless otherwise approved. 3.9 MECHANICAL WORK ITEMS A. Remove existing mechanical work items to the extent necessary to accommodate new work. 3.10 ELECTRICAL WORK ITEMS A. Unless otherwise noted, remove all electrical materials and equipment from areas indicated for demolition and from site. B. Remove existing conduit to the extent necessary to accommodate new work or to a minimum of 5 feet beyond area indicated for demolition, whichever is greater. C. Remove all wiring from abandoned conduit. D. Seal abandoned conduits. E. Existing electrical services and controls to items being removed must be disconnected. 3.11 SCHEDULES A. No salvage material or equipment shall be reused on the project unless specifically provided for in the Specifications or so noted on the drawings. END OF SECTION 01269308 REMOVAL, DEMOLITION AND SALVAGE 02050 - 4 O1/12 12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 02082 PRE -CAST CONCRETE MANHOLES AND VAULTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications pertains to pre -cast concrete manholes and related items. 1.3 RELATED SECTIONS A. Section 02317 — Excavation and Backfill for Structures. B. Section 02631— Storm Sewer. 1.4 REFERENCES A. ASTM A 307 - Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile. B. ASTM C 443 - Standard Specification for Joints for Circular Concrete Sewer and Culvert Pipe. C. ASTM C 478 - Standard Specification for Precast Reinforced Concrete Manhole Sections. D. ASTM C 857 — Minimum Structural Design Loading for Underground Precast Concrete Utility Structures. E. ASTM C 858 — Underground Precast Concrete Utility Structure. F. ASTM C 1107 - Packaged Dry, Hydraulic -Cement Grout (Nonshrink). G. ASTM D 698 - Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft) 1.5 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit manufacturer's data and details of following items for approval: 1. Shop drawings of manhole sections and base units and construction details, including reinforcement, jointing methods, materials, and dimensions. 2. Summary of criteria used in the manhole design including, as a minimum, material properties, loadings, load combinations, and dimensions assumed. Include certification from manufacturer that precast manhole design is in full accordance with ASTM C 478 and design criteria as established in Paragraph 2.1 D of this Specification. 3. Shop drawings of precast concrete products, including reinforcement, jointing, methods, materials, and dimensions. 4. Summary of criteria used in the vault design including, as a minimum, material properties, loadings, load combinations, and dimensions assumed. Include certification from manufacturer that precast manhole design is in full accordance 01269308 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 - 1 01/12 FRANKFORD AVENUE — 98m STREET TO 114TH STREET with ASTM C 857 and ASTM C 858 latest revisions, except as modified herein and on the drawings for internal pressure requirements. 5. Materials to be used for pipe connections at manhole/vault walls. 6. Materials to be used for stubs and stub plugs, if required. 7. Manufacturer's data for pre -mix (bag) concrete, if used for channel inverts and benches. 8. Material to be used for sealing of riser joints. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver number of units needed in a timely manner to the project site to ensure installation continuity. Each section or part of manhole shall be labeled with the manhole designation from the drawings to which that section or part belongs. Each section or part shall be labeled prior to being shipped from the manufacturer's plant. Any manhole section arriving from the manufacturer without a manhole designation applied to it shall not be unloaded. B. Store and handle the units at the project site to prevent cracking, distortion, staining, or other physical damage, and so that markings are visible. Lift and support units at designated lift points. C. Deliver anchorage items that are to be embedded in other construction before starting such work. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART 2 - PRODUCTS 2.1 PRE -CAST CONCRETE MANHOLES A. Provide manhole sections, base sections, and related components conforming to ASTM C 478. Provide base riser section with integral floors, unless shown otherwise. Provide adjustment rings which are standard components of the manufacturer of the manhole sections. Mark date of manufacture and name or trademark of manufacturer on inside of barrel. Mark outside and inside of barrel with manhole designation from the drawings as required in paragraph 1.5.B. B. Provide reinforced concrete risers constructed from standard reinforced concrete manhole sections unless otherwise indicated on Drawings. Combine various lengths of manhole 1 sections to total the correct height with the fewest joints. Wall sections shall be designed for depth and loading conditions as required in Paragraph 2.1 D, but shall not be less than 6 inches thick. Base section shall have a minimum thickness of 12 inches under the invert. t Each riser section shall be numbered and labeled inside and outside from base to top cone section with the sequence of manhole stackout. C. Provide eccentrically reducing cone tops to receive cast iron frames and covers designed to support an H-20 loading, unless indicated otherwise. D. Design Loading Criteria: The manhole walls, transition slabs, cone tops, and manhole base slab shall be designed, by the manufacturer, to the requirements of ASTM C 478 for the ° 1 depth as shown on Drawings and to resist the following loads. 1. AASHTO H-20 loading applied to the manhole cover and transmitted down to the transition and base slabs. 2. Unit soil weight of 120 pcf located above all portions of the manhole, including base slab projections. 01269308 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 - 2 _ 01/12 FRANKFORD AVENUE — 98rn STREET TO 114rn STREET 3. Lateral soil pressure based on saturated soil conditions producing an at -rest equivalent fluid pressure of 100 pcf. 4. Internal liquid pressure based on a unit weight of 62.4 pcf for the full height of the manhole. 5. Dead load of manhole sections fully supported by the transition and base slabs. E. The minimum clear distance between any two wall penetrations shall be 12 inches, half the diameter of the smaller penetration, or as specified by the manufacturer, whichever is most stringent. F. For sealants used between concrete riser sections, refer to Paragraph 2.7 B. 2.2 CAST -IN -PLACE CONCRETE A. Conform to requirements of Section 03300 — Cast -in -Place Concrete. B. Channel Inverts: Concrete for inverts not integrally formed with manhole base shall be either 5 sack premix (bag) concrete or ready -mix concrete, with a minimum compressive strength of 4000 psi. 2.3 REINFORCING STEEL A. Reinforcing steel shall conform to requirements of Section 03300 — Cast -in -Place Concrete. A. Conform to requirements of ASTM C 270, Type S using Portland cement. 2.5 MISCELLANEOUS METALS A. Provide gray -iron frames, rings, and covers conforming to requirements of Section 02084 — Frames, Grates, Rings and Covers. 2.6 PIPE TO MANHOLE/VAULT CONNECTIONS FOR STORM SEWERS A. Grout space between the pipe and manhole -wall conforming to ASTM C 1107. 2.7 SEALANT MATERIALS A. Provide sealing materials between precast concrete adjustment ring and manhole cover frame, such as ConSeal CS-202 Butyl Sealant or approved equal. B. Seal joints between sections with ConSeal CS-202 Butyl Sealant or approved equal conforming to ASTM C 990. 2.8 BACKFILL MATERIALS A. Backfill materials shall conform to the requirements of Section 02317 - Excavation and Backfll for Structures. 01269308 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 - 3 01/12 FRANKFORD AVENUE — 98m STREET TO 114m STREET 3.2 PROTECTION A. Protect the following from damage or displacement: 1. Adjacent public and private property. 2. Trees, plants, and other landscape features designated to remain. 3. Utilities not designated to be removed. 4. Pavement and utility structures not designated to be removed. 5. Bench marks, monuments, and existing structures not designated to be removed. 3.3 REMOVALS A. Remove pavements and structures by methods that will not damage underground utilities. Do not use a drop hammer near existing underground utilities. B. Minimize amount of earth loaded during removal operations. C. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. Do not break concrete pavement or base with drop hammer unless concrete or base has been saw cut to a minimum depth of 2 inches. D. Where street and driveway saw cut locations coincide or fall within 3 feet of existing construction or expansion joints, break out to existing joint. E. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint. F. Any existing concrete which is damaged or destroyed beyond the neat lines so established shall be replaced at the Contractor's expense. G. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat clean appearance. H. Where reinforcement is encountered in the removed portions of structures to be modified, a minimum of 1-foot of steel length shall be cleaned of all old concrete and left in place to tie into the new construction where applicable. I. Existing asphalt pavement and caliche base shall be salvaged and delivered to stockpile area at 8425 North Ave. P. Salvage to depth indicated in drawings. Care shall be taken to exclude subgrade soils from the salvaged paving material. Material shall be crushed to a maximum diameter of 2-inches, whether crushed or milled. 3.4 BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02300 — Earthwork or Section 02317 — Excavation and Backfill for Structures as applicable to the specific portion of the work. 3.5 DISPOSAL A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 01576 — Waste Material Disposal. END OF SECTION 01269308 REMOVING EXISTING PAVEMENTS 02221 - 2 _. 01/12 r� FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 02300 IA41t141C[I.'L13ti p PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications refers to general excavation of various materials at storm sewer inlets, storm sewer outlets, channel grading, subgrade preparation related to paving, flexible base, topsoil placement, and other miscellaneous grading items. For trenching -specific earthwork and excavations at least five feet deep, refer to Section 02317 — Excavation and Backfill for Structures. 1.3 RELATED SECTIONS A. Section 01400 — Quality Requirements. B. Section 01500 - Temporary Facilities and Controls. C. Section 02317 — Excavation and Backfill for Structures. D. Section 02318 — Borrow. E. Section 03300 - Cast -in -Place Concrete. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft — lb/ft). ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand -Cone Method ASTM D 1557 (2002) Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft — lbf/ft) ASTM D1586 (1999) Penetration Test and Split -Barrel Sampling of Soils 01269308 EARTHWORK 02300 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 1.5 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. 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. G. 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. H. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. I. Utilities: Include on -site underground pipes, conduits, ducts, and cables. J. 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. K. 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. L. 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. 01269308 EARTHWORK 02300 - 2 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114m STREET M. 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 or ASTM D 1557 as designated in the Contract Documents abbreviated as a percent of laboratory maximum density. Procedure A, B or C shall be applied as applicable along with corrections according to ASTM D 4718. For free draining soils, use maximum reference density according to ASTM D 4253. N. 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 plant life. 1.6 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. 1.7 QUALITY ASSURANCE A. Refer to Section 01400 — Quality Requirements. 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 except that blending of clean crushed concrete will be allowed. Blended material must meet requirements for flexible base as defined in this and other sections. The material source shall be subject to approval by the Engineer. If material characteristics within the approved source change, the material shall be subject to retesting and re -approval prior to continued use. The Contractor shall not change material sources without approval by the Engineer. 01269308 EARTHWORK 02300 - 3 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 2. Flexible base material shall conform to the following test requirements: Sieve Analysis Sieve Size 2-1/2" 1-3/4" 7/8" '/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-116-E (Wet Ball Mill) the material shall have a value not to exceed 55. The percent of material passing the No. 40 sieve shall not increase by more than 25 during the test. 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. 01269308 01/12 EARTHWORK 02300 - 4 r, FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 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 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 as compared with the remainder of the excavated material. In general, this shall be considered as the top 6 inches of excavated material. Surface soil that is 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. B. Special consideration is required for topsoil salvage in cultivated farm land. See Section 02317 — Excavation and Backfill for Structures, and Section 02320 — Backfill Materials for Structures. 3.3 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. 3.4 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks, pavements and similar paths to indicated cross sections, elevations, and grades. 01269308 EARTHWORK 02300 - 5 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.5 SUBGRADE PREPARATION A. Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the Engineer, by scarifying and compacting to a minimum of 95% of Modified Proctor Density at a moisture content within 2% of optimum. Subgrade shall be constructed in maximum of 6 inch lifts. The total thickness of the subgrade shall be 12 inches minimum for thoroughfares and streets greater than 36 feet in width and 6 inches minimum for all other streets, or as indicated on plan sheets. The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. After each lift of subgrade is complete, tests will be made by Contractor with respect to moisture and density using nuclear testing equipment. At any time the Engineer may require proof rolling to test the uniformity of compaction. For 12-inch subgrade preparation in earth cuts, excavate to top of finish subgrade which will be the limit of payment for excavation. Remove the first 6 inches of material and wind row then scarify and compact to a uniform depth at least 12 inches below finish subgrade elevation. Once this first lift meets the testing requirements stated above then the remaining 6 inches of material may be laid back in place to compact and return to finish subgrade elevation. Any fill placed within existing or proposed street right-of-way in execution of an approved cut and fill plan shall meet these requirements for materials and construction. Subgrade not covered with base or other paving material within 7 days of meeting required density may be subject to retesting and reprocessing as determined by the Engineer. 3.6 UNSUITABLE MATERIAL A. If unsuitable material is encountered during subgrade preparation regardless of how it is discovered, the Contractor shall take corrective action as directed by the Engineer. If _ removal and replacement of the material is required or if drying is required deeper than 6 inches below subgrade it will be considered over excavation and paid for separately.-1 Contractor shall back fill any over excavation with suitable material and compact to 95% of Modified Proctor Density at a moisture content within 2% of optimum in ' accordance to ASTM D698. 3.7 FLEXIBLE BASE CONSTRUCTION kfilled and leveled with approved topsoil prior to placing A. Areas behind curbs shall be bac pp p p p g base material. B. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. Processing shall be accomplished in multiple lifts of 3 inches compacted thickness. Each course shall be wetted and rolled as required to produce a uniform compaction of 98% of Modified Proctor 1 Density at a moisture content 1% to 2% below optimum. C. Completed flexible base shall be cured for at least 7 days before finishing. During the curing period the street may be opened to traffic. The base shall be maintained by blading, watering, or other methods until the wearing surface is placed. j 01269308 EARTHWORK 02300 - 6 01/12 r� t_ t, FRANKFORD AVENUE — 98TH STREET TO 114TH STREET D. The compacted flexible base shall be finished and shaped immediately preceding the application of the surface treatment. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing material as required, reshaping, and recompacting, or other methods approved by the Engineer. E. Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-section, using a 10 foot long straight edge, shall be corrected as provided above. A. Stockpile satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover or spray with dust suppressant to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of trees. 3.9 UTILITY TRENCH BACKFILL A. Refer to Section 02317 — Excavation and Backfill for Structures. 3.10 FILL A. Preparation: Remove vegetation, topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills. B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. C. Place and compact fill material to required elevations as directed in Paragraph 3.12 using satisfactory soil material. 3.11 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.12 COMPACTION OF FILLS A. Place fill materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Each layer of backfill or fill material should be compacted to a minimum of 95% of Modified Proctor Density at a moisture content within 2% of optimum. 01269308 EARTHWORK 02300 - 7 O1/12 r FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.13 TESTING A. Testing Agency: Contractor shall perform construction materials 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 Engineer has verified that 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 5000 sq. ft. or less of paved area, but in no case fewer than three tests. 2. Trench Backfill: Refer to Section 02317 — Excavation and Backfill for Structures. 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. 3.14 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. 3.15 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash, debris and excess weeds. 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 recom act. p C. Where settling occurs before Project correction period elapses, remove finished surfacing, L 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. 01269308 01/12 EARTHWORK 02300 - 8 r� i t� FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.16 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. END OF SECTION 01269308 EARTHWORK 02300 - 9 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 02317 EXCAVATION AND BACKFILL FOR STRUCTURES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of structures, including storm sewers, culverts, manholes and other pipeline structures. 1.3 RELATED SECTIONS A. Section 01330 — Submittal Procedures. B. Section 01400 — Quality Requirements. C. Section 01500 — Temporary Facilities and Controls. D. Section 01555 — Barricades, Signs and Traffic Handling. E. Section 02221 — Removing Existing Pavements. F. Section 02300 — Earthwork. G. Section 02318 — Borrow. H. Section 02320 — Backfill Materials for Structures. 1.4 DEFINITIONS A. Pipe Foundation: Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Pipe Bedding: The portion of trench backfill that extends vertically from top of foundation - up to a level line at bottom of pipe, and horizontally under 1/3 of the pipe O.D. C. Haunching: The material placed on either side of pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. For flexible wall pipe, the haunching material extends to a minimum of 12" above the top of the pipe. 1 D. Initial Backfill: The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement i subgrade, and horizontally from one trench sidewall to opposite sidewall. E. Pipe Embedment: The portion of trench backfill that consists of bedding, haunching and initial backfill. F. Trench Zone: The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath pavement. r G. Backfill: Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. 01269308 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO I le STREET H. Surface Water Control: Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. I. Excavation Drainage: Removal of surface water in trench by sump pumping or other approved means. J. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. 1. Dry Stable Trench: Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. 2. Stable Trench with Seepage: Stable trench in which ground water seepage is controlled by excavation drainage. a. Stable Trench with Seepage in Clayey Soils: Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. b. Stable Wet Trench in Sandy Soils: Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. 3. Unstable Trench: Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving or loss of density. K. Subtrench: Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. L. Trench Dam: A placement of low permeability material in pipe embedment zone or foundation to prohibit ground water flow along the trench. M. Over -Excavation and Backfill: Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. N. Foundation Backfill Materials: Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. 1.5 REFERENCES A. ASTM D 558 - Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-lb (2.49-kg) Rammer and 12-in. (304.8-mm) Drop. C. ASTM D 1556 - Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 - Classification of Soils for Engineering Purposes. E. ASTM D 2922 - Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 - Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 01269308 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 2 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET H. TxDOT Tex- 101-E - Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex- 110-E - Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.6 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures. 1.7 SUBMITTALS A. Conform to Section 01330 - Submittal Procedures. B. Submit a written description for information only of the planned typical method of excavation, backfill placement and compaction, including: 1. Sequence of work and coordination of activities. 2. Selected trench widths. 3. Procedures for foundation and embedment placement, and compaction. 4. Procedure for use of trench boxes and other premanufactured systems while assuring specified compaction against undisturbed soil. C. Submit a surface water control plan in accordance with requirements in this Section. D. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 - Backfill Materials for Structures. E. Submit record of location of storm sewer installed, referenced to survey control points. Include locations of utilities encountered that are not shown on Drawings or rerouted for the convenience of the Contractor. Give stations, NAD 83 state plane coordinates, NAVD 88 elevations, inverts, and gradients of installed storm sewer. F. Submit all field density tests results. G. Submit laboratory density compaction curves for each material. H. Submit 28 day compressive strength of flowable fill. 1.8 TESTS A. Perform backfill material source qualification testing in accordance with requirements of Section 02320- Backfill Materials for Structures. B. Once within pavement subgrade depth under paved areas, perform field density tests of subgrade at the frequency specified in Section 02300 — Earthwork. C. The Owner will perform his own check of field densities at random intervals at Owner's expense for passing tests. Failing tests will be charged to the Contractor. PART2-PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. 01269308 EXCAVATION AND BACKFILL FOR STRUCTURES 01/12 02317 - 3 r FRANKFORD AVENUE — 98TH STREET TO 114TH STREET B. Use only hand -operated tamping equipment until a minimum cover of 12 inches is obtained over pipes, conduits, and ducts. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use vibratory equipment until 5 feet of cover over pipes, conduits and ducts is obtained. Do not use vibratory equipment if adjacent structures are affected. C. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. D. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other existing structures either above or below ground; in such instances hand methods shall be employed. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 02320 - Backfill Materials for Structures. PART 3 - EXECUTION 3.1 PREPARATION A. Establish traffic control to conform to requirements of Section 01555 — Barricades, Signs and Traffic Handling and the Drawings. B. Perform work to conform to applicable safety standards and regulations. C. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. Obtain approval from the Owner and agency for any repairs or relocations, either temporary or permanent. D. Remove existing pavements and structures, including sidewalks and driveways, to conform to requirements of Section 02221 - Removing Existing Pavements. E. Maintain permanent benchmarks, monumentation, and other reference points. Unless otherwise directed in writing, replace those which are damaged or destroyed. 3.2 PROTECTION A. The Contractor shall locate all existing underground lines within construction limits, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto. Conflicting utilities should be relocated by others prior to construction. Verification of location, size and burial depth of existing utilities shall be the complete responsibility of the Contractor. B. The Contractor shall protect existing structures, and other permanent objects outside of grading limits and within the grading limits as designated on the Drawings. C. Contractor shall protect and support above -grade and below -grade utilities which are to remain. D. Contractor shall restore damaged permanent facilities to pre -construction conditions, at the Contractors expense, unless replacement or abandonment of facilities are indicated on the Drawings. 01269308 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 4 01/12 FRANKFORD AVENUE — 98TH STREET TO 114Tx STREET E. Contractor shall implement measures to minimize erosion of trenches. Do not allow water to pond in trenches. Where slides, washouts, settlements, or areas with loss of density or pavement failures occur, repair, recompact, and repave those areas at no additional cost to Owner. F. The Contractor is responsible for notifying pipeline and cable utility owners of his intention of crossing their utility no less than seven days prior to crossing the utility. 3.3 EXCAVATION A. Perform excavation work so that pipe, conduit, and ducts can be installed to depths and alignments shown on the Drawings. Avoid disturbing surrounding ground and existing facilities and improvements. B. Structural excavation quantities have been determined based on dimensions shown in the Drawings C. Salvage topsoil in unpaved areas for later re -introduction into surface of trench. In roadside ditch areas, topsoil will be considered to be the soil above the uppermost calcium carbonate caliche layer. Depth of topsoil will vary. Excavate topsoil and keep separate from other excavated soil. Excavate with smooth -lip excavator bucket if necessary to avoid intermixing with caliche and undesirable soils. Stockpile topsoil separately from other excavated materials. D. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. 3.4 HANDLING EXCAVATED MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming to Section 02320 - Backfill Materials for Structures. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. B. When required, provide additional backfill material conforming to requirements of Section 02318 - Borrow. C. Do not place stockpiles of excess excavated materials on streets and adjacent properties except as approved by Owner prior to excavation operations. Protect excess stockpiles for use on site. Maintain site conditions in accordance with Section 01500 - Temporary Facilities and Controls. D. Protect topsoil from intermixing with undesirable materials. E. All surplus or unsuitable materials shall be loaded and wasted at the Contractor's expense. 3.5 TRENCH FOUNDATION A. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. B. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. C. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench it shall be removed to a depth of six inches below grade, refilled with approved material, and thoroughly compacted. 01269308 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 5 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.6 PIPE EMBEDMENT, PLACEMENT, AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place pipe bedding and backfill as shown on Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing when compacted. Do not allow materials to free -fall from heights greater than 24 inches above top of pipe. D. For flowable backfill, vibrate with concrete vibrator to consolidate material under haunches. Use minimum two-inch diameter vibrator, vibrate backfill continuously along entire length of pipe leaving no unconsolidated lengths or areas. If compaction is required to fill all voids with flowable backfill, then hand operated tampers may be used. 3.7 TRENCH ZONE BACKFILL PLACEMENT AND COMPACTION A. Place backfill for pipe or conduits and restore surface as soon as practicable. Leave only the minimum length of trench open as necessary for construction. B. Place trench zone backfill in lifts and compact by methods selected by the Contractor. Fully compact each lift before placement of the next lift. 1. Flowable Backfill. a. Place in depths as shown on plans. b. Use vibratory equipment to ensure placement under the haunches of the pipe. C. Backfilling of the remaining trench depth after flowable backfill has been placed shall not commence until the in -place flowable backfill has attained a penetration resistance reading of at least 30 when measured with a soil penetrometer according to ASTM D 1558 and using one -tenth square -inch needle. This equates to a penetration resistance of approximately 300 pounds per square inch. This is not a strength requirement for the flowable backfill, but a measure of the degree of curing of the flowable backfill. After a penetrometer reading of 30 is obtained on the flowable backfill, then compacted backfill operations may commence. The contractor shall furnish and have on site a calibrated ASTM D 1558 soil penetrometer with one -tenth square -inch needle. The Contractor shall take no less than four penetrometer readings, equally spaced on both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each day's trench length that is planned for controlled density backfill operations. Such readings shall be taken prior to commencing backfill operations. 2. Bedding Material a. Sand bedding shall be loosely placed in trench as shown on Drawings. 3.8 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.9 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 - Backfill Materials for Structures. 01269308 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 6 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to Owner. C. Tests will be performed by Contractor on a minimum of three different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex-101-E and Tex-I10-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. One test for moisture -density relationship will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. In -place density tests of soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. 1. A minimum of one test for every 100 linear feet of compacted pipe foundation. 2. One test for every 12" lift of backfill material outside of trench zone. 3. One test on all precast inlet or manhole foundations. 4. The number of tests will be increased if inspection determines that soil type or moisture content are not uniform or if compacting effort is variable and not considered sufficient to attain uniform density, as specified. 5. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. 6. Two verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. 7. Recompacted placement will be retested at the same frequency as the first test series, including verification tests. F. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. 3.10 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 - Waste Material Disposal END OF SECTION 01269308 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 7 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 02318 BORROW PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 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. 1.3 RELATED SECTIONS A. Section 01400 — Quality Requirements. B. Section 02300 - Earthwork. C. Section 02317 - Excavation and Backfill for Structures. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft) ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 01269308 BORROW 02318 - 1 01/12 r. FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.5 DEFINITIONS A. Refer to Section 02300 — Earthwork and Section 02317 — Excavation and Backfill for Structures. 1.6 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: l . 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. Topsoil for a particular location shall closely match the original topsoil removed from that particular location in terms of color, Atterberg limits and texture. PART 3 - EXECUTION 3.1 METHODS OF CONSTRUCTION A. Prior to commencing this work, all erosion control and environmental measures required l 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 all required permits. E. Contractor shall notify Engineer 3 weeks prior to opening pit to permit necessary testing t_t for approval of materials. All borrow sites shall comply with the requirements of the permit. r1 01269308 BORROW 02318 - 2 01/12 1_ FRANKFORD AVENUE — 98TH STREET TO 114TH STREET F. During construction, keep borrow sources drained insofar as practicable to permit final cross sections to be taken, when required. G. Maintain borrow sites to minimize the impact on the appearance of the natural topographic features and at no time create a potential hazard to the public. END OF SECTION 01269308 BORROW 02318 - 3 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 02320 BACKFILL MATERIALS FOR STRUCTURES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section of the specifications covers materials related to the backfill of structures. Included are the following: 1. Sand bedding. 2. Flowable fill. 3. Lean concrete backfill. 4. Native soil materials. 5. Topsoil. 1.3 RELATED SECTIONS A. Section 01330 — Submittal Procedures. B. Section 01400 — Quality Requirements. C. Section 02300 — Earthwork. D. Section 02317 — Excavation and Backfill for Structures. E. Section 02318 — Borrow. 1.4 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Structures. 1.5 REFERENCES A. ASTM C 33 - Specification for Concrete Aggregate. B. ASTM C 40 - Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 - Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 - Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 - Test Method for Sieve Analysis of Fine and Coarse Aggregates. 1 F. ASTM C 142 - Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft). t-t H. ASTM D 1140 - Test Method for Amount of Materials in Soils Finer Than No. 200 Sieve. I. ASTM D 2487 - Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 - Standard Practice for Description and Identification of Soils r i (Visual -Manual Procedure). L K. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 01269308 BACKFILL MATERIALS FOR STRUCTURES 02320 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 1141H STREET L. ASTM D 4643 - Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. M. TxDOT Tex- 101-E - Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex- 104-E - Test Method for Determination of Liquid Limit of Soils (Part 1) O. TxDOT Tex- 106-E - Test Method - Methods of Calculating Plasticity Index of Soils. P. TxDOT Tex- 110-E - Determination of Particle Size Analysis of Soils. 1.6 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials to comply with Paragraph 2.2, Materials Testing and Section 02318 - Borrow. D. Before stockpiling materials, submit a copy of temporary easement or approval from landowner for stockpiling backfill material on private property. E. For each delivery of material, provide a delivery ticket which includes source location. 1.7 TESTS A. Perform tests of sources for off -site backfill material in accordance with Paragraph 2.2 and Section 02318 - Borrow. B. Verification tests of backfill materials may be performed by the Owner, at Owner's expense; however, failing tests will be charged to the Contractor and deducted from Contractor's progress payments. PART 2 - PRODUCTS 2.1 MATERIAL DESCRIPTIONS A. Sand Bedding 1. Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C33. 2. Gradation shall conform to ASTM C136 and the following limits. SIEVE PERCENT PASSING 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 01269308 BACKFILL MATERIALS FOR STRUCTURES 02320 - 2 01/12 FRANKFORD AVENUE — 98TH STREET TO 114"" STREET B. Flowable Fill 1. Cement content 2 sack mix per cubic yard. 2. Water —to -cement ratio = .6 to 0.75. 3. Maximum aggregate size shall not exceed 1.5-inch diameter. C. Native Soil Material for Backfill 1. Provide backfill material that is free of stones greater than 6 inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. D. Topsoil l . Provide topsoil material that is free of stones greater than 1-inch, free of roots, waste, trash, debris, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. Cultivated farm land topsoil shall be free of rocks. 2. Surface should be made clear of rock and other debris before planting. 3. Use topsoil material salvaged under Section 02317 — Excavation and Backfill for Structures of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non - paved areas. E. It is the intent that materials excavated from trench or cut and cover operations be used as backfill in the same general open cut location. There is not a specification limit on liquid limit, plastic limit or plasticity index for native materials removed from a trench and then used as backfill in that same trench. Native backfill materials shall meet the requirements of paragraph 2.1.1). Where material must be imported to bring a trench to grade, then the material requirements of this section shall be followed. Where street flexible base is involved, the flexible base shall meet the requirements of Section 02300 - Earthwork. 2.2 MATERIAL TESTING A. Ensure that material selected, produced and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification. Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: 1. Gradation. Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. 2. Plasticity of material passing the No. 40 sieve. 3. Los Angeles abrasion wear of material retained on the No. 4 sieve. 4. Clay lumps. 5. Lightweight pieces 6. Organic impurities C. Production Testing. Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. 01269308 BACKFILL MATERIALS FOR STRUCTURES 02320 - 3 O1/12 i 1J (l FRANKFORD AVENUE — 98TH STREET TO 114TH STREET D. Assist the Engineer in obtaining material samples for verification testing at the source or at the production plant. E. Native material requires testing only when questionable material is encountered. PART 3 - EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. B. Identify off -site sources for backfill materials at least 21 days ahead of intended use so that the Engineer may obtain samples for verification testing. C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations for practical material handling and control, and verification testing by the Engineer in advance of final placement. Obtain approval from landowner for storage of backfill material on adjacent private property. B. When stockpiling backfill material near the project site, use appropriate covers to eliminate blowing of materials into adjacent areas and prevent runoff containing sediments from entering the drainage system. C. Cement stabilized backfill and lean concrete backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. 3.3 FIELD QUALITY CONTROL A. Quality Control 1. The Engineer may sample and test backfill at: a. Sources including borrow pits, production plants and Contractor's designated off -site stockpiles. b. On -site stockpiles. C. Materials placed in the Work. 2. The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. 01269308 BACKFILL MATERIALS FOR STRUCTURES 02320 - 4 01/12 FRANKFORD AVENUE — 98T" STREET TO 114TH STREET B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with Owner and Engineer in allowing access to materials. END OF SECTION 0 01269308 BACKFILL MATERIALS FOR STRUCTURES 02320 - 5 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 02631 STORM SEWER PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Storm Sewers and appurtenances. B. Reinforced concrete pipe. C. Reinforced concrete box. 1.3 RELATED SECTIONS A. Section 02300 - Earthwork. B. Section 02632 — Cast -In -Place Headwalls and Wingwalls. C. Section 03300 - Cast -In -Place Concrete, Concrete Headwalls. 1.4 REFERENCES A. ASTM C990 — Joints for Concrete Pipe, and Precast Box Sections using Preformed Flexible Joint Sealants. B. ASTM C 1433 Precast Concrete Box Sections for Culverts, Storm Drains, and Sewers. C. ASTM D698 — Standard Test Methods for Laboratory Compaction Characteristics of Soil using Standard Effort (12,400 ft — lb f/ft3 (600 kn-m/m)). D. ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). E. ASTM D3017 - Test Methods for Moisture Content of Soil and Soil -Aggregate Mixtures. 1.5 SUBMITTALS FOR REVIEW A. Section 01330 - Submittal Procedures. B. Product Data: Provide data on pipe, precast inlets, fittings and accessories. 1.6 SUBMITTALS FOR INFORMATION A. Section 01330 - Submittal Procedures. B. Manufacturer's Installation Instructions: Indicate special procedures required to install Products specified. 1.7 SUBMITTALS AT PROJECT CLOSEOUT A. Section 01700 - Contract Closeout. 01269308 STORM SEWER 02631 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET PART 2 - PRODUCTS 2.1 PRECAST CONCRETE A. Pipe: 1. The design live load will be HS 20. 2. The 28-day compressive strength shall be a minimum of 5,000 psi. 3. Reinforced Concrete Pipe shall conform to Item 464 of the 2004 TxDOT Standard Specifications. 4. Reinforced concrete box culvert shall conform to Item 462 of the 2004 TxDOT Standard Specifications. B. Joint: 1. Pre -formed flexible joint sealant shall be used for sealing joints of tongue and groove concrete culvert. 2. Flexible joint sealants shall meet the requirements of ASTM C990. 3. Provide a size of the preformed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint. 4. Flexible joint sealants must be protected by a suitable wrapper and the jointing material must maintain integrity when the wrapper is removed. 5. The flexible joint sealant shall conform to item 464.2.I.4 of the 2004 TxDOT Standard Specifications. C. Concrete pipe culverts shall meet ASTM C76 for Class IV, Wall B pipe. 2.2 BEDDING AND COVER MATERIALS A. Bedding: Sand material meeting the requirements of Section 02320 - Backfill Materials for Structures. 2.3 ACCESSORIES A. End of Concrete Culvert Headwalls as shown in the plans. Concrete and reinforcement as specified in Sections 02632 — Cast -in -Place Headwalls and Wingwalls and Section 03300 — Cast -in -Place Concrete. PART 3 - EXECUTION 3.1 EXCAVATION A. Earthwork. Refer to Section 02317 — Excavation and Backfill for Structures and as indicated on Drawings. B. Line and Grade. Contractor shall establish the line and grade as indicated on Drawings. Maintain this control for a minimum of 100 feet behind and ahead of the pipe -laying operation. Use amply sized grade boards. Protect grade boards and location stakes from damage or dislocation. Use of laser beam equipment to establish and maintain proper line and grade of the work is acceptable. C. Trench Excavation. Excavate pipe trenches to a level as indicated on the trench detail Drawings. Backfill the excavation with the specified bedding material to the level indicated on the drawings. Tamp and compact backfill to provide bedding at the indicated grade. Form the bedding foundation to the minimum depth indicated on the drawings. 01269308 STORM SEWER 02631 - 2 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.2 LAYING AND INSTALLING PIPE A. Install and maintain excavation supports. B. The Owner shall inspect all culverts before being laid, and reject any section at his discretion that is damaged by handling or is defective to a degree which will materially affect the function and service of the pipe. C. Install pipe only after excavation is completed, bottom of trench is shaped, bedding material is installed, and trench has been approved by the Engineer. D. Install pipe to the line and grade indicated on Drawings. Place pipe so that it has continuous bearing of barrel on bedding material and is laid in the trench so the interior surfaces of the pipe follow the grades and alignments indicated. E. Install pipe with the spigot ends toward the direction of flow. F. The laying of the culvert in the finished trench shall be started at the lowest point and laid upgrade. When tongue and groove pipe is used, the grooved end shall be laid upgrade. G. Form a concentric joint with each section of adjoining pipe to prevent offsets. H. Place and drive home newly laid sections with come -a -long winches to eliminate damage to sections. Use of back hoes or similar powered equipment will not be allowed for placing or joining pipe, unless protective measures are provided and approved in advance by the Engineer. I. Keep interior of pipe clean as installation progresses. Where cleaning after laying the pipe is difficult because of small pipe size, use a suitable swab or drag inside the pipe and pull it forward past each j oint immediately after the j oint has been completed. Maintain clean gaskets and gasket sealing surfaces. J. Keep excavations free of water during construction and until final inspection. K. When work is not in progress, cover the exposed ends of pipes with a plug specifically designed as pipe plug to prevent foreign material from entering the pipe. L. Culvert shall not be laid on frozen ground. M. Culvert which is not true in alignment, or which shows any settlement after laying shall be taken up and relaid without extra compensation. N. Construct sloping reinforced headwall as shown in the plans. 3.3 INSTALLATION OF APPURTENANCES A. Construct manholes to conform to requirements of Section 02082 — Pre -Cast Concrete Manholes and Vaults. B. Install headwalls and wingwalis to conform to requirements of Section 02632 — Cast -In -Place Headwalls and Wingwalls. Install inlets and control structures according to the Drawings and Section 03300 — Cast -In -Place Concrete. C. Excavate and backfill headwalls, wingwalls, inlets, and control structures in accordance with Section 02300 — Earthwork. 3.4 BACKFILL A. Backfill trench after pipe installation is inspected and approved by the Engineer. B. Bed pipes with materials conforming to requirements of Section 02320 — Backfill Materials for Structures and as indicated on Drawings. C. Backfill and compact soil in accordance with Section 02317 — Excavation and Backfill for Structures. D. Install flowable fill at sides and over top of pipe. 01269308 STORM SEWER 02631 - 3 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET E. Asphalt Stabilized Base or Cement Stabilized Base should be used for fill over the top of pipe or box if cover depth is less than 24-inches below pavement structure and should be subsidiary to culvert and/or storm drain pipe installation. Flowable Fill should conform to TxDOT Item 401— Flowable Backfill. F. The material shall be thoroughly consolidated and shovel sliced to eliminate voids near the pipe. 3.5 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 shoulders or as ordered by the Owner. B. Repair and replace removed or damaged pavement and sidewalks as specified in the following applicable sections and shown on the drawings: 1. Unpaved roadway surfaces consisting of flexible base as the surface course: Section 02300 — Earthwork. 2. Flexible base under paved roadway: Section 02300 — Earthwork. 3. Asphalt stabilized base: Section 02741 — Hot -Mix Asphalt Paving. 4. Hot -mix surface or wearing course: Section 02741 — Hot -Mix Asphalt Paving. 5. Concrete pavement, valley gutter, curb and gutter, driveways, and sidewalks: Section 02751 — Portland Cement Concrete Pavement. 6. Sealing pavement joints: Section 02764 — Pavement Joint Sealants. C. Grade surface as a uniform slope to natural grade as indicated on the drawings. Provide the minimum depth of topsoil of 6 inches, unless otherwise indicated on the drawings or specified to be a greater depth, and seed or sod according to requirements of Section 02900 - Seeding and Section 02317 — Excavation and Backfill for Structures. D. In paved areas, clean street in which storm sewer is placed by rotary broom, or street sweeper, or both as necessary to remove dirt, rock and debris. E. Clean haul streets and other paved areas used during construction by rotary broom, or street sweeper, or both as necessary to remove dirt, rock and debris. F. Street cleaning to take place within 10 calendar days after street repairs are complete. G. Dispose of dirt, rock and debris from cleaning according to Section 01576 — Waste Material Disposal. H. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear and in good condition. I. Performance of the cleaning and restoration work described herein is not payable directly but shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the storm sewer. 3.6 ERECTION TOLERANCES A. Lay pipe to alignment and slope gradients noted on drawings; with maximum variation from true slope of 1/2-inch. B. Maximum Offset of Pipe From True Alignment: 6 inches. C. Maximum Variation in Profile of Structure From Intended Position: 0.2 percent. 3.7 FIELD QUALITY CONTROL A. Section 01400 - Quality Requirements: Field inspection and testing. B. Request inspection prior to and immediately after placing cover over pipe. 01269308 01/12 STORM SEWER 02631 - 4 V In FRANKFORD AVENUE — 98TH STREET TO 114TH STREET C. Compaction testing will be performed in accordance with Section 02317 — Excavation and Backfill for Structures. D. If tests indicate Work does not meet specified requirements, remove Work, replace and retest. 3.8 PROTECTION A. Protect all structures and bedding from damage or displacement while placing pipes and inlets, and during backfilling operation. 01269308 O1/12 END OF SECTION STORM SEWER 02631 - 5 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 02632 CAST -IN -PLACE HEADWALLS AND WINGWALLS PART 1- GENERAL 11 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Cast -in -place headwalls and wingwalls for storm sewers. 1.3 RELATED SECTIONS A. Section 03300 - Cast -In -Place Concrete. 1.4 REFERENCES A. ASTM C 270 - Specification for Mortar for Unit Masonry. 1.5 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 - Submittal Procedures. B. Submit shop drawings for approval of design and construction details for cast -in -place units which differ from units shown on Drawings. PART 2 - PRODUCTS 2.1 MATERIALS A. Concrete: Conform to Section 03300 — Cast -in -Place Concrete, unless otherwise indicated on drawings. Provide color conditioned concrete where indicated on drawings. B. Reinforcing Steel: Conform to requirements of Section 03300 — Cast -in -Place Concrete. C. Mortar: Conform to requirements of ASTM C 270, Type S using Portland cement. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify lines and grades are correct. B. Verify compacted subgrade will support loads imposed by inlets. 01269308 CAST -IN -PLACE HEADWALLS AND WINGWALLS 02632 -1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.2 INSTALLATION A. Construct inlets, headwalls, and wingwalls complete in place to the dimensions, lines and grades as shown on drawings. B. Excavate in accordance with requirements of Section 02317 - Excavation and Backfill for Structures. C. Forms will be required for both the outside and inside faces of concrete inlet walls; however, if the nature of the material excavated for the inlet is such that it can be hand trimmed to a smooth vertical face, and the vertical face will not deform or displace under concrete placing operations, the outside forms may be omitted with approval of Engineer. D. Place reinforcing steel to conform to details shown on the drawings. Provide a positive means for holding steel cages in place during concrete placement. Welding of reinforcing steel is not permitted unless noted on the drawings. The maximum variation in reinforcement position is plus or minus 10 percent of wall thickness or plus or minus '/2 inch, whichever is less. Regardless of variation, the minimum cover of concrete over reinforcement as shown on the drawings shall be maintained. E. Chamfer exposed edges unless otherwise indicated on Drawings. 3.3 FINISHES A. Cut off pipe leads neatly at the inside face of headwall. Point up with mortar. B. Finish concrete surfaces in accordance with requirements of Section 03300 - Cast -In -Place Concrete. 3.4 BACKFILL A. Backfill the area of excavation surrounding each completed inlet according to the requirements of Section 02317 - Excavation and Backfill for Structures. END OF SECTION 01269308 CAST -IN -PLACE HEADWALLS AND WINGWALLS 02632 -2 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 02633 EXTENDING CULVERT AND STORM DRAIN PIPE 16A.1-WNEW D)N017�� 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. Prepare and construct extensions of existing structures. 1.3 RELATED SECTIONS A. Section 02300 — Earthwork -3 B. Section 02317 — Excavation and Backfill for Structures C. Section 03300 — Cast -in -Place Concrete D. TxDOT Item 464 — Reinforced Concrete Pipe 1.4 CONSTRUCTION A. Verification 1. Verify pertinent dimensions and elevations of the existing structure before ordering _ any required materials. B. Excavation Lj 1. Perform work in accordance with Section 02317 — Excavation and Backfill for Structures and the requirements of this Section. C. Removal. 1. Carefully remove portions of the existing structure to the lines and dimensions shown on the plans or as directed. Dispose of these materials as shown on the plans or as directed. 2. Use removal equipment, as approved that will not damage the portion of the structure that is to remain. D. Connection 1. Connect reinforced concrete pipe to corrugated metal pipe with a suitable concrete collar having a minimum thickness of 6 in. or as shown on the plans. 2. Grout spaces between existing and new pipes such that the transition will be smooth. Grout shall extend a minimum of 12 in. into the existing pipe from the location of the splice or end of the new pipe. E. Damage-, 1. If items designated for reuse are damaged by the Contractor, replace them with new !_ material or restore them to previous condition, as approved. The Contractor may remove and dispose of existing structures and construct new structures at no expense to the Owner if approved by the Engineer. END OF SECTION 01269308 EXTENDING CULVERT AND STORM DRAIN PIPE 02633 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 02665 WATER WORKS PIPING, VALVES AND FITTINGS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications covers all water piping, force main piping, lift station piping, valves, and fittings required for the project. The term piping as used herein shall include all piping, valves, fittings and accessories as shown on the plans and/or as specified herein. 1.3 RELATED SECTIONS A. Section 01039 - Coordination and Meetings. B. Section 01330 — Submittal Procedures. 1.4 MATERIAL SCHEDULE A. All water supply lines shall be C900 DR18 PVC pipe except as noted below. B. Miscellaneous piping shall be furnished and installed as indicated on the drawings. Sanitary sewer piping shall be as specified in Section 02730 — Sanitary Sewer Line Construction. 1.5 SUBMITTALS A. Submit all manufactures data for all pipe, valves and fitting including all pipe thickness class calculations. PART2-PRODUCTS 2.1 PVC PIPE A. PVC pipe shall be of the rubber gasketed, push on joint type (Bell-Tite or approved equal), AWWA C-900, Class 150 (DR 18) for sizes < 14" diameter. B. PVC pipe shall be of the rubber gasketed, push on joint type (Bell-Tite or approved equal), AWWA C-905, PR = 235(DR 18) for sizes >-14" diameter. C. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 01269308 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 2.2 DUCTILE IRON PIPE (DIP) A. Ductile iron pipe shall be manufactured in accordance with AWWA C151. In general, ductile iron pipe shall have flanged fittings when installed above and below ground. Pipe thickness shall be as required for the scheduled internal working pressure with minimum Thickness Class 50. Thickness for buried pipe shall be computed in accordance with AWWA C150 for appropriate depths of cover. B. All ductile iron pipe shall have an exterior bituminous coating and shall be cement lined in conformance with AWWA C104. C. Flanged j oints shall meet the requirements of AWWA C 115. Bolts and nuts shall be of the best quality mild steel and shall have hexagonal heads. Suitable rubber ring gaskets shall be provided in all flanged joints. Flanges shall be of ductile iron. D. Mechanical joints and push -on joints shall conform to the requirements of AW WA Cl I I unless otherwise specified. E. The pipe shall be new and of best quality in materials and workmanship. All pipe shall be subjected to thorough inspection at the job site before being placed. Any piece found to be defective shall be rejected and removed from the project. 2.3 EXTERIOR DUCTILE IRON PIPE COATING A. Surface Preparation — Solvent wipe all surfaces to remove oil, grease, or other contaminants. Measure existing surface profile of substrate. If existing profile is 1.5 mils or greater, hand or power tool clean all rusted areas per SSPC — SP2 or SSPC-SP3. Ifprofile is less than 1.5 mils, brush-off blast entire surface per SSPC-SP7. B. Prime Coat — Tnemec Series 135 at 4.0 — 6.0 dry mils. C. Second Coat — Tnemec Series 135 at 4.0 — 6.0 dry mils. 2.4 PIPE FITTINGS A. General - Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. 1. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. 2. All flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI B 16.1 Class 125 flanges rated for at least 250 psi working pressure. Bolts for flanged joints shall be of the length and diameter required by the ANSI Specification. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads. Suitable 1/8" thick rubber ring gaskets shall be provided for all flanged joints. B. Ductile Iron Fittings - Ductile iron fittings shall conform to AWWA Cl 10. In general, flanged fittings shall be used on all exposed piping and all other fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. 1. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with the AWWA specifications C104 and C 106 respectively. 2. All ductile iron fittings shall be cast from the same quality of metal used in casting the ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for the ductile iron pipe. 01269308 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 2 01/12 L z_ FRANKFORD AVENUE — 98TH STREET TO 114TH STREET l 3. Where flanged fittings are used the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. 2.5 PIPE JOINTS A. Push -on Joints - Push -on joints shall be as specified in AWWA Standard Cl 11. B. Mechanical Joints - Mechanical joints shall be as specified in AWWA Standard C111. C. Flanged Joints - Flanged joints shall meet the requirements of ANSI B 16.1 (Class 125) rated for a working pressure of not less than 250 psi. Bolts shall be of the length and diameter required by the ANSI Specification for Class 125 flanges. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads, except where other types of bolts are specified. Tighten bolts progressively to prevent unbalanced stress. Draw bolts tight to insure proper setting of gaskets. Suitable full face gaskets shall be used in all flanged joints. D. Miscellaneous Joints - Miscellaneous types of joints shall be made as specified in other paragraphs or as recommended by the manufacturer. All joints shall be made using materials and methods as required to produce joints that will function satisfactorily under the various conditions encountered. 2.6 VALVES A. General - Valves shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. B. Gate Valves - All gate valves shall be resilient seat, iron body, bronze mounted throughout and 1 shall meet all requirements of AWWA C 509. The valves shall be of the type of joint used in the piping. All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two-inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. Gate valves shall be furnished with O-ring stem packing and shall be Mueller 2360 Series or approved equal. C. Check Valves 1. Check Valves — shall be surgemaster swing check valves series #7200 as manufactured by Val-Matic Valve and Manufacturing Corporation, Elmhurst, IL USA, unless otherwise shown on the plans. 2. The Check Valve shall be of the full body type, with a domed access cover and only two moving parts, the flexible disc and the disc accelerator. 3. The valves shall be designed, manufactured and tested in accordance with American Water Works Association Standards ANSI/AWWA C508. �t.. 4. Valves shall be provided with flanges in accordance with ANSI B 16.1, Class 125. 5. The valve body shall be full flow equal to nominal pipe diameter at all points through the t valve. The valve shall be capable of passing a 3 in. (75mm) sphere. The seating surface shall be on a 45 degree angle to minimize disc travel. A threaded port with pipe plug shall be provided on the bottom of the valve to allow for field installation of a backflow actuator, air cushion or hydraulic cushion without special tools or removing the valve from the line. 6. The top access port shall be full size, allowing removal of the disc without removing the valve from the line. The access cover shall be domed in shape to provide flushing action over the disc for operating in lines containing high solids content. A threaded port with pipe plug shall be provided in the access cover to allow for field installation of a mechanical, disc position indicator. 01269308 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 3 O1/12 FRANKFORD AVENUE — 98rn STREET TO 114TH STREET 7. The disc shall be of one-piece construction, precision molded with an integral o-ring type sealing surface, and contain alloy steel and nylon reinforcement in the flexible hing area. The flex portion of the disc shall be warranted for twenty-five years. Non -slam closing characteristics shall be provided through a short 35 degree disc stroke and a disc accelerator. 8. The disc accelerator shall be of one piece construction and provide rapid closure of the valve in high head applications. The disc accelerator shall be enclosed within the valve and shall be field adjustable and replaceable without removal of the valve from the line. The disc accelerator shall be securely held in place by being captured between the cover and disc. It shall be formed with a large radius to allow smooth movement over the disc surface. 9. The valve disc shall be cycle tested 1,000,000 times in accordance with ANSI/AWWA and show no signs of wear, cracking, or distortion to the valve disc or seat and shall remain drop tight at both high and low pressures. The test results shall be independently certified. 10. The valve body and cover shall be constructed of ASTM A536 Grade 65-45-12 ductile iron. 11. The disc shall be precision molded Buna-N (NBR), ASTM D2000-BG. 12. The disc accelerator shall be type 302 stainless steel. 13. The manufacturer shall demonstrate a minimum of five (5) years experience in the manufacture of resilient, flexible disc check valves with air and hydraulic cushions. 14. All valves shall be hydrostatically tested and seat tested to demonstrate zero leakage. When requested the manufacturer shall provide test certificates, dimensional drawings, parts list drawings, and operation and maintenance manuals. 15. The exterior and interior of the valve shall be coated with an ANSI/NSF 61 approved fusion bonded epoxy coating. 16. Surgebuster Swing Check Valves shall be Series #7200 as manufactured by Val-Matic® Valve & Manufacturing Corporation, Elmhurst, IL. USA. D. Butterfly Valves —All butterfly valves shall be elastomeric seat with a cast-iron body. All valves shall conform to AWWA C504. The valves shall be of the type of joint used in the piping. The valves shaft shall be corrosion resistant and constructed of type 304,18-8 stainless steel. The shaft is one piece, through -shaft construction sized to meet or exceed requirements of AWWA C504 for Class 150B service. The valve shall have self-lubricating nylon bearings. The disc shall be secured to the valve shaft by stainless steel pins sized to transmit torques required and stresses imposed under severe operating conditions. The disc shall be cast iron ASTM A-126 Class B with 316 stainless steel disc edge. All butterfly valves shall be Mueller Lineseal III Butterfly Valves 4"-20" Design. E. Valve Boxes and Extension Stems - Extension stems shall be furnished on buried valves where the top of the operating nut is more than 36-inches below finished grade. Top of the extension stem shall not be more than 9-inches below the top of the valve box. 1. Buried valves shall be provided with cast iron valve boxes. The boxes shall be designed to fit over a section of 6-inch C900 PVC riser pipe which will be used as an extension from the top of the valve to within 8-inches of the ground surface. The box shall have a heavy cast iron cover. The box shall have a flange type base, with the base being approximately 4 inches larger in diameter than the outside diameter of the barrel of the box. The necessary length of 6-inch C900 PVC riser pipe required for the extension shall be considered as a part of the box. 01269308 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 4 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 2.7 TAPPING SLEEVES A. Tapping sleeves shall be full wrap -around type. The sleeves shall be stainless steel or cast iron tapping sleeves as manufactured by Mueller, M & H or Clow Corporation and shall be Class 150. 2.8 POLYETHYLENE WRAP A. All buried valves and iron fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D 1248. The wrapping shall extend beyond the valve or fitting a minimum of 6 inches. The polyethylene material shall have a minimum thickness of 8 mil. The wrap shall be secured by 2" duct type. 2.9 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on the drawings and at other locations required for installation of the piping system. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy coated steel construction shall be used for all couplings. PART 3 - EXECUTION 3.1 GENERAL A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage and disinfected in the manner herein specified. 3.2 INSPECTION A. The pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES A. All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a X' manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. B. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. 01269308 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 5 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.5 ALIGNMENT AND GRADE A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. B. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection recommended by the manufacturer of the particular type of pipe being laid and the degree of deflection shall be approved by the Engineer. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH A. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped in to the trench. 3.7 CLEANING AND INSPECTING A. Before being placed, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound pipe and materials shall be rejected. B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is placed, and it shall be kept clean by approved means during and after laying. C. At time when pipe placing is not in progress, the open ends of pipe shall be closed by approved means, and no water shall be allowed to enter the pipe. 3.8 LAYING AND JOINTING DUCTILE IRON PIPE A. General - Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. 1. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or the cement lining. 2. The jointing shall be completed for all pipe laid each day, in order not to leave joints open overnight. At times when pipe laying is not in progress, the open ends ofpipe shall be closed by approved means, and no water shall be permitted to enter the pipe. 3. Flanged joints shall be used where shown on the plans. Mechanical joint, or other approved joints shall be installed with materials furnished by the manufacturer and in accordance with the manufacturer's specifications. 4. Before laying the pipes, all lumps, blisters and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. 5. Defective joints shall be repaired as directed by the Engineer. 01269308 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 6 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET B. Mechanical Joint Piping - The last 8 in. outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. The cast-iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. 1. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque -limiting wrench. 2. Nuts spaced 180 deg. apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. C. Flanged Joints - Flanged j oints where used shall be bolted with Flange bolts of best quality mild steel and of the size and length required by American Standards Association; bolts and nuts shall be provided with standard hexagonal heads. Gasket rings shall be used and shall be made of best quality rubber composition sheet packing one -eighth (1/8) inch thick, of a brand and quality approved by the Engineer. 1. The pipe and fittings shall be properly aligned and free to move in any direction while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. D. Push -On -Joints - The inside of the bell and the outside of the spigot end shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter. The circular rubber gasket shall be flexed inward and inserted in the gasket recess of the bell socket. l . A thin film of gasket lubricant shall be applied to either the inside surface of the gasket or the spigot end of the pipe or both. Gasket lubricant shall be as supplied by the pipe manufacturer. 2. The spigot end of the pipe shall be entered into the socket with care used to keep the joint from contacting the ground. The joint shall then be completed by forcing the plain end to the bottom of the socket with a forked tool or jack -type tool or other device. Pipe that is not furnished with a depth mark shall be marked before assembly to assure that the spigot end is inserted to the full depth of the joint. Field -cut pipe lengths shall be filed or ground to resemble the spigot end of such pipe as manufactured. 3. The jointing shall be completed for all pipe laid each day, in order not to leave open joints overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be properly plugged. 4. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. 5. Premoulded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. The surfaces of the jointing material on both the bell and the spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. 01269308 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 7 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.9 SETTING VALVES, VALVE BOXES AND FITTINGS Valves and fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves buried in the ground shall have a valve box set over the valve. All valves shall be thoroughly inspected and checked for operation before installation. Concrete blocking shall be provided for all buried valves and fittings. A. Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with box cover flush with the surface of the ground or at such level as directed. 3.10 EXCAVATION AND TRENCHING A. The trench shall be excavated to the lines and grades as established by the Engineer and as shown on the plans. The minimum depth of cover for all pipe shall be forty-eight (48) inches unless otherwise specifically shown on the drawings. B. The minimum width of the trench shall be the outside diameter of the pipe plus twelve (12) inches and the maximum width shall be the outside diameter of the pipe plus eighteen (18) inches or as shown on the plans. The trenching equipment shall be maintained on a sufficiently level road bed to provide substantially vertical trench walls. C. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. D. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. E. The Contractor shall be responsible for implementing a trench shoring system wherever the trench depth exceeds five (5) feet. The Contractor shall refer to Section 02151 - Trench Safety for guidelines on trench shoring methods for pipelines. F. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench it shall be removed to a depth of six inches below grade, refilled with selected material, and thoroughly compacted. G. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. H. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the drawings and specifications. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the public. I. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other existing structures either above or below ground; in such instances hand methods shall be employed. The Contractor shall locate all existing underground lines of which he has been advised, whether or not they are shown on the drawings, sufficiently in advance of trenching operations to prevent any damage thereto. The operators of all oil or gas pipelines shall be notified prior to excavation around such lines so that these operators may be present during excavation. Extensive care shall be used to prevent damage to these lines and the Contractor shall be fully responsible for damage to any such line. J. All excavated material shall be piled in a manner that will not endanger the work or existing structures. Excess trench excavation, not used for backfilling, shall be disposed of by Contractor, and at contractor's expense. K. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in excavating the trenches or structural excavations. 01269308 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 8 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET L. Blasting for excavation of solid rock will not be permitted. M. All new and existing lines shall be properly supported to prevent settlement or damage to the line both during and after construction. 3.11 BACKFILLING A. Backfill Material - All backfill material shall be free from cinders, ashes, refuse, vegetable or organic material, boulders, rocks or stones, or other unsuitable material. From 1 foot above the top of the pipe to the existing ground, however, material containing stones up to 4-inches in their greatest dimension may be used. Selected materials from trench excavations shall be used for backfilling except where special bedding material is required. B. Backfilling Under Pipe - All pipe shall be backfilled by hand from the bottom of the trench to the centerline of the pipe with selected backfill material free from rocks or boulders greater than 2 inches in size or other unsuitable material. The material shall be placed in 3-inch layers, moistened if necessary, and thoroughly compacted under and on each side of the pipe. Backfill material shall be deposited in the trench for its full width on each side of the pipe, fitting, and appurtenances simultaneously. C. Backfilling Over Pipe - From the centerline of the pipe to a depth of 1 foot above the top of the pipe, the trench shall be backfilled by hand or by approved mechanical methods using materials free from rocks or boulders greater than 2 inches in size. The material shall be moistened and placed in lifts not exceeding 8-inches in thickness and compacted by tamping to a density of not less than 95% of maximum density at optimum moisture as determined by AASHTO Method T-180. The Contractor shall use special care in placing this portion of the backfill to insure placement under and around the pipe and to avoid injuring or moving the pipe. D. Backfilling to Grade - From 1 foot above the top of the pipe to finish grade shall be backfilled by tamping. Where tamping is required, the material shall be placed in 8-inch layers, moistened if necessary, and thoroughly compacted with mechanical tampers from the bottom of the trench to the finish grade to a density of at least 95% of maximum density at optimum moisture as determined by ASTM D 698. E. Anchorage of Bends, Tees and Plugs, Etc. - Reaction or thrust backing shall be applied to all pipe lines at all tees, plugs, caps, and bends. Concrete shall be used for backing the pipe and fittings and shall conform to the concrete specifications as set forth in the Section 03300 - Cast - In -Place Concrete, except a minimum compressive strength of 2500 psi will be acceptable. The backing shall be placed between solid ground and the fittings to be anchored; the area of bearing on pipe and on the ground in each instance shall be sufficient to withstand the maximum thrust anticipated and as required by the Engineer. The backing shall be so placed that the pipe and fitting joints will be accessible for repair. 3.12 MARKING TAPE A. All pipes installed in an open trench will be identified with the appropriate color and description of 3 inch wide pipe identification tape. Install the tape parallel to the pipe it identifies at a distance above the pipe of 12 to 18 inches. Install the tape detectable from the top of finished grade with a metal detector above non-metallic (PVC) pipe material. 01269308 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 9 O1/12 FRANKFORD AVENUE — 98m STREET TO 114m STREET 3.13 LINE TESTING After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. Testing procedure shall be as follows: A. Duration - The duration of the hydrostatic test shall be a minimum of four (4) hours. B. Pressure - The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. C. Allowable Leakage - The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula(s): Ductile Iron: PVC: L _ SD,%P L _ NDIP 1335200 7,400 where: L = Allowable leakage in gallons/per hour N = Number of joints in length of pipe tested S = Length of pipe D = Nominal diameter of the pipe in inches P = Average of the max. and min. pressures within the test section in psi Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 3.14 DISINFECTION OF PIPE LINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all potable water pipe lines, which shall be disinfected before being placed in service. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements ofAWWA C651. B. After disinfection has been completed and the pipe is filled with water, the City will sample the water in the pipe for bacteriological testing. If acceptable bacteriological test results are not received, the Contractor shall disinfect the pipe again and provide whatever measures are necessary to achieve an acceptable result. , 01269308 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 10 O1/12 �3 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.15 CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. END OF SECTION 01269308 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 11 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 02666 STEEL CASING IN BORE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications covers all steel casing required for the project. The term casing as used herein shall include all steel casing bores as shown on the plans and/or as specified herein. 1.3 MATERIAL SCHEDULE A. All steel casing pipe shall be ASTM A 139 Grade B or A 252 Grade 2. The pipe shall have a minimum yield strength of 35,000 psi, a minimum wall thickness of 0.500", and a bituminous coating in conformance with C203. 1.4 SUBMITTALS A. Submit all manufactures data for the steel casing including all pipe thickness class calculations. PART 2-PRODUCT 2.1 STEEL PIPE A. Steel pipe shall be of the welded joint type. B. ASTM A 139 Grade B or A 252 Grade 2. 2.2 STEEL CASING IN BORE A. Steel casing pipe shall be new welded steel pipe, manufactured in the United States, with a minimum yield strength of 35,000 psi meeting ASTM A 139 Grade B or A 252 Grade 2. The exterior of the casing pipe shall have bituminous coating in conformance with AWWA C 203. Minimum casing wall thickness for installation shall be in accordance with the following: Location Diameter Minimum Wall Thickness As shown in Project Plans 20" 0.50" 24" 0.50" 30" 0.50" B. Additional wall thickness needed for withstanding jacking forces may be used at the Contractor's option. 01269308 STEEL CASING IN BORE 02666 -1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET C. All bores shall follow all rules and regulations of the Texas Department of Transportation (TxDOT). The Contractor will be provided with boring permit for the highway. The boring e' permit must be kept onsite at all times. All traffic must be controlled by required methods. PART 3-EXECUTION 3.1 PIPE INSTALLATION A. General: All pipe and accessories shall be unloaded, handled, laid, jointed, and tested for defects and disinfected in the manner herein specified. 3.2 INSPECTION A. The pipe shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES A. All pipe shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. 3.5 ALIGNMENT AND GRADE A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. 3.6 BORING A. The bore shall be excavated to the lines and grades as established by the Engineer and as shown on the plans. The minimum depth of cover for all pipe shall be thirty (30) inches below the F.L. of the bar ditch unless otherwise specifically shown on the drawings. B. All excavated material shall be piled in a manner that will not endanger the work or existing structures. Excess bore excavation, not used for backfilling, shall be disposed of by Contractor, and at Contractor's expense. C. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in the boring operation. 01269308 STEEL CASING IN BORE 02666 - 2 01/12 f FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.7 CLEANUP A. Excess backfill shall be rounded up over the boring pits sufficiently to allow for future settlement and any excess dirt shall be removed from the site. Ditches shall be regraded as required to allow preconstruction drainage. B. The Contractor shall maintain the boring site in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. END OF SECTION 01269308 STEEL CASING IN BORE 02666 - 3 01/12 p FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 02730 SANITARY SEWER LINE CONSTRUCTION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications covers all piping, manholes and accessories required for the sanitary sewer line portion of the project. All materials used in construction of sewer lines shall be of the type and class as shown on the plans and as specified herein for the various items of construction. 1.3 RELATED SECTIONS A. Section 01039 - Coordination and Meetings. B. Section 01330 — Submittal Procedures. C. Section 02151 - Trench Safety System. D. Section 02665 — Water Works Piping, Valves and Fittings. 1.4 APPROVED MATERIAL Unless otherwise shown on the plans or specified herein, sewer piping shall be "approved type pipe". Approved type pipe shall be one of the following: A. Flexible Pipe Materials: 1. Polyvinyl Chloride (PVC, ASTM F 679) B. Non -Metallic pipe location wire. In the event that non-metallic pipe material is installed along or across an access road, a durable metal wire shall be installed in the trench with the pipe to facilitate locating the pipe in the future. 1.5 SUBMITTALS A. Submit all manufacturers' data on all pipe, fittings and materials to be used on the project, including pipe thickness class calculations. 1.6 SEPARATION CRITERIA A. New sanitary sewer pipe shall be installed no closer to any water line than 9 feet in all directions. Parallel water and sewer lines must be installed in separate trenches. B. Where a new sanitary sewer pipe crosses a water line, the sewer pipe within 9 feet of the crossing shall be constructed either of PVC or other material as specified and placed no closer than 6 inches from the water line, measured between the nearest outside pipe diameters. The 01269308 SANITARY SEWER LINE CONSTRUCTION 02730 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET water line shall be located above the sewer line wherever possible and one length of sewer pipe must be centered on the water line. PART 2 - PRODUCTS 2.1 POLYVINYL CHLORIDE (PVC) PIPE A. PVC pipe shall conform to the requirements of ASTM D3034, SDR 21 cell classification 12454B as described in ASTM D 17 84 SDR 21 (PVC) PR as shown on the plans. B. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and spigot joint. Gaskets shall conform to ASTM F477. The nominal joint length shall be 20 feet. 2.2 MANHOLE FRAMES AND COVERS A. Manhole frames and covers shall be of cast iron of the types shown on the drawings. All castings shall be made from superior quality gray cast iron conforming to the requirements of ASTM A 48. Drawings of all manhole frames and covers proposed for use shall be submitted to the Engineer for approval before items are shipped. Bolted and gasketed covers shall be furnished at the locations identified on the drawings. 2.3 PRECAST REINFORCED CONCRETE MANHOLES (WITH EPDXY COATING) A. Manholes shall be tongue and groove precast reinforced concrete epoxy coated manholes or (Section 02732 — Glass -Fiber Reinforced Polyester (FRP) Manholes), constructed in accordance with ASTM C 478 of the diameter indicated on the drawings. Concrete manholes shall be provided with a flat top cone unless otherwise shown on the drawings. B. All joints shall be tongue and groove except for the grade rings and all joints shall be watertight. Ram-Nek flexible plastic gaskets or approved equal shall be used in all joints. Manholes shall be epoxy coated as specified in Section 09703 — Rehabilitation and Corrosion Protection, 2.4 ROCK EMBEDMENT MATERIAL A. Where rock embedment is required it shall conform to the following gradation: (ASTM D2321): Passing 1" sieve Passing No. 4 sieve Passing No. 200 sieve % by Weight 100 0-10 0- 5 B. Crushing shall result in a product in which the coarse aggregate shall have at least 85% by weight of particles with one or more fractured faces and 65% by weight of particles with two or more fractured faces. The aggregate shall be composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM D2321. The coarse - aggregate shall not show evidence of disintegration nor show a total loss greater than 20% when subjected to five cycles of the sodium sulphate accelerated soundness test as specified in AASHTO T 104. 01269308 SANITARY SEWER LINE CONSTRUCTION 02730 - 2 _t 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 2.5 SOIL EMBEDMENT MATERIAL Material shall be obtained from trench excavation provided it meets the requirements of Class III bedding as defined in ASTM D2321. The material shall be a soil group SC or SM and meet the following requirements. A. Gradation Sieve Size Percent Passing 12" 100% No. 4 50% No. 200 12% to 50% B. Atterberg Limits: 1. SC Soil, PI > 7 2. SM Soil, PI > 4 PART 3 - EXECUTION 3.1 GENERAL A. All sewer pipe and fittings shall be unloaded, handled, laid, jointed and tested for defects in the manner herein specified. 3.2 INSPECTION A. The pipe and fittings shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected and the Contractor shall remove such defective material from the site of the work. B. The Contractor shall be responsible for all materials furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has been damaged in handling after delivery. 3.3 PIPE TRENCH EXCAVATION A. Pipe trenches shall be excavated to the lines and grades shown on the drawings or as established by the Engineer. Before excavation begins in paved areas, except in locations shown on the drawings to be bored, the existing pavement shall be cut or sawed to a neat line by methods that meet the approval of the Engineer. Trench widths shall be as shown on the drawings. Trench safety systems as specified and detailed shall be installed where required. The trench walls shall be made vertical to a point one foot above the top of the pipe. Vertical trench walls above this point will not be required; however, in areas of limited right-of-way or when necessary to protect existing facilities or private property, the slope of the trench wall shall be limited. Where necessary to stay within the maximum width limits at the top of the pipe or to maintain a relatively straight trench wall to remain within available right-of-way, the trench walls shall be adequately supported. The Contractor shall be fully responsible for any damage to private property or existing facilities due to inadequate support. B. The minimum and maximum width of the trench shall be as shown on the plans. The trenching equipment shall be maintained on a sufficiently level road bed to provide substantially vertical trench walls. € 01269308 SANITARY SEWER LINE CONSTRUCTION 02730 - 3 01/12 i FRANKFORD AVENUE — 98Tn STREET TO 114TH STREET C. The Contractor shall be responsible for implementing a trench shoring system wherever the trench depth exceeds five (5) feet. The Contractor shall refer to Section 02151- Trench Safety Systems for approved trench shoring methods for pipelines. D. Unless otherwise approved by the Engineer, the Contractor will be allowed to have a maximum of 600 feet, of open trench at any time. As soon as practicable after the completion of laying and jointing of the pipe, the trench shall be backfilled. The Contractor shall be responsible for properly and adequately barricading and signing open trenches and excavations to protect the public during the construction of the project. E. In order to obtain a true even grade, the trench shall be fine graded and shaped in accordance with the details as shown on the plans. Any part of the trench excavated below grade shall be corrected by filling with approved material and thoroughly compacting. If clay, rock or other unyielding material is encountered in bottom of the trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected material and thoroughly compacted to grade. F. Bell holes of ample dimensions shall be dug at each joint to permit the jointing and bedding of the pipe to be properly accomplished. G. All excavated material shall be piled in a manner that will not endanger the work or existing structures, or will cause obstruction to roadways. H. Before the next phase of construction can take place above the trench bottom which has been excavated to the proposed subgrade of the specified class of bedding, the Contractor shall shape and grade earth subgrade. The earth subgrade for the bedding shall be free of surface water, firm, solid and stable before the bedding material is placed. I. Trench digging machinery may be used to make trench excavations except in places where operations of same would cause damage to existing structures either above or below ground; in such instances, hand methods shall be employed. The Contractor shall locate all existing underground lines, of which he has been advised whether or not they are shown on the drawings, sufficiently in advance of trenching operations to prevent any damage thereto. The operators of all oil or gas pipelines shall be notified prior to excavation around such lines so that these operators may be present during excavation. Extreme care shall be used to prevent damage and the Contractor shall be fully responsible for damage to any such lines. J. Wherever necessary to prevent caving, the trench shall be adequately supported as required by Section 02151 - Trench Safety Systems. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the public. K. There will be no classification of or extra payment for excavated materials and all materials encountered shall be excavated as required. Adjacent structures and property shall be protected from damage by construction equipment. L. Blasting for excavation of solid rock not will be permitted. M. The Contractor will be required to locate all known utility lines, including consumer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. N. The Contractor shall not be allowed to disrupt the service on any utility lines except consumers service lines, which may be taken out of service for short periods of time, if the Contractor obtains permission from the Engineer and the City. O. The Contractor shall immediately notify the proper utility company of any damage to utility lines, in order that service may be established with the least possible delay. Any damage to existing lines and the repair of consumer lines which are authorized to be cut or temporarily taken out of service shall be repaired or replaced by the Contractor at his own expense, and as directed by an official representative of the owner of the damaged line. P. All new and existing lines shall be properly supported to prevent settlement or damage to the line both during and after construction. 01269308 SANITARY SEWER LINE CONSTRUCTION 02730 - 4 O1/12 E.� FRANKFORD AVENUE — 98TH STREET TO 114TH STREET Q. Any permanent relocation of existing utility lines shall be done by proper utility company without expense to the Contractor. R. Where pipes, conduits or concrete curbs, gutters, or other obstructions are encountered in the construction, the cost of tunneling shall be included as a part of the cost of the pipe line, or other pay items, complete in place. Cutting of curb and gutter will not be permitted. S. Excess trench excavation, not used for backfilling, shall be disposed of by the Contractor, and at the Contractor's expense. 3.4 EMBEDMENT MATERIAL A. Embedment is defined as the portion of backfill from the bottom of the trench to a point either six inches or one foot above the top of pipe depending on the type of pipe and the depth. B. Materials for embedment. 1. Rock embedment shall be as that specified in this section, Paragraph 2.4. 2. Class III embedment material shall be that defined in ASTM D2321 and as specified in this section, Paragraph 2.5. C. Trench Depths 10 feet or less shall consist of Class III material and compacted to the density specified in this specification, Paragraphs 3.7.A.1 and 3.7.A.2. D. Trench depths greater than 10 feet shall consist of all rock for flexible pipe or for rigid pipe, a combination of rock and Class III material that is placed and compacted to the density specified in this specification, Paragraphs 3.7.A.3 and 3.7.A.4. E. Paved and Unpaved Road Crossings shall consist of rock embedment and placed as specified in this specification, Paragraph 3.7.A.5. 3.5 BACKFILL MATERIAL A. Backfill is defined as portion of backfill above the embedment to the existing ground. 3.6 PIPE LAYING IN TRENCH A. After the trench has been properly fine graded, the pipe shall be laid in accordance with the following specifications. Each length of pipe shall be inspected for defects and shall be thoroughly cleaned inside and outside of the spigot before being lowered into the trench. Pipe laying shall proceed up -grade with the spigot ends pointing in the direction of the flow. All pipe shall be laid true to the lines and grades as established by the drawings using a laser beam to control the grade of each joint of pipe. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the barrel of the pipe to rest on the trench floor and to allow ample space for properly jointing the pipe. B. Installation and jointing of the pipe shall be in accordance with the manufacturer's recommendations except where the requirements of these specifications are more strict. 1. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be plugged by approved means. No pipe shall be laid in water, or when trench conditions or weather is unsuitable for such work. 2. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe relaid. 01269308 SANITARY SEWER LINE CONSTRUCTION 02730 - 5 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 02732 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. The work covered by this section of the specifications includes that necessary for furnishing and installing glass -fiber reinforced polyester (FRP) manholes. The Contractor shall furnish all materials, equipment, tools, labor, superintendence and incidentals required for the complete construction of the work as shown on the drawings and as specified herein. All material used in construction of the manholes shall be new and of the size, type and class specified herein and as indicated on the Contract Drawings. B. In general the FRP manholes shall be a on -piece monolithically designed unit manufactured of glass -fiber reinforced, supplier certified, unsaturated commercial grade polyester resin containing chemically enhanced silica to improve corrosion resistance, strength and overall performance. FRP manholes hall be manufactured in strict accordance with ASTM D3753-99 and will include a manufacturer's 20-year corrosion and structural warranty. 1.3 REFERENCES A. Pre -manufactured manholes and other FRP components shall conform to the following standards: 1. ASTM D3753-99, Standard specification for glass fiber reinforced polyester manholes and wetwells; 2. ASTM C581, Practice for determining chemical resistance of chemical thermosetting resins used in glass fiber reinforced structures intended for liquid service; 3. ASTM C582, Plastic Laminate; 4. ASTM D695, Test methods for compressive properties of rigid plastics; 5. ASTM D2583, Test method for Indentation Hardness of Rigid Plastics by means of a Barcol Impressor. 6. ASTM D2584, Test method for ignition loss of cured reinforced resins 7. ASTM D790, Test method for flexural properties of unreinforced and reinforced plastics and electrical insulating materials 8. ASTM D3753-99, Std. Specification for Glass -Fiber -Reinforced Polyester Manholes and Wetwells. 9. AWWA C950, Glass -Fiber Reinforced Thermosetting Resin Pressure Pipe. 10. AASHTO H-20, Axial Loading. American Association of State Highway Officials H-20. 01269308 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 1 01/12 FRANK -FORD AVENUE — 98TH STREET TO 114111 STREET 1.4 SUBMITTALS A. Contractor shall submit for engineer review and approval all components of the material to be used in manhole(s), including details of construction, reinforcing, joint occurrence, method of assembly and qualifications of personnel to perform field assemblies (if field assembly is required). B. The fiberglass reinforced plastic (FRP) manufacturer shall furnish and submit for approval complete fabrication drawings and calculations for all structures. All inserts, pipe sleeves and other accessories indicated on the Contract Drawings shall be illustrated and dimensioned on the fabrication drawings. C. Provide manufacturer's literature including recommended installation procedures, instructions, certificates of material conformance with all parts of the specifications, test reports demonstrating conformance with ASTM D-3753-99 and to the requirements of this specification. 1.5 QUALITY ASSURANCE A. The manufacturer shall examine the FRP manhole, prior to shipment, for dimensional correctness, hardness and workmanship. B. Controls on glass and resin content shall be maintained for all manufacturing procedures and for each portion of manhole fabrication. Records shall be maintained of the control checks. Proper glass content may be shown by glass usage checks or by glass and resin application rate checks, in accordance with the material composition test in ASTM D3753. C. All required ASTM 3753 testing shall be completed and records of all testing shall be kept by manufacturer. At the request of the Engineer these records shall be mailed for review within five (5) workings days of receiving the request. This material shall be included with literature and other documents specified for Submittal materials. 1.6 CERTIFICATION A. Manufacturer shall certify that material and workmanship comply with the provision of ASTM 3753. This certification shall consist of a statement by the manufacturer accompanied by a copy of the test results, that the manhole(s) has been sampled, tested, and inspected in accordance with the provisions of ASTM 3753 and this specification, and meets all requirements. An authorized agent of the manufacturer shall sign each certification. All tests shall be performed as specified in ASTM 3753. Testing documents shall be no older than three (3) months earlier than Contractor Notice to Proceed. 1.7 HANDLING A. FRP manholes shall be lifted with two slings on spreader bar in horizontal position or by use of a 4"X4" timber inserted crosswise inside the manhole to the underside of the collar with a rope or chain attached to lifting device. Manholes may also be equipped with lifting lugs. Use of chains or cables in contact with the manhole surface is prohibited. FRP manholes may be stored upright or horizontally, however, the manholes vertical deflection shall not exceed 4% of the diameter when stored on its side. The manholes shall not be dropped or impacted. Additional handling and installation instructions shall be in accordance with the FRP manufacturer's instructions. Each FRP section manufactured in accordance with the drawings shall be clearly marked to indicate the intended installation location. 01269308 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 2 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114rn STREET PART2-PRODUCTS 2.1 MANUFACTURER A. Fiber reinforced polyester (FRP) manhole(s) shall be manufactured by LF Manufacturing or approved equivalent. B. Fiberglass Reinforced Polyester manhole(s), shall be cylinders made of composite laminate. The laminate shall consist of thermo-setting chemical resistant polyester resin, fiberglass reinforcement, and additions as required. Manhole(s), shall be manufactured in strict accordance with ASTM D-3753-99, and will include a manufacturer's 20-Year Corrosion & Structural Warranty. C. The manufacturer of the manhole(s) shall be able to show experience in the manufacture of FRP manhole(s), in scope to that required for the project, for a continuous, uninterrupted period of at least five (5) years. References shall be provided upon request by Engineer. 2.2 MATERIALS A. Resin: Unsaturated commercial grade polyester resins shall be used and they must meet the requirements listed below. The same supplier shall supply all resin. Mixed lots or "odd lots" of resin from different vendors shall not be used and will be grounds for rejection. Manufacturer shall document the lot number of the resin used for this project and include same with submittal information. UV Inhibitors/stabilizers shall be added directly to resins system to prevent photo -degradation of laminate. Exterior gel -coating or painting shall not be permitted. B. Reinforcing materials: The reinforcing materials shall be commercial grade "B" type glass in the form of mat, continuous roving, chopped roving, roving fabric, or both, having a coupling agent that will provide a suitable bond between the glass reinforcement and the resin. The interior reinforcing surface layer shall have a thickness of between 0.25 mm to 0.50 mm (10 to 20 mils). Reinforcement materials shall include chemically resistant surface mat compatible with raw sewerage and organic surfacing veil. C. Fillers and additives: Fillers, when used, shall be inert to the environment and manhole construction and not in any way effect the performance of the manhole for its intended purpose. Additives, such as thixotropic agents, catalysts, promoters, etc., may be added as required by the specific manufacturing process to be used to meet the requirements governing standards. However, calcium carbonate shall not be permitted. The resulting reinforced plastic material must meet the requirement of this specification. D. Laminate: The laminate shall consist of multiple layers of glass matting and resin. The surface exposed to the sewer/chemical environment shall be resin rich and shall have no exposed fibers. Cured laminate shall meet the following conditions: Property Test Method Requirement Glass Content (% by wt.) ASTM D 2584-68 9% - 20% Compressive Strength D 695-69 Minimum 12,000 psi Flexural Strength D 790-70 Minimum 12,000 psi Flexural E-Modulus ASTM D 790-70 Minimum 700,000 psi Surface Hardness ASTM D 2583-67 Minimum 90% of Resin's Normal Value 01269308 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 3 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 2.3 GENERAL DESCRIPTION A. Dimensions: The manhole shall be a circular cylinder, reduced at the top to a circular manway not smaller than 22 1/2" inside diameter. Manholes shall be produced in half -foot increments of length +/- 2". Nominal inside diameters shall be as indicated on the Contract Drawings but no less than 48 inches. Tolerance on the inside diameter shall be +/- 1%. The minimum wall thickness for all FRP manholes at all depths shall be 0.480" H2O Wheel loading and all static and dynamic loads shall be considered in final wall thickness. B. Configuration: 1. Cone Sections: The Manway reducer must provide a bearing surface on which the specified ring and cover shall be supported and adjusted to grade. Adjacent height shall not exceed one foot. The reducer shall be concentric and shall be joined to the barrel section at the factory with resin and glass fiber reinforcement, thus providing required monolithic design to prevent infiltration and/or exfiltration through the r manhole. a. Manway reducer cone section shall be self -centering to permit vertical height adjustment (raising or lowering) of manhole utilizing manufacturer provided materials and detailed written instructions. Butt -Joint attachment of cone to pipe is not permitted. C. Class: The manhole shall comply with H-20 wheel load (minimum 16,000 pounds dynamic wheel load) and be able to support said loading without benefit of backfill. AASHTO H-20 as required by ASTM D-3753 Latest Edition. D. Stubouts and Connections: 1. Inserta-Tee: Joints for sewer pipe line and drop connections sizes 4" - 12" shall be made by means of Inserta-Tee watertight compression connection. Installation shall be in strict accordance with manufacturer's written instructions utilizing installation equipment approved for use by the manufacturer of the Inserta-Tee fitting. Use of equipment which does not meet this requirement is expressly prohibited. 2. Pipe Stubouts: -. a. Install rubber gasketed PVC sewer pipe stubouts to manhole with resin and glass -fiber reinforced lay-up. Gaskets shall meet the same performance requirements of the sewer pipe to be installed unless otherwise directed by the i Engineer. Resin and fiberglass shall be of the same type and grade as used in the fabrication of the fiberglass manhole. Attachment of PVC stubout to manhole wall shall be done using non -pigmented resins to allow for easy field inspection. b. Install resilient rubber pipe -to -manhole connectors (boots) which conform to the performance requirements of ASTM C-923. Resilient rubber pipe -to - manhole boots shall be attached using fiberglass lay-ups directly to manhole wall by manufacturer. C. Manholes for large diameter FRP pipe installations may have either factory installed FRP Pipe Stub -Outs identical to pipe used for the project, or a ' factory installed coupling to bottom of the manhole for T-base style installation. x~ E. Manhole Bottom: Resin and glass fiber reinforced manhole bottoms may be provided, at Contractor option. Manholes shall be provided with glass reinforced bottom (Contractor option) section designed to withstand the hydrostatic head pressure, empty and water to grade, of units at 25-ft. burial depth. (Units deeper than 25-ft. shall be reinforced as necessary to sustain the H2O wheel loading status and all other induced static and dynamic loads). Fiberglass ribs or fiberglass structural members may be utilized to meet the design criteria. Stiffeners shall be of non -corrosive materials encapsulated in 01269308 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 4 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET fiberglass. FRP encapsulated wood or lumber will not be permitted. Bottom sections shall be furnished with an integral 3" wide anchoring flange. Invert and bench may be field installed utilizing concrete to the requirements of Division 3. Invert and bench may be factory installed utilizing non -corrosive materials encapsulated in fiberglass minimum 1/4" thick. F. Marking and Identification: All manholes shall be marked in letters no less than 1" in height with the following information: 1. Manufacturers Identification 2. Manufacturers Serial Number 3. Manhole Length 4. ASTM Designation 5. Installation assist marks (vertical lines 900 apart at base of manhole). 6. Project station location G. Manhole cylinders, manway reducers, and connectors shall be produced from glass fiber - reinforced polyester resin. Manhole cylinders to 72" ID to be manufactured by "computer controlled "Drostholm" continuous band mandrel process". Larger Diameters to be manufactured by computer regulated steel mandrel process utilizing structural rib design. H. Interior Access: All manholes shall be designed so that a ladder or step system can be supported by the installed manhole. Manway openings to accommodate 24" or 32" specified ring and cover. 1. Manway Reducer: Manway reducers shall be concentric with respect to the larger portion of the manhole diameters through 92". J. Cover Ring and Support: The manhole shall provide an area from which a typical ring and cover plate can be supported without damage to the manhole. K. Assembly Joints: Product components, i.e., cylinders, reducers, bottoms, and connectors, may be joined together to form a complete manhole. 2.4 FABRICATION A. Exterior Surface: The exterior surface shall be relatively smooth with no sharp projections. Hand -work finish is acceptable if enough resin is present to eliminate fiber show. The exterior surface shall be free of blisters larger than 0.5" in diameter, delamination and fiber show. B. Interior Surface: The interior surfaces shall be resin rich with no exposed fibers. Interior surface shall be smooth for improved corrosion resistance and reduced sludge build-up. The surface shall be free of crazing, delamination, blisters larger than 0.5" in diameter, and wrinkles of 0.125" or greater in depth. Surface pits shall be permitted up to 6' 2" if they are less than 0.75" in diameter and less than 0.0625" deep. Voids that cannot be broken with finger pressure and that are entirely below the resin surface shall be permitted up to 4' 2" if they are less than 0.5" in diameter and less than 0.0625" thick. C. Repairs: Any manhole repair is required to meet all requirements of this specification. D. Manhole Lengths: Manhole lengths shall be in whole or 1/2-foot increments +/- 2". E. Load Rating: The complete manhole shall have a minimum dynamic load rating of 16,000 lbs. When tested in accordance with ASTM 3753. To establish this rating the complete manhole shall not leak, crack, or suffer other damage when load tested to 40,000 lbs. and shall not deflect vertically downward more than 0.25" at the point of load application when loaded to 24,000 lb. When installed and without the benefit of backfill around the manhole as support the complete manhole shall be H2O rated, no exceptions. 01269308 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 5 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET F. Stiffness: The cylindrical portion of the manhole is to be tested in accordance with ASTM Method D 2412. The manhole cylinder shall have the minimum pipe -stiffness values shown in the table below, when tested in accordance with ASTM 3753, Section 8.5, (note 1). Manhole Length (ft) PSI 3-6 0.72 7 - 12 1.26 13 - 20 2.01 21 - 25 3.02 26 - 35 5.24 G. Soundness: In order to determine soundness, an air or water test is to be applied to the manhole test sample. While holding the pressure between 3-5 psi, the entire manhole must be inspected for leaks. Any leakage through the laminate is cause for failure of the test. Refer to ASTM 3753, Sec. 8.6. H. Chemical Resistance: Per ASTM C 581; (see ASTM 3753, Section 8.7), Flexural strength, flexural modulus, and barcol hardness are plotted versus time on log -log coordinates. The line defined by these points is extrapolated to 100,000 hours. The minimum extrapolation retention allowed for any of these properties is 50%. Test samples used are actual pieces of manhole or samples manufactured in a manner consistent in every way with the manhole component construction. I. Physical Properties: Flexural Strength (cone): Hoop: 15.4 x 103 psi Axial: 17.2 x 103 psi Flexural Strength (pipe): Hoop: 22.5 x 103 psi Axial: 14.3 x 103 psi Compressive Strength: 18.9 x 103 psi 2.5 REJECTION OF MANHOLES A. Manholes are subject to rejection on account of any of the following visual defects: 1. Fuzz: Glass fibers loosely adhering to manholes, which are not wet out with resin. 2. Protruding Fibers: Glass fibers sticking out from pipe surface that is not wet out with 3. Jlll. resin. Resin Runs: Runs of resin and sand on surface of manhole. 4. Dry Areas: Areas in laminate with glass to wet out with resin. 5. Delamination: Separation in the laminate. 6. Blisters: Light (straw) colored areas resulting from too hot a cure. 7. Craze: Crack usually star shaped; caused by sharp impact. 8. Surface Pits or Voids: Small air pockets on the surface or directly beneath the surface mat. 9. Wrinkles: Smooth irregularities on the surface. 10. Torn Edges, End Delamination and End Gauges: Tears and rips in the edge of cuts. 11. Ground Area: Areas around lay-up, which have been abraded and not covered by lay-up. 12. Hand Lay-up Ragged Edges: Areas at the edge of hand lay-up that are not rolled down properly and that are rough. 13. Painting or gel -coating of exterior or interior laminate. 1 _ 01269308 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 6 O1/12 k FRANKFORD AVENUE — 98TH STREET TO 114TH STREET PART 3 - EXECUTION 3.1 GENERAL A. The manhole(s) installation shall strictly follow the manufacturers recommended installation procedures. 3.2 INSTALLATION A. General Installation Outline: Manufacturer's complete manhole installation instructions must be consulted before actual installation is performed. B. Setting Manhole: To lift manhole, insert 4" x 4" timber crosswise inside the manhole to the underside of the collar with a rope or chain attached to backhoe or other lifting device. Lower manhole into wet concrete base to a minimum depth of 4". Minimum 2" thick concrete bearing surface beneath bottom edge of the manhole is required. Plumb manhole using standard bubble level and by moving manhole with hands. Work concrete around manhole base and 6 inch minimum over incoming lines. Inverts and laterals are made following standard procedures. Do not pick up fiberglass manhole by cone if concrete slab is attached above ground. Install lifting lugs into concrete slab for handling. Lift manhole with slab attached by the slab not the manhole. C. Backfill: Backfill FRP manholes with flow fill to within two feet of finished grade for manholes located in non -paved areas. Backfill with flowable fill to bottom of base course elevation or top of subgrade in paved areas. D. Bring to Grade: Construct chimney on flat shoulder of manhole using precast concrete rings. Chimney shall not exceed 12 inches including ring and cover. 3.3 QUALITY OF MATERIALS AND INSTALLATION A. The quality of all materials, the process of manufacture, and the finished sections shall be subject to review and approval by the Engineer, or other representative of the Owner. Such review shall be made at the place of manufacturer, or at site of delivery, and the sections shall be subject to rejection on account of failure to meet any of the specification requirements as specified herein. Sections rejected after delivery to the job site shall be marked for identification and shall be removed from the job at once. All sections which have been damaged after delivery will be rejected, and if already installed shall be acceptable if repaired or removed and replaced at the Contractor's expense. Removal or replacement shall be subject to Engineer review and approval. END SECTION 01269308 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 7 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 02741 HOT -MIX ASPHALT PAVING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Hot -mix asphalt paving. B. Hot -mix asphalt patching. C. Asphalt surface treatments. D. Pavement -marking paint. E. Cold milling of existing hot -mix asphalt pavement. F. Construction Detours. G. Asphalt Stabilized Base. 1.3 RELATED SECTIONS A. Section 01400 — Quality Requirements. B. Section 02300 - Earthwork. C. Section 02764 - Pavement Joint Sealants. 1.4 DEFINITIONS A. Hot -Mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of terms. B. TxDOT: Texas Department of Transportation "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" 2004. 1.5 REFERENCES AASHTO T 102 Spot Test of Asphaltic Materials AASHTO T 245 Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus AASHTO M 248 Standard Specification for Ready -Mixed White and Yellow Traffic Paints Al MS-2 (1994) Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types Al MS-22 Construction of Hot Mix Asphalt Pavements ASTM C 29/C 29M (1991; Rev. A) Unit Weight and Voids in Aggregate 01269308 01/12 HOT -MIX ASPHALT PAVING 02741 - 1 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET ASTM C 88 (1990) Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 117 (1995) Materials Finer than 75-Micrometer (No. 200) Sieve in Mineral Aggregates by Washing ASTM C 127 (1988; R 1993) Specific Gravity and Absorption of Coarse Aggregate ASTM C 128 (1993) Specific Gravity and Absorption of Fine Aggregate ASTM C 131 (1996) Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 136 (1996; Rev. A) Sieve Analysis of Fine and Coarse Aggregates ASTM C 188 (1995) Density of Hydraulic Cement ASTM D 70 (1982; R 1990) Specific Gravity of Semi -Solid Bituminous Materials ASTM D 75 (1987; R 1992) Sampling Aggregates ASTM D 242 (1995) Mineral Filler for Bituminous Paving Mixtures ASTM D 546 (1994) Sieve Analysis of Mineral Filler for Road and Paving Materials ASTM D 692 (1994; Rev. A) Coarse Aggregate for Bituminous Paving Mixtures ASTM D 854 (1992) Specific Gravity of Soils ASTM D 946 (1982; R 1993) Penetration -Graded Asphalt Cement for Use in Pavement Construction ASTM D 979 (1996) Sampling Bituminous Paving Mixtures ASTM D 995 (1995; Rev. B) Mixing Plants for Hot -Mixed, Hot -Laid Bituminous Paving Mixtures ASTM D 1073 (1994) Fine Aggregate for Bituminous Paving Mixtures ASTM D 1075 (1996) Effect of Water on Cohesion of Compacted Bituminous Mixtures ASTM D 1188 (1996) Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin -Coated Specimens ASTM D 1559 (1989) Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus 01269308 HOT -MIX ASPHALT PAVING 02741 - 2 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET ASTM D 2027 Standard Specification for Cutback Asphalt (Medium -Curing Type) ASTM D 2041 (1995) Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D 2172 (1995) Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D 2726 (1996; Rev. A) Bulk Specific Gravity and Density of Non - Absorptive Compacted Bituminous Mixtures ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods ASTM D 3381 (1992) Viscosity -Graded Asphalt Cement for Use in Pavement Construction ASTM D3405 Standard Specification for Joint Sealants, Hot -Applied, for Concrete and Asphalt Pavements ASTM D3549 Standard Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Specimens TEX-126-E Molding, Testing and Evaluating Bituminous Black Base Materials TEX-204-F Design of Bituminous Mixtures TEX-224-F Determining Flakiness Index TxDOT Item 300 Asphalt, Oils and Emulsions TxDOT Item 301 Asphalt Antistripping Agents TxDOT Item 320 Equipment for Asphalt Concrete Pavement TxDOT Item 340 Specification for Dense -Graded Hot -Mix Asphalt (Method) TxDOT Item 662 Work Zone Pavement Markings TxDOT Item 666 Reflectorized Pavement Markings TxDOT Item 672 Raised Pavement Markers City of Lubbock City of Lubbock Street/Drainage Engineering Standard Specifications Specifications, Current Version 01269308 HOT -MIX ASPHALT PAVING 02741 - 3 O1/12 i FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.6 SUBMITTALS A. Product Data _ 1. For each type of product indicated. Include technical data and tested physical and performance properties. B. Job -Mix Designs 1. Submit a job -mix design, for approval prior to preparing and placing the bituminous mixture. Design mix using procedures contained throughout this section with materials as specified. Formulas shall indicate physical properties of the mixes as shown by tests made by a commercial laboratory approved by the Engineer, using materials identical to those to be provided on this project. Submit formulas with material samples. Job -mix formula for each mixture shall be in effect until modified in writing by the Contractor and approved by the Engineer. Provide a new job -mix -< formula for each source change. Job mix shall be for this specific project. Job mixes developed for other projects, although they may have similar requirements, will be subject to review and approved/denied by the Engineer. C. Qualification Data 1. Submit qualifications for product manufacturers. D. Material Test Reports 1. Specific gravity test of asphalt 2. Coarse aggregate tests 3. Weight of slag test 4. Percent of crushed pieces in gravel 5. Fine aggregate tests 6. Specific gravity of mineral filler 7. Bituminous mixture tests i 8. Aggregates tests 9. Bituminous mix tests 10. Pavement courses E. Product Submittals 1. Pavement marking materials. 1.7 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM D 3666 for testing indicated, as documented according to ASTM E 548. j B. Mock -Up Test Section 1. Prior to full production of the binder and wearing course[s], prepare a quantity of -# bituminous mixture according to the job -mix formula. Construct a test section 200 feet long by not less than 10 feet wide and of the same compacted depth specified for the construction of the course which the test section represents. The test section may be placed within required project/plan limits as specified, but contractor will be required to remove and replace based on required testing samples or as approved by the Engineer. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test j section shall be the same type and weight to be used on the remainder of the course represented by the test section. Test not less than two samples of the mixture produced at the plant for gradation, asphalt cement content, stability, flow, air voids, voids in mineral aggregate, and in weight. Obtain not less than three cores from the test strip for density and thickness tests. Check the test section for smoothness and _ 1 01269308 HOT -MIX ASPHALT PAVING 02741 - 4 _ 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET finish surface texture. If the test section should prove to be unsatisfactory, make the necessary adjustments to the mix design, plant operation, transportation, laydown, and/or rolling procedures. Additional test sections, as required, shall be constructed and evaluated for conformance to the specified requirements. When test sections do not conform to specified requirements, remove and replace the bituminous pavement. A marginal quality test section that has been placed in an area of little or no traffic may be left in place. If a second test section also does not meet specified requirements, remove both sections at the Contractor's expense. Full production shall not begin without the Engineer's approval. C. Required Data 1. Job -mix formula shall show the following: a. Source and proportions, percent by weight, of each ingredient of the mixture; b. Correct gradation, the percentages passing each size sieve listed in the specifications for the mixture to be used, for the aggregate and mineral filler from each separate source and from each different size to be used in the mixture and for the composite mixture; C. Amount of material passing the No. 200 sieve determined by dry sieving; d. Number of blows of hammer compaction per side of molded specimen; e. Temperature viscosity relationship of the asphalt cement; f. Stability, flow, percent voids in mineral aggregate, percent air voids, unit weight; g. Asphalt absorption by the aggregate; h. Effective asphalt content as percent by weight of total mix; i. Temperature of the mixture immediately upon completion of mixing; j. Asphalt viscosity grade and/or penetration range; and k. Curves for the asphalt stabilized base and hot mix asphalt paving courses. 1.8 DELIVERY, STORAGE, AND HANDLING A. Inspect materials delivered to the site for damage and store with a minimum of handling. Store aggregates in such a manner as to prevent segregation, contamination, or intermixing of the different aggregate sizes. Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hrs. If the temperature of any HMAC, measured while passing through the lay down machine, is plus or minus 25 degrees F from the mixing temperature, the load shall be rejected. 1.9 PROJECT CONDITIONS A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or excessively damp or if the following conditions are not met: 1. Prime and Tack Coats: Minimum surface temperature of 60 deg F. 2. Asphalt Base Course: Minimum surface temperature of 40 deg F and rising at time of placement. 3. Asphalt Surface Course: Minimum surface temperature of 60 deg F at time of placement. 1.10 MIXING PLANT A. Provide mixing plant capable of meeting the needs of the project B. At no time shall the plant hinder the progress of the project. { 01269308 HOT -MIX ASPHALT PAVING 02741 - 5 O1/12 4 i FRANKFORD AVENUE — 98TH STREET TO 114TH STREET PART 2 - PRODUCTS 2.1 MATERIALS A. Aggregate General: Use materials and gradations that have performed satisfactorily in previous installations. 1. Coarse Aggregate — Coarse aggregate shall conform to ASTM D692. a. The coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, tough, durable fragments of crushed stone or crushed gravel of uniform quality. Mixing or combining of crushed gravel and crushed stone will not be permitted. Coarse aggregate shall be crushed to the extent that produces a minimum of 55% crushed faces when tested in accordance with ASTM D 692. Course aggregate shall be crushed to the extent that produces a minimum 85% crushed faces for both Type "C" HMAC, and Type "D" HMAC. b. Coarse aggregate shall have a maximum loss of 20% when subjected to 5 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 2 percent. When subjected to the Los Angeles Abrasion test, the coarse aggregate shall not have a loss greater than 40 percent by weight. C. Coarse aggregate may be enhanced by the addition of recycled asphaltic pavement (RAP). The material shall be clean without any foreign materials so as to produce a crushed aggregate in conformance with these specifications. 2. Fine Aggregate — fine aggregate shall conform to ASTM D 1073. a. The fine aggregate shall be that part of the material passing the No. 10 sieve and shall be uniform quality throughout. A maximum of 15% of the total virgin aggregate may be field sand or other crushed fine aggregate. Screenings shall be of the same or similar material as specified for course aggregate. b. Sand shall be composed of durable stone particles free from injurious foreign matter. Screenings shall be of the same or similar material as specified for coarse aggregate. 3. Mineral Filler a. Mineral filler shall conform to ASTM D242 and consist of thoroughly dry stone dust, Portland cement or other material dust approved by the Engineer. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: Percent by Weight Retained on No. 30 Sieve 95-100 Percent by Weight Retained on No. 80 Sieve 75 minimum Percent by Weight Retained on No. 200 Sieve 55 minimum B. Asphalt 1. Asphalt shall be performance grade 64-22 or better, AASHTO Performance Graded Binder Specification (MP I). 2. The Contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. 3. The optimum asphalt content shall be determined by the Test Method Tex 204-F. 01269308 HOT -MIX ASPHALT PAVING 02741 - 6 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 4. Asphalt content will be plus or minus 0.3% of design during production. When asphalt content falls outside these parameters immediate action is required. 5. If at any time the asphalt content falls to 0.5%, immediate cease in production will take place until which time the contractor has provided sufficient evidence of the problem being corrected. C. Prime Coat 1. The surface shall be primed using an application of 0.20 to 0.30 gallons per square yard of MC asphalt conforming to ASTM D 2027 — MC 30. D. Tack Coat 1. The asphaltic material for tack coat shall meet the requirements for slow rate cure SS-1 emulsified asphalt, or medium rate cure MS-1 emulsified asphalt or PG grade asphalt as used in the HMAC Surface Course. All vertical joints shall be tack coated. E. Joint Sealant 1. ASTM D 3405 or AASHTO M 301, hot -applied, single -component, polymer - modified bituminous sealant. F. Emulsified Asphalt Sealer 1. All ASB surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of MS-2, or 20/80 SS-1, liquid anionic asphalt and distilled water. The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to below 70 degrees F, and shall be applied at a rate of 0.10 to 0.12 gallons per square yard of surface. G. Mix Design 1. Hot -Mix Asphalt: Dense, hot -laid, hot -mix asphalt plant mixes approved by authorities having jurisdiction; designed according to procedures in Al MS-2, "Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types"; and complying with the following requirements: a. Provide mixes with a history of satisfactory performance in geographical area where Project is located. 2. Base Course/Temporary Pavement a. Hot Mix Base shall consist of a compacted mixture of graded gravel aggregate and asphalt cement mixed hot in a mixing plant in accordance with TxDOT Standard Specifications, 2004, Item 340 Dense -Graded Hot -Mix Asphalt (Method), Type B (fine base), using the Texas gyratory compaction method (TX206-F). b. The Contractor shall provide a current mix design using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall conform to the following master gradation: Sieve Size 1" 7/8" 5/8" 3/8" #4 #10 #40 #80 #200 Percent Retained by Weight 0 95-100 75-95 60-80 40-60 27-40 10-25 3-13 1-6 Material passing the #40 sieve shall be known as soil binder and shall meet the following requirements: 01269308 O1/12 Liquid Limit shall not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 C. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. HOT -MIX ASPHALT PAVING 02741 - 7 FRANKFORD AVENUE — 98TH STREET TO 114'" STREET d. The ASB mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The mineral aggregate shall conform to the gradation requirements specified. The percent asphaltic material shall be determined in accordance with Test Method Tex.-204-F, with a target density of 96.5% lab molded density. Asphalt content tolerances will be plus or minus .3%. Outside these parameters corrective action must be taken immediately, over .5% shall require immediate cease of production. No more than 20% RAP will be allowed in ASB designs. The percent asphaltic material shall be determined in accordance with Test Method Tex.-236F. Asphalt for the mixture shall meet the requirements of TxDOT Item "Asphalt, Oils, and Emulsions", and must be a performance graded (PG) 64-22 or better. The grade of asphalt and source must be approved by the Engineer prior to use. The contractor shall submit the mix design prepared by a qualified lab for approval by the Engineer. The Engineer will approve the asphalt content to be used in the mixture after design tests have been made with the aggregate to be used. The asphalt content of the production mixture during production shall not vary from the design more than 0.2% dry weight based on total mixture. Surface Course a. Hot mix asphalt concrete surface shall consist of a minimum of one and one half inch thick compacted mixture of coarse aggregate, fine aggregate, mineral filler and asphalt cement mixed hot in a mixing plant in accordance with these specifications. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 Dense Graded Hot Mix Asphalt Method. b. Mix designs will be in accordance with TX204-F with a lab molded density of 96.0% using the Texas gyratory compaction method. With a target VMA (voids in mineral aggregate) to be determined according to type of HMAC utilized. Designs will need to be resubmitted annually or when material properties change. C. The contractor's plant and equipment are subject to approval by Engineer, and shall be appropriate and in suitable condition to produce the HMAC surface consistently in compliance with these specifications. Approval of the source and character of the materials shall be obtained from the Engineer prior to use. The combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, hall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex 203-F. The percent of flat and elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex 224-F. d. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either lime or liquid anti -stripping agent approved by the Engineer. Anti -stripping agents shall meet requirements of TxDOT Item "Asphalt Anti -Stripping Agents", and shall be added at the manufacturer's recommended dosage and temperature range. 01269308 HOT -MIX ASPHALT PAVING 02741 - 8 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET e. The contractor shall provide a current HMAC mix design using the approved materials, indicating gradation and optimum asphalt content as determined by Test Method Tex 204-F. 1) If approved by the Engineer, the contractor may furnish an alternate mix design based on specific proposed materials. Otherwise the aggregate mixture shall conform to the following master gradation: Type "C" (Course Graded Surface Course — Streets greater than 36 feet wide) Percent passing 7/8" 100 Percent passing 3/a" 95-100 Percent passing 3/8" 70-85 Percent passing No. 4 43-63 Percent passing No. 8 32-44 Percent passing No. 30 14-28 Percent passing No. 50 7-21 Percent passing No. 200 2-7 VMA Design min. 12% Tvne "D" (Fine Graded Surface Course — Streets 36 feet or less wide Percent passing 1/2" 98-100 Percent passing 3/8" 85-100 Percent passing No. 4 50-70 Percent passing No. 8 35-46 Percent passing No. 30 15-29 Percent passing No. 50 7-20 Percent passing No. 200 2-7 VMA Design min. 14% 2) Lab molded density will be plus or minus 1.0% of design before corrective action is required. Plus or minus 1.5% will require immediate cease in production operations with removal and replacement of HMAC laid at that location. Production will cease until which time the contractor has sufficiently proven they have taken corrective actions. Asphalt content will be plus or minus .3% before corrective action is required. Plus or minus .5% will require immediate cease in production in operations with removal and replacement of HMAC laid at that location. Production will cease until which time the contractor has sufficiently proven they have taken corrective actions. 3) Material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 4) The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing asphalt. The HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt materials. 01269308 HOT -MIX ASPHALT PAVING 02741 - 9 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 5) If approved by the Engineer, the contractor may provide an alternate mix design based on his proposed materials. The contractor's materials and mix design shall meet all the performance criteria addressed in these specifications. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that subgrade is dry and in suitable condition to support paving and imposed loads. B. Proof -roll subbase using heavy, pneumatic -tired rollers to locate areas that are unstable or that require further compaction. C. Proceed with paving only after unsatisfactory conditions have been corrected. D. Surface shall be clean and free of loose dirt, rock, or any other foreign matter. 3.2 PRIME COAT A. Application 1. Immediately following the surface preparation, apply the prime coat by means of the bituminous distributor. Apply the bituminous material at a pressure range of 25 to 75 pounds per square inch within the temperature limits specified herein, and at the rate of not less than 0.20 gallon nor more than 0.30 gallon of bituminous material per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated with slight puddling on the surface. B. Curing 1. Following the application of bituminous material, allow the surface to cure without being disturbed for a period of not less than 48 hours, or longer as may be necessary, to attain penetration into the foundation course and evaporation of the volatiles from the bituminous material. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Maintain the primed surface until the succeeding layer of pavement is placed by protecting the surface against damage and by repairing and repriming deficient areas. C. Temperature 1. Maintain application temperature between 68 ° F and 149 ° F. D. Protection 1. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades to prevent traffic over freshly treated surfaces. 3.3 TACK COAT A. Application 1. Apply the tack coat when the surface to be treated is dry. Immediately following the preparation of the surface for treatment, apply the bituminous material by means of the bituminous distributor, within the limits of temperature specified herein and at a rate of not less than 0.05 gallon nor more than 0.15 gallon of diluted emulsion per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated. Treat lightly coated areas and spots missed by the distributor with the bituminous material. Following the application of bituminous material, allow the surface to cure without being disturbed for period of time necessary to permit setting of the tack coat. Apply the bituminous tack coat only as 01269308 HOT -MIX ASPHALT PAVING 02741 - 10 01/12 1 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET far in advance of the placing of the overlying layer as required for that day's operation. Maintain and protect the treated surface from damage until the succeeding course of pavement is placed. B. Temperature 1. Maintain application temperature between 122' F and 1850 F. C. Material Test 1. Perform spot test for asphalt in accordance with AASHTO T 102 on each shipment. D. Traffic Controls 1. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades so that traffic will not travel over freshly treated surfaces. 3.4 ASPHALT STABILIZED BASE COURSE (ASB) A. ASB shall not be placed when air temperature as reported by the National Weather Service is below 45 degrees F and falling. B. ASB shall be placed at a temperature between 255 and 285 degrees F during the months of June, July and August. During other months, ASB shall be placed at a temperature between 275 and 325 degrees F. C. Any ASB material that is above, or below the specified temperature range may be rejected. No payment will be made for any rejected material. D. ASB shall be placed and compacted in 3 inch lifts, unless otherwise directed by the Engineer. The material shall be placed in such a manner that when properly compacted, the finished course is smooth, of uniform density, and in conformance with required cross -sections and grades. E. The ASB shall be compacted thoroughly and uniformly with approved rollers to a density of 90.1% to 97.3% in place air voids with a lab molded target of 96.5% plus or minus 1%. All results will be calculated using the maximum theoretical rice gravity. Lab molding will take place in accordance to the asphalt manufacturer's recommended temperature. 1. Rolling patterns shall be set by using a thin lift nuclear gauge in order to ensure maximum compaction. All roller marks shall be removed and compaction completed prior to the ASB mixture cooling below 185 degrees F. 3.5 JOINTS A. Construct joints to ensure a continuous bond between adjoining paving sections. Construct joints free of depressions with same texture and smoothness as other sections of hot -mix asphalt course. 1. Clean contact surfaces and apply tack coat to all joints. 2. Offset longitudinal joints, in successive courses, a minimum of 6 inches. 3. Offset transverse joints, in successive courses, a minimum of 24 inches. 4. Construct transverse joints as described in Al MS-22, "Construction of Hot Mix Asphalt Pavements." 5. Compact joints as soon as hot -mix asphalt will bear roller weight without excessive displacement. 6. Compact asphalt at joints to a density within 2 percent of specified course density. 01269308 HOT -MIX ASPHALT PAVING 02741 - 11 O1/12 fI 1 PR ANY FOR T) A VENT IF, — 98TH STREET TO 114TH STREET 2.8 TESTING EQUIPMENT A. Provide testing equipment regardless of job -control testing responsibilities in accordance with TxDOT Item 421, "Hydraulic Cement Concrete," unless otherwise shown in the plans or specified. 2.9 CORING EQUIPMENT A. When required, provide coring equipment capable of extracting cores in accordance with the requirements of Tex-424-A. 2.10 MISCELLANEOUS EQUIPMENT A. Furnish both 10-ft. and 15-ft. steel or magnesium long -handled standard straightedges. Furnish enough work bridges, long enough to span the pavement, for finishing and inspection operations. Furnish date stencils to impress pavement placement dates into the fresh concrete, with numerals approximately 2 inch high by 1 inch wide by'/4 inch deep. 2.11 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. 3. Place vertical reinforcement supports drilled into sub -base material to prevent horizontal movement of reinforcing steel. 2.12 CONCRETE MATERIALS A. General: Use the same brand and type of cementitious material from the same manufacturer throughout the Project. B. Portland Cement: ASTM C 150, Type I, II, or III or ASTM G176 IA, IIA, or IIIA for air entrained. Fly ash may be substituted at a rate up to 30% by absolute volume of the cement. C. Aggregate: ASTM C 33, uniformly graded, from a single source, as follows: 1. Class:4M. 2. Maximum Aggregate Size: 1-1/2 inches nominal. 01269308 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 5 01/12 '( FRANKFORD AVENUE — 98TH STREET TO 114TH STREET l_ 3. Coarse aggregate for Class C or D concrete shall be crushed limestone (Brownwood type or equivalent). Aggregate shall be graded from fine to coarse and shall conform to ASTM C 136. The gradation for aggregate shall meet the following requirements by weight: FINE AGGREGATE COARSE AGGREGATE Sieve Percent Passing; Sieve Percent Passing 3/8 inch 100 2 inch 100 No. 4 95-100 1-1/2 inch 95-100 No.8 80-100 No. 16 50-85 3/4 inch 35-70 No. 30 25-60 3/8 inch 10-30 No.50A 5-30 No.4 0-5 No. 100 0-10 No.200B 0-3 A Range is 6-35 when sand equivalent volume is greater than 85. B 0-6 for manufactured sand. 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. Fine aggregate shall have a sand equivalent of at least 80 in accordance with Tex- 203-F. Provide fine aggregate with fineness modules between 2.3 and 3.1 per ASTM C-33. 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. 4. Coarse aggregate shall have a maximum loss of 18% when subjected to 5 cycles of the magnesium sulfate soundness test or a maximum loss of 12% when subjected to 5 cycles of a sodium sulfate soundness test (ASTM C-88). 5. The percentage of wear shall be no more than 40 when tested in accordance with ASTM C-131 or ASTM C-535. 6. Aggregates delivered to the mixer shall consist of crushed stone, crushed gravel, or natural sand. Crushing shall result in a product in which the coarse aggregate shall have at least 95% by weight of particles with one or more fractured faces and 75% by weight of particles with two or more fractured faces. The aggregate shall be composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM C33. The aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces. A flat or elongated particle is one having a ratio between the maximum and the minimum dimensions of a circumscribing rectangular prism exceeding 3 to 1. 01269308 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 6 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114m STREET Class D N/A. Class E Fast setting concrete pavement such as "Fast Track" Concrete Pavement or other special design. D. Proportion mixes to provide concrete with the following properties: 1. Water-Cementitious Materials Ratio as shown in Section E.2. 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 soundness test (not to exceed 18%) or the loss from 5 cycles of sodium sulfate soundness test (not to exceed 12%). b. A mix design based on water -cement ratio. C. Results of flexural and 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. t 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. Mix designs for various classes of concrete shall conform to the following: Maximum Water/ Maximum Slump Class Cement Ratio Inches A 0.60 4 B 0.60 3 C (slip formed) 0.45 3 C (formed) 0.45 6 E 0.45 As specified by Concrete batch plant F. Strength Requirements 1. Test at least three sets of design strength specimens with two specimens per set. The various classes of concrete shall conform to the following strengths in psi as determined by the average of two test cylinders and beams. COMPRESSIVE FLEXURAL Class 3 Dav 7 Day 28 Day 7 Day 28 Dav A - 2100 3000 425 B 2500 3000 - 280 C - 3500 4400 570 680 D - - - E 2600 (24hr) Unless otherwise 400 (24 hr) specified 01269308 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 9 O1/12 r� FRANKFORD AVENUE — 98TH STREET TO 114TH STREET G. Properties 1. Air Entrainment: 5% ASTM C 260. If the air content is more than 1 '/2 percentage points below or above the required air, the load of concrete will be rejected. 2. Synthetic Fiber: Use manufacturer's recommended rate, but not less than 1.0 lb/cu. yd. (where applicable). 3. Fly ash: Not more than 30% by absolute volume of cement. 2.21 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements and with ASTM C 94 and ASTM C 1116 when synthetic fibers are involved. 1. When air temperature is between 85 deg F and 90 deg F, reduce 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. 2. Mixing and delivery time starts at time of batching. 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 an appropriate method and as approved by the Engineer. 1. For mixers of 1 cu. yd. or smaller capacity, continue mixing at least one and one-half minutes, but not more than five minutes after ingredients are in mixer, before any part of batch is released. 2. For mixers of capacity larger than 1 cu. yd., increase mixing time by 15 seconds for each additional 1 cu. yd. 3. Provide batch ticket for each batch discharged and used in the work, indicating project identification name and number, date, mix type, mix time, quantity, and amount of water added. Batch ticket shall also indicate batching operation variances according to ACI 304R. a. Cement and supplementary cementitious material within fl% of desired weight. b. Aggregates measured within f2% of desired weight (±-1% when cumulative weight is taken). C. Allowable water adjusted for free moisture in aggregates. d. Admixtures discharged separately within a volumetric tolerance of f3% using a method that does not allow concentrated admixtures to contact each other. 4. When using non -agitating equipment for transporting concrete, provide equipment with smooth, mortar -tight metal containers equipped with gates that prevent accidental discharge of the concrete. 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. 01269308 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 10 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.2 PLACING AND REMOVING FORMS A. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form sections together to prevent relative displacement. B. Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 1/8 inch under finishing operations. Reset forms to line and grade, and refinish the concrete surface to correct grade. C. Avoid damage to the edge of the pavement when removing forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr after a bulkhead for a transverse construction joint has been removed unless otherwise approved. When forms are removed before 72 hr after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. D. Forms that are not the same depth as the pavement but are within 2 inch of that depth are permitted if the subbase is trenched or the full width and length of the form base is supported with a firm material to produce the required pavement thickness. Promptly repair the form trench after use. Use flexible or curved wood or metal forms for curves of 100-ft radius or less. 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 CRSI's "Placing Reinforcing Bars" for placing and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond -reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. 3.4 JOINTS A. Reinforcing Steel and Joint Assemblies: Accurately place and secure in position all reinforcing steel as shown on the plans. Place dowels at mid -depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement edge. Tolerances for location and alignment of dowels will be shown on the plans. Stagger the longitudinal reinforcement splices to avoid having more than 1/3 of the splices within a 2-ft. longitudinal length of each lane of the pavement. Use multiple -piece tie bars or drill and epoxy grout tie bars at longitudinal construction joints. Verify that tie j bars that are drilled and epoxied into concrete at longitudinal construction joints develop a pullout resistance equal to a minimum of 3/4 of the yield strength of the steel after 7 days. Test 15 bars using ASTM E 488, except that alternate approved equipment may be used. 01269308 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 11 01/12 1 1 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET All 15 tested bars must meet the required pullout strength. If any of the test results do not meet the required minimum pullout strength, perform corrective measures to provide equivalent pullout resistance. Repair damage from testing. Acceptable corrective measures include but are not limited to installation of additional or longer tie bars. B. 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. C. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour, unless pavement terminates at isolation joints. 1. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 2. Provide tie bars at sides of pavement strips where indicated. 3. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. D. 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. E. 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 least %" depth at 10 foot intervals. F. 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 '/4" wide by 3/4" deep. G. 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. 01269308 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 12 01/12 FRANKFORD AVENUE — 98TH STREET TO 114Tx STREET 4. Early Opening to All Traffic: Concrete pavement may be opened after curing is complete and the concrete has attained a flexural strength of 450 psi or a compressive strength of 2,800 psi, except that pavement using Class HES concrete may be opened after 24 hour if the specified strength is achieved. a. Strength Testing: Test concrete specimens cured under the same conditions as the portion of the pavement involved. 5. Emergency Opening to Traffic: Under emergency conditions, when the pavement is at least 72 hour old, open the pavement to traffic when directed in writing. Remove all obstructing materials, place stable material against the pavement edges, and perform other work involved in providing for the safety of traffic as required for emergency opening. 3.11 PAVEMENT THICKNESS A. The Engineer will check the thickness in accordance with Tex-423-A unless other methods are shown on the plans. The Engineer will perform 1 thickness test consisting of 1 reading at approximately the center of each lane every 500 feet or fraction thereof. Core where directed in accordance with Tex-424-A to verify deficiencies of more than 0.2 inches from plan thickness and to determine the limits of deficiencies of more than 0.75 inches from plan thickness. Fill core holes using a concrete mixture and method approved by the Engineer. 1. Thickness Deficiencies Greater than 0.2 inches: When any depth test measured in accordance with Tex-423-A is deficient by more than 0.2 inches from the plan thickness, take one 4-inch diameter core at that location to verify the measurement. If the core is deficient by more than 0.2 inches but not by more than 0.75 inches from the plan thickness, take 2 additional cores from the unit (as defined in Section 3.1 LA.3, "Pavement Units for Payment Adjustment") at intervals of a least 150 feet and at locations selected by the Engineer, and determine the thickness of the unit for payment purposes by averaging the length of the 3 cores. In calculations of the average thickness of this unit of pavement, measurements in excess of the specified thickness by more than 0.2 inches will be considered as the specified thickness plus 0.2 inches. 2. Thickness Deficiencies Greater than 0.75 inches: If a core is deficient by more than 0.75, take additional cores at 10 foot intervals in each direction parallel to the centerline to determine the boundary of the deficient area. The Engineer will evaluate any area of pavement found deficient in thickness by more than 0.75 inches but not more than 1 inch. As directed, remove and replace the deficient areas without additional compensation or retain deficient areas without compensation. Remove and replace any area of pavement found deficient in thickness by more than 1 inch without additional compensation. 3. Pavement Units for Payment Adjustment: Limits for applying a payment adjustment for deficient pavement thickness from 0.20 inch to not more than 0.75 inch are 500 foot of pavement in each lane. Lane width will be as shown on typical sections and pavement design standards. For greater than 0.75 inch deficient thickness, the limits for applying zero payment or requiring removal will be defined by coring or equivalent nondestructive means as determined by the Engineer. The remaining portion of the unit determined to be less than 0.75 inch deficient will be subject to the payment adjustment based on the average core thickness at each end of the 10 foot interval investigation as determined by the Engineer. i 01269308 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 19 01/12 FRANKFORD AVENUE — 98TH STREET TO 1 leH STREET Shoulders will be measured for thickness unless otherwise shown on the plans. Shoulders 6 feet wide or wider will be considered as lanes. Shoulders less than 6 feet wide will be considered part of the adjacent lane. Limits for applying payment adjustment for deficient pavement thickness for ramps, widenings, acceleration and deceleration lanes, and other miscellaneous areas are 500 feet in length. Ares less than 500 feet in length will be individually evaluated for payment adjustment based on the plan area. 4. Deficient Thickness Adjustment: Where the average thickness of pavement is deficient in thickness by more than 0.2 inches but not more than 0.75 inches, payment will be made using the adjustment factor as specified in Table 2 applied to the bid price for the deficient area for each unit as defined under Section 3.11.A.3, "Pavement Units for Payment Adjustment". Table 2 Deficient Thickness Price Adjustment Factor Deficiency in Thickness Determined by Cores in. Proportional Part of Contract Price Allowed (adjustment factor) Not deficient 1.00 Over 0.00 through 0.20 1.00 Over 0.20 through 0.30 0.80 Over 0.30 through 0.40 0.72 Over 0.40 through 0.50 0.68 Over 0.50 through 0.75 0.57 3.12 PAVEMENT MARKINGS A. Permanent pavement markings shall be reflectorized multipolymer applied in accordance with manufacturer's recommendations including surface preparation. B. Materials and installation for surface markings shall be in accordance with TxDOT Specifications. 3.13 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall sample materials, perform tests, and submit test reports during concrete placement. Contractor personnel performing testing must either be ACI- certified or qualified by a recognized equivalent written and performance testing program for the tests being performed. Sampling and testing for quality control include those specified in this Article. B. Job -Control Testing: Unless otherwise shown on the plans, perform all fresh and hardened concrete job -control testing at the specified frequency. Use of a commercial laboratory is acceptable. Maintain all testing equipment calibrated in accordance with pertinent test methods. Make strength -testing equipment available to the Engineer for verification testing. Provide the Engineer the opportunity to witness all tests. The Engineer may require a retest if not given the opportunity to witness. Furnish a copy of all tests results to the Engineer daily. The Engineer will direct random job -control sampling and testing. Immediately investigate and take corrective action as approved if any Contractor test results, including tests performed for verification purposes, does not meet specification requirements. When job -control testing by the Contractor is waived by the plans, the 01269308 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 20 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET Engineer will perform the testing; however, this does not waive the Contractor's responsibility for providing materials and work in accordance with this Item. C. Job -Control Strength: Unless otherwise shown on the plans or permitted by the Engineer, use 7-day job -control strength testing in accordance with ASTM C 78. When a job -control concrete strength test value is more than 10% below the required job -control strength or when 3 consecutive job -control strength values fall below the required job -control strength, investigate the strength test procedures, the quality of materials, the concrete production operations, and other possible problem areas to determine the cause. Take necessary action to correct the problem, including redesign of the concrete mix if needed. The Owner may suspend concrete paving if the Contractor is unable to identify, document, and correct the cause of low strength test values in a timely manner. If any job -control strength is more than 15% below the required job -control strength, the Engineer will evaluate the structural adequacy of the pavements. When directed, remove and replace pavements found to be structurally inadequate at no additional cost. D. 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. Flexural and Compressive -Strength Tests: ASTM C 78 and 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. Provide the Engineer the opportunity to witness all tests. The Engineer may require a retest if not given the opportunity to witness. Furnish a copy of all test results to the Engineer daily. Check the first few concrete loads for slump, air, and temperature on start-up production days to check for concrete conformance and consistency. Sample and prepare strength test specimens (2 specimens per test) on the first day of production and for each 2,000 sq. yd. or fraction thereof of concrete pavement thereafter. Prepare at least 1 set of strength -test specimens for each production day. Perform slump, air, and temperature tests each time strength specimens are made. Monitor concrete temperature to ensure that concrete is consistently within the temperature requirements. The Engineer will direct random job -control sampling and testing. Immediately investigate and take corrective action as approved if any Contractor test result, including tests performed for verification purposes, does not meet specification requirements. 3. When frequency of testing will provide fewer than five 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. 4. Slump: ASTM C 143; one test at point of placement for each 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. 5. Air Content: ASTM C 231, pressure method; one test for each strength test, but not less than one test for each day's pour of each type of air -entrained concrete. 6. 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 strength specimens. 01269308 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 21 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114m STREET 7. Test Specimens: ASTM C 31/C 31M; one set of two standard beams and one set of four standard cylinders for each flexural and compressive -strength test, unless otherwise indicated. Flexural strength test specimens will be cured under the same conditions as the portion of pavement involved. Cylinders shall be molded and stored for laboratory -cured test specimens unless field -cured test specimens are required. E. Test results shall be reported in writing to Engineer and Contractor within 24 hours of testing. Reports of 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 strengths at their required time, concrete mix proportions and materials, breaking strengths, and type of break for both 7- and 28-day tests. F. 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. G. 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. H. Contractor shall pay for failing tests. I. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders or acceptance test beams are not representative of concrete -in -place in the pavement; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders or acceptance test beams for day's concreting were made for testing. e. In -place core densities, on average, are less than 97% of original mix design density, or any one core is below 96% of original mix design density, 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the pavement, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the pavement. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F to 80 degrees F, and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. 01269308 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 22 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.14 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 more than two days before date scheduled for opening section to public traffic. END OF SECTION 01269308 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 23 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 02764 PAVEMENT JOINT SEALANTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Expansion and contraction joints within Portland cement concrete pavement. B. Joints between Portland cement concrete and asphalt pavement. 1.3 RELATED SECTIONS A. Section 02741— Hot -Mix Asphalt Paving B. Section 02751— Portland Cement Concrete Pavement 1.4 REFERENCES A. ASTM C 1193 — Use of Joint Sealants B. ASTM D 5249 — Backer Material for Use With Cold -and -Hot -Applied Joint Sealants in Portland Cement Concrete and Asphalt Joints C. ASTM D 1751 — Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) D. ASTM D 3405 — Joint Sealants, Hot Applied, for Concrete and Asphalt Pavements E. ASTM D 3406 — Joint Sealant, Hot Applied, Elastomeric Type, for Portland Cement Concrete Pavements F. ASTM C 920 — Elastomeric Joint Sealants G. DMS — TxDOT Departmental Material Specification. 1.5 SUBMITTALS A. Product Data: For each joint -sealant product indicated. B. Samples for Verification: For each type and color of joint sealant required. Install joint -sealant samples in 1/2-inch- wide joints formed between two 6-inch- long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. C. Product Certificates: Signed by manufacturers of joint sealants certifying that products furnished comply with requirements and are suitable for the use indicated. D. Compatibility and Adhesion Test Reports: From joint sealant manufacturer indicating the following: 1. Materials forming joint substrates and joint -sealant backer materials have been tested for compatibility and adhesion with joint sealants. 2. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion. E. Product Test Reports: From a qualified testing agency indicating joint sealants comply with requirements, based on comprehensive testing of current product formulations. 01269308 PAVEMENT JOINT SEALANTS 02764 - 1 01/12 FRANKFORD AVENUE — 98Tx STREET TO 114TH STREET 1.6 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has specialized in installing joint sealants similar in material, design, and extent to those indicated for this Project and whose work has resulted in joint -sealant installations with a record of successful in-service performance. B. Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer. C. Product Testing: Obtain test results for "Product Test Reports" Paragraph in "Submittals" Article from a qualified testing agency, based on testing current sealant formulations within a 36-month period. 1. Testing Agency Qualifications: An independent testing agency qualified according to ASTM C 1021 to conduct the testing indicated, as documented according to ASTM E 548. 2. Test joint sealants for compliance with requirements indicated by referencing standard specifications and test methods. D. Preconstruction Compatibility and Adhesion Testing: Submit to joint sealant manufacturer, for testing indicated below, samples of materials that will contact or affect joint sealants. 1. Use manufacturer's standard test methods to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration date, pot life, airing time, and mixing instructions for multicomponent materials. B. Store and handle materials to comply with manufacturer's written instructions to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.8 PROJECT CONDITIONS A. Environmental Limitations: Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer. 2. When joint substrates are wet. 3. When blowing dust conditions exist. B. Joint -Width Conditions: Do not proceed with installation of joint sealants where joint widths are less than that allowed by joint sealant manufacturer for application indicated. _ C. Joint -Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with their adhesion are removed from joint substrates. 01269308 PAVEMENT JOINT SEALANTS 02764 - 2 01/12 (_I FRANKFORD AVENUE — 98TH STREET TO 114TH STREET PART2-PRODUCTS 2.1 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backing materials, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint sealant manufacturer based on testing and field experience. B. Bituminous pre -molded expansion joint shall conform to ASTM D 1751. C. Joint sealant shall be in accordance with DMS - 6300. 1. For joints between Portland cement concrete and asphalt concrete provide class 3, 4 or 5. 2. For joints in Portland cement concrete pavement. Provide Class 5 or 8. D. Mix material in accordance with manufacturer recommendations. 2.2 JOINT -SEALANT BACKER MATERIALS A. General: Provide joint -sealant backer materials that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by joint sealant manufacturer based on field experience and laboratory testing. B. Round Backer Rod for Cold- and Hot -Applied Sealants: ASTM D 5249, Type 1, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. C. Backer Strips for Cold- and Hot -Applied Sealants: ASTM D 5249; Type 2; of thickness and width required to control sealant depths, prevent bottom -side adhesion of sealant, and fill remainder of joint opening under sealant. D. Round Backer Rods for Cold -Applied Sealants: ASTM D 5249, Type 3, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. 2.3 PRIMERS A. Primers: Product recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint- sealant - substrate tests and field tests. PART 3-EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint -sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 01269308 01/12 PAVEMENT JOINT SEALANTS 02764 - 3 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint sealant manufacturer's written instructions. B. Joint Priming: Prime joint substrates where indicated or where recommended in writing by joint sealant manufacturer, based on preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint sealant manufacturer's written installation instructions applicable to products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations of ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install backer materials of type indicated to support sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. l . Do not leave gaps between ends of backer materials. 2. Do not stretch, twist, puncture, or tear backer materials. 3. Remove absorbent backer materials that have become wet before sealant application and replace them with dry materials. D. Install sealants by proven techniques to comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses provided for each joint configuration. 3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealants from surfaces adjacent to joint. 2. Use tooling agents that are approved in writing by joint sealant manufacturer and that do not discolor sealants or adjacent surfaces. F. Provide joint configuration to comply with joint sealant manufacturer's written instructions, unless otherwise indicated. G. Provide recessed joint configuration for silicone sealants of recess depth and at locations indicated. 3.4 CLEANING A. Clean off excess sealants or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. 01269308 PAVEMENT JOINT SEALANTS 02764 - 4 01/12 FRANKFORD AVENUE — 98 TH STREET TO 114TH STREET 3.5 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from the original work. 01269308 01/12 END OF SECTION PAVEMENT JOINT SEALANTS 02764-5 r FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 02832 CONCRETE SEGMENTAL RETAINING WALL SYSTEM PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Retaining wall system constructed of concrete segmental retaining wall units. B. Geosynthetic reinforcement fabric. C. Leveling pad base. D. Drainage aggregate. E. Backfill. F. Drainage pipe. G. Adhesives. 1.3 REFERENCES A. American Society for Testing and Materials (ASTM) l . ASTM C 140 Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units. 2. ASTM C1262 Standard Test Method for Evaluating the Freeze -Thaw Durability of Manufactured Concrete Masonry Units and Related Concrete Units. 3. ASTM C1372 Standard Specification for Segmental Retaining Wall Units. 4. ASTM D448 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. 5. ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/f) (600 kN-m/m3). 6. ASTM D1556 Standard Test Method for Density and Unit Weight of Soil In Place by the Sand Cone Method. 7. ASTM D 1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/f) (2700 kN-m/m3). i 8. ASTM D2487 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System). 9. ASTM D2922 Standard Test Methods for Density of Soil and Soil -Aggregate In Place by Nuclear Methods (Shallow Depth). 10. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer pipe and Fittings. 11. ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 01269308 CONCRETE SEGMENTAL RETAINING WALL SYSTEM 02832 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO I le STREET 12. ASTM D4595 Standard Test Method for Tensile Properties of Geotextiles by the Wide -Width Strip Method. 13. ASTM D5262 Standard Test Method for Evaluating the Unconfined Tension Creep Behavior of Geosynthetics. 14. ASTM F405 Standard Specification for Corrugated Polyethylene (PE) Tubings and Fittings. 15. ASTM G51 Standard Test Method for Measuring pH of Soil for Use in Corrosion Testing. B. National Concrete Masonry Association (NCMA) 1. NCMA Design Manual For Segmental Retaining Walls, Second Edition, Second Printing (1997). 2. NCMA SRWU-1 Determination of Connection Strength Between Geosynthetics and Segmental Concrete Units. 3. NCMA SRWU-2 Determination of Shear Strength Between Segmental Concrete Units. 1.4 DEFINITIONS A. Backfill: Soil which is used as fill behind the drainage aggregate, and within the reinforced soil mass. B. Drainage Aggregate: Material used within, between, and directly behind the concrete retaining wall units. C. Filter Fabric: Material used for separation and filtration of dissimilar soil types. D. Foundation Soil: Soil mass supporting the leveling pad and reinforced soil zone of the retaining wall system. E. Geosynthetic Reinforcement: Material specifically fabricated for use as soil reinforcement. F. Global Stability: The general mass movement of a soil reinforced segmental retaining wall structure and adjacent soil mass. G. Project Geotechnical Engineer: A registered engineer employed by the Owner to perform site observations, provide recommendations for foundation support, and verify soil shear strength parameters. 1.5 SUBMITTALS A. Submit the following: 1. Product Data: Material description and installation instructions for each manufactured product specified. 2. Shop Drawings: Retaining wall system design, including wall elevation views, geosynthetic reinforcement layout, pertinent details, and drainage provisions. The shop drawings shall be signed by a registered professional engineer licensed in the state of wall installation. 3. Design Calculations: Engineering design calculations prepared in accordance with the NCMA Design Manual for Segmental Retaining Walls. Analysis of global stability must be addressed and incorporated into the shop drawings. 4. Samples a. Furnish one unit in the color and face pattern specified. b. Furnish 12 inch square or larger piece of the geosynthetic reinforcement specified. 5. Test Reports: Independent laboratory reports stating moisture absorption and compressive strength properties of the concrete retaining wall units meet the Project Specifications when tested in accordance with ASTM C140, Sections 6, 8 and 9. 01269308 CONCRETE SEGMENTAL RETAINING WALL SYSTEM 02832 - 2 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver, store, and handle materials in accordance with manufacturer's recommendations, in such a manner as to prevent damage. Check the materials upon delivery to assure that proper material has been received. Store above ground on wood pallets or blocking. Remove damaged or otherwise unsuitable material, when so determined, from the site. 1. Exposed faces of concrete wall units shall be free of chips, cracks, stains, and other imperfections detracting from their appearance, when viewed from a distance of 10 feet. 2. Prevent mud, wet cement, adhesives and similar materials which may harm appearance of units, from coming in contact with system components. 1.7 EXTRA MATERIALS A. Furnish Owner with 3 replacement units identical to those installed on the Project. PART 2 - PRODUCTS 2.1 MATERIALS A. Concrete Retaining Wall Units: "Anchor Diamond Retaining Wall Units" as manufactured under license from Anchor Wall Systems or equivalent. 1. Physical Requirements a. Meet requirements of ASTM C 1372, except the maximum water absorption shall be limited to 7 percent, and unit height dimensions shall not vary more than plus or minus 1/16 inch from that specified in the ASTM reference, not including textured face. b. Unit Face Area, 6-inch Unit: Not less than 0.67 square feet. C. Color: Schlegel Tan. d. Face Pattern Geometry: Straight. e. Texture: Split Rock Face. f. Include an integral concrete shear connection flange/locator. B. Geosynthetic Reinforcement: Polyester fiber geogrid or geotextile, or polypropylene woven geotextile, as shown on the Drawings. C. Leveling Pad Base 1. Aggregate Base: Crushed stone or granular fill meeting the following gradation as determined in accordance with ASTM D448: Sieve Size Percent Passing 1 inch 100 No. 4 35 to 70 No. 40 10 to 35 No. 200 3 to 10 a. Base Thickness: 6 inches (minimum compacted thickness). 2. Concrete Base: Nonreinforced lean concrete base. a. Compressive Strength: 500 psi (maximum). b. Base Thickness: At least 2 inches, but not more than 3 inches. 01269308 CONCRETE SEGMENTAL RETAINING WALL SYSTEM 02832 - 3 01/12 �_ FRANKFORD AVENUE — 98TH STREET TO 114TH STREET D. Drainage Aggregate: Clean crushed stone or granular fill meeting the following gradation as determined in accordance with ASTM D448: Sieve Size Percent Passim 1 inch 100 3/4 inch 75 to 100 No. 4 0 to 60 No. 40 0 to 50 No. 200 0 to 5 E. Backfill: Soil free of organics and debris and consisting of either GP, GW, SP, SW, or SM type, classified in accordance with ASTM D2487 and the USCS classification system. 1. Soils classified as SC and CL are considered suitable soils for segmental retaining walls with a total height of less than 15 feet unless the Plasticity Index (PI) is 20 or more. 2. Maximum particle size for backfill is 1 inch. 3. Unsuitable soils are organic soils and those soils classified as CH, OH, MH, OL, or PT. F. Impervious Material: Clayey soil or other similar material which will prevent percolation into the drainage zone behind the wall. G. Drainage Pipe: Perforated or slotted PVC or corrugated HDPE pipe manufactured in accordance with D3034 and/or ASTM F405. The pipe may be covered with a geotextile filter fabric to function as a filter. H. Construction Adhesive: Exterior grade adhesive as recommended by the retaining wall unit manufacturer. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine the areas and conditions under which the retaining wall system is to be erected, and notify the Engineer in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected. B. Promptly notify the wall design engineer of site conditions which may affect wall performance, soil conditions observed other than those assumed, or other conditions that may require a reevaluation of the wall design. C. Verify the location of existing structures and utilities prior to excavation. 3.2 PREPARATION A. Ensure surrounding structures are protected from the effects of wall excavation. B. Excavation support, if required, is the responsibility of the Contractor, including the stability of the excavation and its influence on adjacent properties and structures. 3.3 EXCAVATION A. Determine Top of Wall Elevation to match top of curb elevation at lowest point of planting bed adjacent to curb. Step up wall cap in 3" to 6" increments throughout entire length of wall, to match top of curb at high end. B. Excavate to the lines and grades shown on the Drawings. Over -excavation not approved by the Owner (or Owner's representative) will not be paid for by the Owner. Replacement of these 01269308 CONCRETE SEGMENTAL RETAINING WALL SYSTEM 02832 - 4 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET soils with compacted fill and/or wall system components will be required at the Contractor's expense. Use care in excavating to prevent disturbance of the base beyond the lines shown. 3.4 FOUNDATION PREPARATION A. Excavate foundation soil as required for footing or base dimension shown on the Drawings, or as directed by the Project geotechnical engineer. B. The Project geotechnical engineer will examine foundation soil to ensure that the actual foundation soil strength meets or exceeds that indicated on the Drawings. Remove soil not meeting the required strength. Oversize resulting space sufficiently from the front of the block to the back of the reinforcement, and backfill with suitable compacted backfill soils. C. The Project geotechnical engineer will determine if the foundation soils will require special treatment or correction to control total and differential settlement. D. Fill over -excavated areas with suitable compacted backfill, as recommended by the Project geotechnical engineer. 3.5 BASE COURSE PREPARATION A. Place base materials to the depths and widths shown on the Drawings, upon undisturbed soils, or foundation soils prepared in accordance with Article 3.04. 1. Extend the leveling pad laterally at least 6 inches in front and behind the lowermost concrete retaining wall unit. 2. Provide aggregate base compacted to 6 inches thick (minimum). 3. The Contractor may at their option, provide a concrete leveling pad as specified in Subparagraph 2.01.C.2, in lieu of the aggregate base. 4. Where a reinforced footing is required by local code official, place footing below frost depth. B. Compact aggregate base material to provide a level, hard surface on which to place the first course of units. C. Prepare base materials to ensure complete contact with retaining wall units. Gaps are not allowed. 3.6 ERECTION A. General: Erect units in accordance with manufacturer's instructions and recommendations, and as specified herein. B. Place first course of concrete wall units on the prepared base material. Use only 18-inch units for the first course. Check units for level and alignment. Maintain the same elevation at the top of each unit within each section of the base course. C. Ensure that foundation units are in full contact with natural or compacted soil base. D. Place concrete wall units side -by -side for full length of wall alignment. Alignment may be done by using a string line measured from the back of the block. Gaps are not allowed between the foundation concrete wall units. E. Place filter fabric directly behind the concrete wall units. F. Place 12 inches (minimum) of drainage aggregate between, and directly behind the concrete wall units. Fill voids in retaining wall units with drainage aggregate. Provide a drainage zone behind the wall units to within 9 inches of the final grade. Cap the backfill and drainage aggregate zone with 9 inches of impervious material. 01269308 CONCRETE SEGMENTAL RETAINING WALL SYSTEM 02832 - 5 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET G. Install drainage pipe at the lowest elevation possible, to maintain gravity flow of water to outside of the reinforced zone. Slope the main collection drainage pipe, located just behind the concrete retaining wall units, 2 percent (minimum) to provide gravity flow to the daylighted areas. Daylight the main collection drainage pipe through the face of the wall, and/or to an appropriate location away from the wall system at each low point or at 50 foot (maximum) intervals along the wall. Alternately, the drainage pipe can be connected to a storm sewer system at 50 foot (maximum) intervals. H. Remove excess fill from top of units and install next course. Ensure drainage aggregate and backfill are compacted before installation of next course. I. Check each course for level and alignment. Adjust units as necessary to maintain level and alignment prior to proceeding with each additional course. J. Install each succeeding course, using 6-inch,12-inch, and 18-inch units. Backfill as each course is completed. Pull the units forward until the locating surface of the unit contacts the locating surface of the units in the preceding course. Interlock wall segments that meet at corners by overlapping successive courses. Attach concrete retaining wall units at exterior corners with adhesive specified. K. Install geosynthetic reinforcement in accordance with geosynthetic manufacturer's recommendations and the shop drawings, if required. 3.7 BACKFILL PLACEMENT A. Place reinforced backfill, spread and compact in a manner that will minimize slack in the reinforcement. B. Place fill within the reinforced zone and compact in lifts not exceeding 6 to 8 inches (loose thickness) where hand -operated compaction equipment is used, and not exceeding 12 inches (loose thickness) where heavy, self-propelled compaction equipment is used. 1. Only lightweight hand -operated compaction equipment is allowed within 4 feet of the back of the retaining wall units. If the specified compaction cannot be achieved within 4 feet of the back of the retaining wall units, replace the reinforced soil in this zone with drainage aggregate material. C. Minimum Compaction Requirements for Fill Placed in the Reinforced Zone I. Walls Less Than 15 Feet High: Compact to 95 percent of the soil's standard Proctor maximum dry density (ASTM D698) for the entire wall height 2. Utility Trench Backfill: Compact utility trench backfill in or below the reinforced soil zone to 98 percent of the soil's standard Proctor maximum dry density (ASTM D698), or as recommended by the Project geotechnical engineer. If the height from the utility to finish grade is higher than 30 feet, increase compaction to 100 percent of the standard Proctor density. a. Utilities must be properly designed (by others) to withstand all forces from the retaining wall units, reinforced soil mass, and surcharge loads, if any. 3. Moisture Content: Within 2 percentage points of the optimum moisture content for all wall heights. 4. These specifications may be changed based on recommendations by the Project geotechnical engineer. a. If changes are required, the Contract Sum will be adjusted by written Change Order. 01269308 CONCRETE SEGMENTAL RETAINING WALL SYSTEM 02832 - 6 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET D. At the end of each day's operation, slope the last level of compacted backfill away from the interior (concealed) face of the wall to direct surface water runoff away from the wall face. 1. The General Contractor is responsible for ensuring that the finished site drainage is directed away from the retaining wall system. 2. In addition, the General Contractor is responsible for ensuring that surface water runoff from adjacent construction areas is not allowed to enter the retaining wall area of the construction site. E. Refer to Paragraph 3.10 for compaction testing. 3.8 CAP UNIT INSTALLATION A. Apply adhesive in a pattern perpendicular to wall face, to the top surface of the unit below and place the cap unit into desired position. B. Cut cap units as necessary to obtain the proper fit. C. Backfill and compact to top of cap unit. 3.9 SITE CONSTRUCTION TOLERANCES A. Site Construction Tolerances 1. Vertical Alignment: Plus or minus 1-1/2 inches over any 10-foot distance, with a maximum differential of 3 inches over the length of the wail. 2. Horizontal Location Control From Grading Plan a. Straight Lines: Plus or minus 1-1/2 inches over any 10-foot distance. b. Corner and Radius Locations: Plus or minus 12 inches. C. Curves and Serpentine Radii: Plus or minus 2 feet. 3. Immediate Post Construction Wall Batter: Within 2 degrees of the design batter of the concrete retaining wall units. 4. Bulging: Plus or minus 1-1/4 inches over any 10-foot distance. 3.10 FIELD QUALITY CONTROL A. Installer is responsible for quality control of installation of system components. Employ a qualified independent third party to verify the correct installation of system components in B. accordance with these specifications and the Drawings. The Engineer, at their expense, will retain a qualified professional to perform quality assurance checks of the installer's work. C. Correct work which does not meet these specifications or the requirements shown on the Drawings at the installer's expense. D. Perform compaction testing of the reinforced backfill placed and compacted in the reinforced backfill zone. l . Testing Frequency a. One test for every 2 feet (vertical) of fill placed and compacted, for every 50 lineal feet of retaining wall. b. Vary compaction test locations to cover the entire area of the reinforced soil zone, including the area compacted by the hand -operated compaction equipment. r t 01269308 CONCRETE SEGMENTAL RETAINING WALL SYSTEM 02832 - 7 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.11 ADJUSTING AND CLEANING A. Replace damaged units with new units as the work progresses. B. Remove debris caused by wall construction and leave adjacent paved areas broom clean. END OF SECTION 01269308 CONCRETE SEGMENTAL RETAINING WALL SYSTEM 02832-8 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 02900 SEEDING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Seeding at all disturbed areas. B. Establishment of grass. C. Fertilizers. 1.3 RELATED SECTIONS A. Section 02300 — Earthwork: 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 maintenance periods. 01269308 SEEDING 02900 - 1 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 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 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 satisfactory topsoil. D. Preinstallation Conference: Conduct conference at Project site to comply with requirements of Section 01500 — Temporary Facilities and Controls. 1.6 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in containers showing weight, analysis, and name of manufacturer. Protect materials from deterioration during delivery and while stored at site. B. Seed: Deliver seed in original sealed, labeled, and undamaged containers. 1.7 PROJECT CONDITIONS A. Utilities: Determine location of above grade and underground utilities and perform work in a manner which will avoid damage. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned. B. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill, adverse drainage conditions, or obstructions, notify Architect before planting. 1.8 COORDINATION AND SCHEDULING A. Coordinate installation of planting materials during normal planting seasons for each type of plant material required. 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. 01269308 O1/12 SEEDING 02900 - 2 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 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: l . Seeded: 60 days after date of Substantial Completion. a. When full maintenance period has not elapsed before end ofplanting season, or if lawn is not fully established at that time, continue maintenance during next planting season. B. Maintain and establish grasses by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a consistent stand of grass. 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 fertilizer that will provide actual nitrogen of at least 1 lb. per 1000 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. 2.2 TOPSOIL 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 when necessary. 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. E 01269308 SEEDING 02900 - 3 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 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: 11 lbs. per 1000 sq. ft. of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive landscaping for compliance with requirements and for conditions affecting performance of work of this Section. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Outline areas, and secure Contracting Officer's acceptance before the start of planting work. Make minor adjustments as may be required. 3.3 PLANTING SOIL PREPARATION A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. B. Mix soil amendments and fertilizers with topsoil at rates indicated. Delay mixing fertilizer if planting does not follow placing of planting soil within a few days. 1. A "Planting Soil Amendments Schedule" is included at the end of this Section. C. For grass, mix planting soil either prior to planting or apply on surface of topsoil and mix thoroughly before planting. 3.4 GRASS PLANTING PREPARATION A. Limit subgrade preparation to areas that will be planted in the immediate future. B. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1/2 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 1/2 inch in any dimension, and other objects that may interfere with planting or maintenance operations. 01269308 SEEDING 02900 - 4 01/12 i FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1 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. 3.5 SEEDING NEW GRASSED AREAS A. Sow seed with a spreader or a seeding machine. Do not broadcast or drop seed when wind velocity exceeds 2 mph. 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. B. Grassed Areas: Provide soil amendments in not less than the following quantities: 1. Weight of commercial fertilizer per acre: 400 lbs. 3.8 SEED MIXTURES SCHEDULE A. Full -Sun Mixture: Provide certified grass -seed blends or mixes, proportioned by weight, as follows: 01269308 01/12 PROPORTION NAME MIN. PCT. GERM. MIN'. PCT. PURE SD. MAX. PCT. WEED SD.' 100 pct. Green Sprangletop 0.8 85 0.50 Sideouts Grama 0.5 Plains Bristlegr 1.3 Buffalogrss 1.1 K-R Bluestein 9.0 END OF SECTION SEEDING if r Li 02900 - 5 Lj A FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 03100 CONCRETE FORMWORK PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Formwork for cast -in place concrete, with shoring, bracing and anchorage. B. Openings for other work. C. Form accessories. D. Form stripping. 1.3 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION A. Section 03300 - Cast -In -Place Concrete: Supply of concrete accessories for placement by this Section. 1.4 RELATED SECTIONS A. Section 03200 - Concrete Reinforcement. B. Section 03300 - Cast -in -Place Concrete. 1.5 REFERENCES A. ACI 347 - Recommended Practice For Concrete Formwork. B. PS-1 - Construction and Industrial Plywood. 1.6 DESIGN REQUIREMENTS A. Design, engineer and construct formwork, shoring and bracing to conform to code requirements; resultant concrete to conform to required shape, line and dimension. 1.7 SUBMITTALS A. Submit under provisions of Section 01330 — Submittal Procedures. B. Shop Drawings: Indicate pertinent dimensions, materials, bracing, and arrangement of joints and ties. 1.8 QUALITY ASSURANCE A. Perform Work in accordance with ACI 347. 01269308 CONCRETE FORMWORK 03100 - 1 01/12 r FRANKFORD AVENUE — 98'u STREET TO 114TH STREET 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600 — Product Requirements. B. Store off ground in ventilated and protected manner to prevent deterioration from moisture. 1.10 COORDINATION A. Coordinate work under provisions of Section 01039 — Coordination and Meetings. B. Coordinate this Section with other Sections ofwork which require attachment of components to formwork. C. If formwork is placed after reinforcement resulting in insufficient concrete cover over reinforcement, request instructions from Engineer before proceeding. PART 2 - PRODUCTS 2.1 WOOD FORM MATERIALS A. Plywood: Douglas Fir species; medium density overlaid one side grade; sound undamaged sheets with clean, true edges. B. Lumber: Douglas fir species; construction grade; with grade stamp clearly visible. 2.2 MANUFACTURERS - PREFABRICATED FORMS A. Substitutions: Under provisions of Section 01600 — Product Requirements. 2.3 FORMWORK ACCESSORIES A. Form Ties: Snap -off type, metal, fixed length, cone type, free of defects that could leave holes larger than one inch in concrete surface. B. Form Release Agent: Colorless mineral oil which will not stain concrete, absorb moisture, or impair natural bonding or color characteristics of coating intended for use on concrete. C. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required, of sufficient strength and character to maintain formwork in place while placing concrete. D. Waterstops: Polyvinyl chloride, minimum 1,750 psi tensile strength, minimum 50 degrees F to plus 175 degrees F working temperature range, maximum possible lengths, ribbed profile, preformed corner sections, heat welded jointing. E. Cold Joint Waterstops: Flexible strip, bentonite waterproofing compound equal to Volcaly Waterstop-RX by American Colloid Company. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify lines, levels and centers before proceeding with formwork. Ensure that dimensions agree with Drawings. 01269308 01/12 CONCRETE FORMWORK 03100 - 2 CI FRANKFORD AVENUE — 98Tx STREET TO 114TH STREET 3.2 EARTH FORMS A. Verify with Engineer prior to the use of earth forms in lieu of specified form material. B. Hand trim sides and bottom of earth forms. Remove loose soil prior to placing concrete. 3.3 ERECTION - FORMWORK A. Erect formwork, shoring and bracing to achieve design requirements, in accordance with requirements of ACI 301. B. Provide bracing to ensure stability of formwork. Shore or strengthen formwork subject to overstressing by construction loads. C. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Permit removal of remaining principal shores. D. Align joints and make watertight. Keep form joints to a minimum. E. Obtain approval before framing openings in structural members which are not indicated on Drawings. F. Provide chamfer strips on external corners of beams, joists, columns and walls. 3.4 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces will receive applied coverings which are effected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. 3.5 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Provide formed openings where required for items to be embedded in or passing through concrete work. B. Locate and set in place items which will be cast directly into concrete. C. Coordinate work of other Sections in forming and placing openings, slots, reglets, recesses, chases, sleeves, bolts, anchors, and other inserts. D. Install accessories in accordance with manufacturer's instructions, straight, level, and plumb. Ensure items are not disturbed during concrete placement. E. Install waterstops continuous without displacing reinforcement. Heat seal joints watertight. F. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. G. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. 3.6 FORM CLEANING A. Clean and remove foreign matter within forms as erection proceeds. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean -out ports. D. During cold weather, remove ice and snow from within forms. Do not use de-icing salts or water to clean out forms, unless formwork and concrete construction proceed within heat enclosure. Use compressed air or other means to remove foreign matter. 01269308 CONCRETE FORMWORK 03100 - 3 O1/12 FRANKFORD AVENUE — 98'n STREET TO 114TH STREET 3.7 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 301. 3.8 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Do not reuse wood formwork more than four times for concrete surfaces to be exposed to view. Do not patch formwork. 3.9 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads. B. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces scheduled for exposure to view. C. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. END OF SECTION 01269308 CONCRETE FORMWORK 03100 - 4 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 03200 CONCRETE REINFORCEMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Reinforcing steel bars, wire fabric and accessories for cast -in -place concrete. 1.3 RELATED SECTIONS A. Section 03100 - Concrete Formwork. B. Section 03300 - Cast -in -Place Concrete. 1.4 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 318 - Building Code Requirements For Reinforced Concrete. C. ACI SP-66 - American Concrete Institute - Detailing Manual. D. ANSUASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. E. ANSUASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement. F. ANSUAWS DIA - Structural Welding Code for Reinforcing Steel. G. ANSUAWS D12.1 - Reinforcing Steel Welding Code. H. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. I. AWS D12.1 - Welding Reinforcement Steel, Metal Inserts and Connections in Reinforced Concrete Construction. J. CRSI - Concrete Reinforcing Steel Institute Manual of Practice. K. CRSI 63 - Recommended Practice For Placing Reinforcing Bars. L. CRSI 65 - Recommended Practice For Placing Bar Supports, Specifications and Nomenclature. 1.5 SUBMITTALS A. Submit under provisions of Section 01330 — Submittal Procedures. B. Shop Drawings: Indicate bar sizes, spacings, locations, and quantities of reinforcing steel, bending and cutting schedules, and supporting and spacing devices. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with CRSI 63, 65 and Manual of Practice, ACI 301, ACI SP-66, ACI 318. B. Submit certified copies of mill test report of reinforcement materials analysis. 01269308 CONCRETE REINFORCEMENT 03200 - 1 01/12 z FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.7 COORDINATION A. Coordinate work under provisions of Section 01039 — Coordination and Meetings. B. Coordinate with placement of formwork, formed openings and other Work. PART 2 - PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: ASTM A615, 60 ksi yield grade; deformed billet steel bars, plain. B. Welded Steel Wire Fabric: ASTM A185 Plain Type; in flat sheets; plain. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type. B. Chairs, Bolsters, Bar Supports, and Spacers: Sized and shaped for strength and support of reinforcement during concrete placement conditions including load bearing pad on bottom to prevent vapor barrier puncture. 2.3 FABRICATION A. Fabricate concrete reinforcing in accordance with CRSI Manual of Practice. B. Weld reinforcement when approved by the Engineer in accordance with ANSI/AWS D1.4. C. Locate reinforcing splices not indicated on Drawings, at point of minimum stress. Review location of splices with Engineer. PART 3 - EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position. B. Do not displace or damage vapor barrier. C. Accommodate placement of formed openings. D. Conform to ACI 318 for concrete cover over reinforcement. 3.2 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01400 — Quality Requirements. END OF SECTION 01269308 CONCRETE REINFORCEMENT 03200 - 2 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 03300 CAST -IN -PLACE CONCRETE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES 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. Concrete Rip -rap. 2. Sign anchors. 3. ADA ramps. 4. Illumination pole foundations. 5. Inlets, headwalls, wingwalls, and aprons. 6. Utility encasements. 7. Cast -in -place manhole bases and manhole riser supports at pipe tee locations. C. Concrete for pavement, sidewalk, curb and gutter, driveways, and alleys shall meet the requirements of Section 02751 - Portland Cement Concrete Pavement. 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. 01269308 CAST -IN -PLACE CONCRETE 03300 - 1 01/12 FRANKFORD AVENUE — 98m STREET TO 114TH STREET 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." 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-I or an equivalent certification program. C. Materials and installed Work may require testing and retesting at any time during progress of Work. Tests, including retesting of rejected materials for installed Work, shall be done at Contractor's expense. D. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this project and 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 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 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. 01269308 CAST -IN -PLACE CONCRETE 03300 - 2 01/12 FRANKFORD AVENUE — 98rn STREET TO 114rn STREET 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 proofing or waterproofing. 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. 1. Use one brand of cement throughout Project unless noted otherwise. B. Fly Ash: ASTM C 618, Type C. C. Normal -Weight Aggregates: ASTM C 33, size 57. D. Water: Potable. E. Admixtures, General: Provide concrete admixtures that contain not more than 0.1 percent chloride ions. F. Air -Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures. G. Water -Reducing Admixture: ASTM C 494, Type A. H. High -Range Water -Reducing Admixture: ASTM C 494, Type F or Type G. I. Water -Reducing, Accelerating Admixture: ASTM C 494, Type E. J. Water -Reducing, Retarding Admixture: ASTM C 494, Type D. K. Water Proofing Admixture: IPANEX (800) 523-3834. 2.4 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. 2.5 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. _ 1 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. 01269308 CAST -IN -PLACE CONCRETE 03300 - 3 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114Tx STREET 'l D. Bonding Agent: Polyvinyl acetate or acrylic base. E. Epoxy Adhesive: ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit Project requirements. 2.6 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 30% 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: 30% 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. 2.7 ADMIXTURES j 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. 1' 01269308 CAST -IN -PLACE CONCRETE 03300 - 4 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 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. 2.8 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. 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. 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. 3.2 FORMS 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, linkages, 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 buttjoints 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. 01269308 CAST -IN -PLACE CONCRETE 03300 - 5 01/12 r FRANKFORD AVENUE — 98TH STREET TO 114TH STREET D. Provide temporary openings for clean -outs and inspections where interior area of formwork is inaccessible before and during concrete placement. Securely brace temporary openings and set tightly to forms to prevent losing concrete mortar. Locate temporary openings in forms at inconspicuous locations. E. Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. F. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades providing such items. Accurately place and securely support items built into forms. G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before placing concrete. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 3.3 PLACING REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel 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 DI A. 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 j 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 j oint. Support and protect exposed waterstops during progress of work. Field fabricate joints in waterstops according to manufacturer's printed instructions. 1� 01269308 CAST -IN -PLACE CONCRETE 03300 - 6 01/12 1.1 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET F. Isolation Joints in Slabs -on -Grade: Construct isolation joints in slabs -on -grade at points of contact between slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. G. Contraction (Control) Joints in Slabs -on -Grade: Construct contraction joints in slabs -on -grade to form panels of patterns as shown. 3.5 INSTALLING EMBEDDED ITEMS A. General: Set and build into formwork anchorage devices and other embedded items required for other work that is attached to or supported by cast -in -place concrete. Use setting drawings, diagrams, instructions, and directions provided by suppliers of items to be attached. B. Install dovetail anchor slots in concrete structures as indicated on drawings. C. Forms for Slabs: Set edge forms, 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. I . 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. 01269308 CAST -IN -PLACE CONCRETE 03300 - 7 O1/12 4 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1 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 t' 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 e causing mix to segregate. E. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until completing placement of a panel or section. 1. Consolidate concrete during placement operations so that concrete is thoroughly worked around reinforcement, other embedded items and into comers. 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. 1. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 2. Do not use calcium chloride, salt, or other 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 ofplacement 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 t I 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 j subgrade moisture uniform without puddles or dry areas.} 4. Use water -reducing retarding admixture when required by high temperatures, low _5 humidity, or other adverse placing conditions, as acceptable to Engineer. I. 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. Ll 01269308 CAST -IN -PLACE CONCRETE 03300 - 8 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 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. C. 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. D. 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. I. 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 pen -nit 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. 01269308 CAST -IN -PLACE CONCRETE 03300 - 9 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 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. 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 1 hours and after surface water sheen has disappeared). Apply uniformly in continuous operation by power spray. Recoat areas subjected to rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 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. 01269308 CAST -IN -PLACE CONCRETE 03300 - 10 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 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, spalis, 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 fmish. 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. 01269308 CAST -IN -PLACE CONCRETE 03300 - 11 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 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. 01269308 CAST -IN -PLACE CONCRETE 03300 - 12 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 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 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 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. 01269308 O1/12 END OF SECTION CAST -IN -PLACE CONCRETE 03300 - 13 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET SECTION 03410 PRECAST CONCRETE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses,' Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section includes precast concrete units, used for construction of the following: 1. Manholes. 1.3 RELATED SECTIONS A. Section 02665 — Water Works Piping, Valves and Fittings. B. Section 03100 - Concrete Formwork. C. Section 03200 - Concrete Reinforcement. D. Section 03300 - Cast -in -Place 1.4 SUBMITTALS A. General: Submit the following according to Conditions of Contract and Division 1 Specification Sections. B. Product data and instructions for manufactured materials and products. Include manufacturer's certifications and laboratory test reports as required. C. Mix design reports of proposed concrete mix as specified in Part 2 of this Section. D. Shop drawings prepared by or under the supervision of a qualified professional engineer, showing complete information for fabrication and installation ofprecast concrete units. Indicate member dimensions and cross-section; location, size, and type of reinforcement, including special reinforcement; and lifting devices necessary for handling and erection. 1. Indicate layout and dimensions, and identify each precast unit corresponding to sequence and procedure of installation. Indicate welded connections by AWS standard symbols. Detail inserts, connections, and joints, including accessories and construction at openings in precast units. 2. Provide location and details of anchorage devices that are to be embedded in other construction. Furnish templates, if required, for accurate placement. E. Test reports as required by provisions of this Section. 1.5 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of following codes, specifications and standards, l- except as otherwise indicated: 1. ACI 301, "Specifications for Structural Concrete for Buildings." 2. ACI 318, "Building Code Requirements for Reinforced Concrete." 3. AWS D1.1, "Structural Welding Code: Steel." 01269308 PRECAST CONCRETE 03410 - 1 L 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 4. Concrete Reinforcing Steel Institute, "Manual of Standard Practice." 5. Prestressed Concrete Institute (PCI) MNL 116, "Manual for Quality Control for Plants and Production of Precast Concrete Products." 6. PCI MNL 120 "Design Handbook - Precast and Prestressed Concrete (3rd Edition). B. Design by Fabricator: Design precast units to support superimposed dead loads and live loads as required for compliance with local governing code requirements. C. Fabrication Qualifications: Produce precast concrete units at fabricating plant engaged primarily in manufacturing of similar units, unless plant fabrication or delivery to Project site is impractical. 1. If units are not produced at precast concrete fabricating plant, maintain procedures and conditions for quality control that are equivalent to plant production. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver the amount of precast concrete units needed in a timely manner to the Project site to ensure installation continuity. B. Store and handle the units at the Project site to prevent cracking, distortion, staining, or other physical damage, and so that markings are visible. Lift and support units at designated lift points. C. Deliver anchorage items that are to be embedded in other construction before starting such work. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART 2 - PRODUCTS 2.1 FORMWORK A. Provide forms and, where required, form facing materials of metal, plastic, wood, or another acceptable material that is nonreactive with concrete and will produce required finish surfaces. B. Accurately construct forms, mortar -tight, of sufficient strength to withstand pressures due to concrete placing operations, temperature changes, and for prestressed, pre -tensioning, and detensioning operations. Maintain formwork to provide completed precast concrete units of shapes, lines, and dimensions indicated, within fabrication tolerances specified in PCI MNL 116. C. Manhole frames and covers shall be of cast iron of the types shown on the drawings. All castings shall be made from superior quality gray cast iron conforming to the requirements of ASTM A 48. Drawings of all manhole frames and covers proposed for use shall be submitted for approval before items are shipped. D. Resilient materials for connectors and filler rings shall be manufactured of natural or synthetic rubber and shall conform to the requirements prescribed in Table 1 of ASTM C923. E. All joints shall be tongue and groove except for the grade rings and all joints shall be watertight. ConSeal CS-102 flexible plastic gaskets or approved equal shall be used in all joints. All joints shall be primed prior to the application of the joint sealing material. 2.2 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. B. Steel Wire: ASTM A 82, plain, cold -drawn steel. C. Welded Wire Fabric: ASTM A 185. 01269308 PRECAST CONCRETE 03410 - 2 01/12 FRANKFORD AVENUE — 98TH STREET TO 114m STREET D. Welded Deformed Steel Wire Fabric: ASTM A 497. E. Supports for Reinforcement: Provide supports for reinforcement including bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing, complying with CRSI recommendations. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I or Type III. B. Use only one brand and type of cement throughout Project, unless otherwise acceptable to Owner's representative. C. Aggregates: ASTM C 33, and as specified here. Provide aggregates from a single source for exposed concrete. 1. Local aggregates not complying with ASTM C 33, but that have shown by special test or actual service to produce concrete of adequate strength and durability, may be used when acceptable to the Owner's representative. D. Lightweight Aggregate: ASTM C 330. E. Water: Potable. F. Admixtures, General: Provide admixtures for concrete that contain not more than 0.1 percent chloride ions. G. Air -Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures. H. Water -Reducing Admixture: ASTM C 494, Type A, or other Type approved for fabricator's units. 2.4 GROUT MATERIALS A. Cement Grout: Portland cement, ASTM C 150 (Type I), and clean, natural sand, ASTM C 404. Mix at ratio of 1.0 part cement to 3.0 parts sand, by volume, with minimum water required for placement and hydration. B. Products: Subject to compliance with requirements, provide one of the following: 2.5 MIX PROPORTION AND DESIGN A. Prepare design mixes for each type of concrete required. B. Design mixes may be prepared by independent testing facility or by qualified precast manufacturing plant personnel at precast manufacturer's option. C. Proportion mixes by either laboratory trial batch or field experience methods using materials to be employed on the Project for each type of concrete required complying with ACI 318. 1. Produce standard -weight concrete consisting of specified portland cement, aggregates, admixtures, and water to produce the following properties: a. Compressive strength--5000 psi minimum at 28 days. b. Release strength for prestressed units--3500 psi. 2. Cure compression test cylinders using same methods as for precast concrete work. D. Submit written reports to Owner of proposed mix for each type of concrete at least 15 days prior to start of precast unit production. Do not begin concrete production until mixes and evaluations have been reviewed by Owner. E. Adjusting Concrete Mixes: Mix design adjustments may be requested when characteristics of materials, job conditions, weather, test results, or other circumstances warrant. Laboratory test data for revised mix designs and strength results must be submitted to and accepted by Owner's representative before using in the Work. 01269308 PRECAST CONCRETE 03410 - 3 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET F. Admixtures: Use air -entraining admixture in concrete, unless otherwise indicated. 1. Use water -reducing admixtures in strict compliance with manufacturer's directions. Admixtures to increase cement dispersion, or provide increased workability for low -slump concrete, may be used subject to Owner's acceptance. 2. Use amounts as recommended by admixture manufacturer for climatic conditions prevailing at time of placing. Adjust quantities of admixtures as required to maintain quality control. 2.6 FABRICATION A. General: Fabricate precast concrete units complying with manufacturing and testing procedures, quality control recommendations, and dimensional tolerances of PCI MNL-116 and as specified for types of units required. B. A shorter mixing time than that specified in ASTM C 94 may be required during hot weather or under conditions contributing to rapidly setting concrete. 1. When the air temperature is between 85 deg F (30 deg C) and 90 deg F (32 deg C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes. When air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. C. Cast -in openings larger than 12 inches in diameter or 12 inches square in accordance with final shop drawings. Other smaller holes may be field cut by trades requiring them, as acceptable to Owner's representative. D. Coat surfaces of forms with bond -breaking compound before reinforcement is placed. Provide commercial formula form -coating compounds that will not bond with, stain, or adversely affect concrete surfaces, and that will not impair subsequent treatments of concrete surfaces requiring bond or adhesion. Apply in compliance with manufacturer's instructions. E. Clean reinforcement of loose rust and mill scale, earth, and other materials that reduce or destroy the bond with concrete. F. Accurately position, support, and secure reinforcement against displacement by formwork, construction, or concrete placement operations. Locate and support reinforcement by metal chairs, runners, bolsters, spacers and hangers, as required. G. Place reinforcement to obtain at least the minimum coverages for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position while placing concrete. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. H. Place concrete in a continuous operation to prevent seams or planes of weakness from forming in precast units, complying with requirements of ACI 304. Thoroughly consolidate placed concrete by internal and external vibration without dislocating or damaging reinforcement and built-in items. I. Identify pick-up points and orientation in structure with permanent markings, complying with markings indicated on final shop drawings. Imprint casting date on each precast unit on a surface that will not show in the finished structure. J. Cure by low-pressure steam, steam vapor, radiant heat and moisture, or another similar process to accelerate concrete hardening and to reduce curing time. K. Finish formed surfaces of precast concrete as indicated for each type of unit, and as follows: 1. Standard Finish: Normal plant -run finish produced in forms that impart a smooth finish to concrete. Small surface holes caused by air bubbles, normal color variations and form joint marks, and minor chips and spalls will be tolerated. Major or unsightly imperfections, honeycomb, or structural defects are not permitted. 01269308 PRECAST CONCRETE 03410 - 4 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 2.7 SOURCE QUALITY CONTROL 1_ A. The Owner may employ an independent testing laboratory to evaluate precast manufacturer's quality control and testing methods. B. The precast manufacturer shall allow Owner's testing facility access to materials storage areas, concrete production equipment, and concrete placement and curing facilities. Cooperate with Owner's testing laboratory and provide samples of materials and concrete mixes as may be requested for additional testing and evaluation. C. Dimensional Tolerances: Units having dimensions smaller or greater than required and outside specified tolerance limits may be subject to additional testing as specified here. D. Precast units having dimensions greater than required will be rejected if the appearance or function of the structure is adversely affected or if larger dimensions interfere with other construction. Repair or remove and replace rejected units, as required, to meet construction conditions. E. Strength of precast concrete units will be considered potentially deficient if the manufacturing_ processes fail to comply with any of the requirements that may affect the strength of the precast units, including the following conditions: 1. Failure to meet compressive strength tests requirements. 2. Concrete curing, and protection of precast units against extremes in temperature not as specified. 3. Precast units damaged during handling and erection. F. Defective Work: Remove precast concrete units that do not conform to specified requirements, including strength, tolerances, and finishes. Replace with precast concrete units that meet requirements of this section. PART 3-EXECUTION 3.1 INSTALLATION, GENERAL A. Erection Tolerances: Install precast units without exceeding tolerance limits specified in PCI MNL-127, "Recommended Practice for Erection of Precast Concrete." 1. Grouting Connections and Joints: After precast concrete units have been placed and secured, grout open spaces at connection and joints as follows: 2. Cement grout consisting of 1 part Portland cement, 2-1/2 parts sand, and only enough water to properly mix and hydrate. 3. Provide forms or other acceptable method to retain grout in place until sufficiently hard to support itself. Pack spaces with stiff grout material, tamping until voids are completely" filled. Place grout to finish smooth, plumb, and level with adjacent concrete surfaces. Keep grouted joints damp for not less than 24 hours after initial set. Promptly remove grout material from exposed surfaces before it hardens. B. Precast Reinforced Concrete Manholes 1. After the excavation has been completed, the concrete base or bottom shall be poured in P accordance with the details shown on the plans. 2. The pipe shall be laid through the manholes and, upon completion of the invert, the top i� half of the pipe shall be removed. Where there is a change in direction of the main, and where lateral lines enter the manhole, the inverts shall be neatly formed with concrete. The inverts shall have a true curve of as large a radius as the size of the manhole will t permit and shall be given a smooth trowel finish. C i 01269308 PRECAST CONCRETE 03410 - 5 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3. When the concrete bottom has properly cured for not less than 24-hours, the precast manhole shall be installed. ConSeal CS-102 flexible plastic gaskets or equal shall be used in the tongue and groove joints and the joint between the manhole bottom section and the manhole base. The bottom ring shall be grouted in as shown on the plans. Concrete grade rings shall be used to adjust the manhole frame to the proper grades; the maximum extension of the top section shall not exceed 12-inches. C. Manhole Testing A leakage test shall be performed on each manhole installed in this project. The manhole leakage test shall not be performed until a backfill around the manhole has been in place in for at least 48 hours. Manhole leakage tests may be performed by one of two methods: 1. A hydrostatic exfiltration test or 2. A vacuum test. a. Manhole Hydrostatic Exfiltration Test 1) All wastewater lines entering the manhole shall be temporarily plugged with an internal pipe plug. The manhole shall be filled with water to the manhole ring and allowed to stand for 24 hours in order to allow saturation of the concrete. Following the 24-hour saturation period, the manhole shall be refilled with water to the manhole ring and the test period begun. The contractor shall provide test equipment in which the volume of water lost can be accurately metered or measured. The minimum test period shall be one hour. The maximum allowable loss rate shall not be greater than 0.025 gallons per foot of manhole diameter per foot of manhole depth per hour. 2) The exfiltration test shall only be performed in the presence of the Owner's representative. Any manhole which fails the hydrostatic exfiltration test shall be repaired, reworked or replaced as applicable at the Contractor's expense until the manhole passes the required test. b. Manhole Vacuum Test 1) The manhole vacuum test shall be equal to that offered and described by Cherne Industries Inc., 5700 Lincoln Drive, Minneapolis, MN 55436, telephone (612) 933-5501, or equivalent. Manufacturer's literature, procedures and recommendations shall be submitted to the Engineer. 2) Any manhole which fails the vacuum test shall be repaired, reworked or replaced as applicable at the Contractor's expense until the manhole passes the required test. Manhole vacuum tests shall only be performed in the presence of the Engineer. Contact the Engineer at least 48 hours in advance of testing activities. END OF SECTION _ 01269308 PRECAST CONCRETE 03410 - 6 j 01/12 FRANKFORD AVENUE — 98TH STREET TO 114"H STREET SECTION 09703 REHABILITATION AND CORROSION PROTECTION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES Conditions and A. This specification covers all labor, materials, equipment and services necessary to complete the rehabilitation and installation of corrosion protection for lift station wet wells and manholes as herein specified. 1.3 RELATED SECTIONS A. Environmental, Health, and Safety. 1.4 REFERENCES A. ASTM D638 - Tensile Properties of Plastics. B. ASTM D790 - Flexural Properties of Unreinforced and Reinforced Plastics. C. ASTM D695 - Compressive Properties of Rigid Plastics. D. ASTM D4541 - Pull -off Strength of Coatings Using a Portable Adhesion Tester. E. ASTM D2584 - Volatile Matter Content. F. ASTM D543 - Resistance of Plastics to Chemical Reagents. G. ASTM C109 - Compressive Strength Hydraulic Cement Mortars. H. ACI 506.2-77 - Specifications for Materials, Proportioning, and Application of Shotcrete. I. ASTM C579 - Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars. J. SSPC SP-IYNACE No. 6 — Surface Preparation of Concrete. K. ASTM - The published standards of the American Society for Testing and Materials, West Conshohocken, PA. L. NACE - The published standards of National Association of Corrosion Engineers (MACE International), Houston, TX. M. SSPC - The published standards of the Society of Protective Coatings, Pittsburgh, PA. N. Los Angeles County Sanitation District — Evaluation of Protective Coatings for Concrete. O. SSPWC 210-2.3.3 - Chemical resistance testing published in the Standard Specifications for Public Works Construction (otherwise known as "The Greenbook"). 1.5 SUBMITTALS A. Product Data: 1. Technical data sheet on each product used. 2. Material Safety Data Sheet (MSDS) for each product used. 3. Copies of independent testing performed on the coating product indicating the product meets the requirements as specified herein. 01269308 REHABILITATION AND CORROSION PROTECTION 09703 - 1 01/12 r (' FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 4. Technical data sheet and project specific data for repair materials to be topcoated with the coating product(s) including application, cure time and surface preparation procedures. B. Contractor Data: 1. Current documentation from coating product manufacturer certifying Contractor's training and equipment complies with the Quality Assurance requirements specified herein. 2. Five (5) recent references of Contractor indicating successful application of coating product(s) of the same material type as specified herein, applied by spray application within the municipal wastewater environment. 1.6 QUALITY ASSURANCE A. Coating product(s) shall be capable of being installed and curing properly within the specified environment(s). Coating product(s) shall be resistant to all forms of chemical or bacteriological attack found in municipal sanitary sewer systems; and, capable of adhering to the substrates and repair product(s). B. Repair product(s) shall be fully compatible with coating product(s) including ability to bond effectively to the host substrate and coating product(s) forming a composite system. C. Contractor shall utilize equipment for the spray application of the coating product(s) which has been approved by the coating product manufacturer; and, Contractor shall have received training on the operation and maintenance of said equipment from the coating product manufacturer. D. Contractor shall be trained by, or have their training approved and certified by, the coating product manufacturer for the handling, mixing, application and inspection of the coating product(s) to be used as specified herein. E. Inspectors shall be trained in the use of testing or inspection instrumentation and knowledgeable of the proper use, preparation and installation of the coating product(s) to be used as specified herein. F. Contractor shall initiate and enforce quality control procedures consistent with the coating product(s) manufacturer recommendations and applicable NACE or SSPC standards as referenced herein. G. Pre -construction meeting shall take place no less than two weeks prior to Contractor mobilization. All parties to have physical presence on the project during construction shall be present. At this meeting responsibilities and authorities during construction shall be discerned; comments and questions regarding materials and execution of these specifications shall be presented and addressed. 1.7 DELIVERY, STORAGE, AND HANDLING A. Materials are to be kept dry, protected from weather and stored under cover. B. Protective coating materials are to be stored between 50 deg F and 90 deg F. Do not store near flame, heat or strong oxidants. C. Protective coating materials are to be handled according to their material safety data sheets. 1.8 SITE CONDITIONS A. Contractor shall conform to all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. B. Confined space entry, flow diversion and/or bypass plans shall be presented by Contractor to Owner as necessary to perform the specified work. 01269308 REHABILITATION AND CORROSION PROTECTION 09703 - 2 O1/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 1.9 SPECIAL WARRANTY A. Contractor shall warrant all work against defects in materials and workmanship for a period of one (1) year, unless otherwise noted, from the date of final acceptance of the project. Contractor shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said one (1) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the Owner. PART 2 - PRODUCTS 2.1 EXISTING PRODUCTS A. Standard Portland cement or new concrete (not quick setting high strength cement) must cured a minimum of 28 days prior to application of the coating product(s). B. Remove existing coatings prior to application of the coating product(s) which may affect the performance and adhesion of the coating product(s). C. Thoroughly clean and prepare existing products to effect a seal with the coating product(s). 2.2 REPAIR AND RESURFACING PRODUCTS A. Repair products shall be used to fill voids, bugholes, and/or smooth transitions between components prior to the installation of the coating product(s). Repair materials must be compatible with the specified coating product(s) and shall be used and applied in accordance with the manufacturer's recommendations. B. Resurfacing products shall be used to fill large voids, lost mortar in masonry structures, smooth deteriorated surfaces and rebuild severely deteriorated structures. C. The following products may be accepted and approved if approved by the manufacturer(s) for suitability and compatibility in topcoating with the specified coating product(s) for use within the specifications: 1. 100% solids, solvent -free epoxy grout, including the specified coating product(s) enhanced with Raven Fortifier. 2. Factory blended, rapid setting, high early strength, fiber reinforced, non -shrink repair mortar that can be trowelled or pneumatically spray applied, such as Quadex Inc. Aluminaliner or Hyperform. 3. Polymer modified or enhanced cementitious patch and repair materials, including Quadex Inc. Hyperform enhanced with Raven WB. 2.3 COATING PRODUCTS A. Manufacturer: Raven Lining Systems, Inc., Tulsa, Oklahoma 800-324-2810, 918-615- 0020 or FAX 918-615-0140. B. Product: Raven 405 — 100% solids, solvent -free ultra high -build epoxy system exhibiting the following characteristics: 1. Product Type: amine cured epoxy 2. VOC Content (ASTM D2584): 0% 3. Compressive Strength, psi (ASTM D695): 18,000 (minimum) 4. Tensile Strength, psi (ASTM D638): 7,500 (minimum) 5. Flexural Modulus, psi (ASTM D790): 600,000 (minimum) 6. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) failure 01269308 REHABILITATION AND CORROSION PROTECTION 09703 - 3 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 7. Chemical Resistance (ASTM D543/G20) all types of service for: a. Municipal sanitary sewer environment b. Sulfuric acid, 30%. C. Sodium hydroxide, 5%. 8. Successful Pass: Sanitation District of L.A. County Coating Evaulation Study or SSPWC 210.2.3.3 (Greenbook "Pickle Jar" Chemical Resistance test). 2.4 COATING APPLICATION EQUIPMENT A. Manufacturer approved heated plural component spray equipment. B. Hard to reach areas, primer application and touch-up may be performed using hand tools. PART 3 - EXECUTION 3.1 EXAMINATION A. Appropriate actions shall be taken by Contractor to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety during work. B. All structures to be coated shall be readily accessible to Contractor. C. New Portland cement concrete structures shall have endured a minimum of 28 days since manufacture prior to commencing coating installation. D. Any active flows shall be dammed, plugged or diverted as required to ensure all liquids are maintained below or away from the surfaces to be coated. E. Temperature of the surface to be coated should be maintained between 40 and 120 deg F. F. Specified surfaces should be shielded to avoid exposure of direct sunlight or other intense heat source. Where varying surface temperatures do exist, coating installation should be scheduled when the temperature is falling versus rising. G. Prior to commencing surface preparation, Contractor shall inspect all surfaces specified to receive the coating and notify Owner, in writing, of any noticeable disparity in the site, structure or surfaces which may interfere with the work, use of materials or procedures as specified herein. 3.2 SURFACE PREPARATION A. Oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants which may affect the performance and adhesion of the coating to the substrate shall be removed. B. Concrete and/or mortar damaged by corrosion, chemical attack or other means of degradation shall be removed so that sound substrate remains. C. Choice of surface preparation method(s) should be based upon the condition of the structure and concrete or masonry surface, potential contaminants present, access to perform work, and required cleanliness and profile of the prepared surface to receive the coating product(s). D. Surface preparation method, or combination of methods, that may be used include high pressure water cleaning, water jetting, abrasive blasting, shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and others as referenced in NACE No. 6/SSPC SP-13. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound clean neutralized surface suitable for the specified coating product(s). E. Infiltration shall be stopped by using a material which is compatible with the repair products and is suitable for topcoating with the coating product(s). 01269308 REHABILITATION AND CORROSION PROTECTION 09703 - 4 01/12 FRANKFORD AVENUE — 98TH STREET TO 114TH STREET 3.3 APPLICATION OF REPAIR AND RESURFACING PRODUCTS A. Areas where rebar has been exposed shall be repaired in accordance with the Project Engineer's recommendations. B. Optional insertion if rebar is known to be exposed, and replacement not required. Areas where rebar has been exposed and is corroded shall be first prepared in accordance with Paragraph 3.2. The exposed rebar shall then be abrasive blasted and coated with coating product specified. C. Repair products shall be used to fill voids, bugholes, and other surface defects which may affect the performance or adhesion of the coating product(s). D. Resurfacing products shall be used to repair, smooth or rebuild surfaces with rough profiles to provide a concrete or masonry substrate suitable for the coating product(s) to be applied. These products shall be installed to minimum thickness as recommended within manufacturers published guidelines. Should structural rebuild be necessary, these products shall be installed to a thickness as specified by the Project Engineer. E. Repair and resurfacing products shall be handled, mixed, installed and cured in accordance with manufacturer guidelines. F. All repaired or resurfaced surfaces shall be inspected for cleanliness and suitability to receive the coating product(s). Additional surface preparation may be required prior to coating application. 3.4 APPLICATION OF COATING PRODUCT(S) A. Application procedures shall conform to the recommendations of the coating product(s) manufacturer, including environmental controls, product handling, mixing, application equipment and methods. B. Spray equipment shall be specifically designed to accurately ratio and apply the coating product(s) and shall be in proper working order. C. Contractors qualified in accordance with Paragraph 1.6 of these specifications shall perform all aspects of coating product(s) installation. D. Prepared surfaces shall be coated by spray application of the coating product(s) described herein to a minimum wet film thickness of 125 mils. E. Subsequent topcoating or additional coats of the coating product(s) shall occur within the products recoat window. Additional surface preparation procedures will be required if this recoat window is exceeded. F. Coating product(s) shall interface with adjoining construction materials throughout the manhole structure to effectively seal and protect concrete or masonry substrates from infiltration and attack by corrosive elements. Procedures and materials necessary to effect this interface shall be as recommended by the coating product(s) manufacturer. G. Termination points of the coating product(s) shall be made at the manhole chimney joint, 1" below normal flow levels at the bench or within the invert unless invert is specified to receive coating, and a minimum of 1" interfacing with each pipe penetration. H. Optional Sewage flow shall be stopped, bypassed or diverted for application of the coating product(s) to the invert and interface with pipe materials. 3.5 TESTING AND INSPECTION A. During application a wet film thickness gauge, meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be used. Measurements shall be taken, documented and attested to by Contractor for submission to Owner. 01269308 REHABILITATION AND CORROSION PROTECTION 09703 - 5 O1/12 t' FRANKFORD AVENUE — 98rn STREET TO 114TH STREET B. After the coating product(s) have set in accordance with manufacturer instructions, all surfaces shall be inspected for holidays with high -voltage holiday detection equipment. Reference NACE RPO 188-99 for performing holiday detection. All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional coating can be hand applied to the repair area. All touch-up/repair procedures shall follow the coating manufacturer's recommendations. Documentation on areas tested, results and repairs made shall be provided to Owner by Contractor. C. A minimum of 10% of the manholes coated shall be tested for adhesion/bond of the coating to the substrate. Testing shall be conducted in accordance with ASTM D4541 as modified herein. Owner's representative shall select the manholes to be tested. A minimum of three 20 mm dollies shall be affixed to the coated surface at the cone area, mid section and at the bottom of the structure. The adhesive used to attach the dollies to the coating shall be rapid setting with tensile strengths in excess of the coating product and permitted to cure in accordance with manufacturer recommendations. The coating and dollies shall be adequately prepared to receive the adhesive. Failure of the dolly adhesive shall be deemed a non -test and require retesting. Prior to performing the pull test, the coating shall be scored to within 30 mils of the substrate by mechanical means without disturbing the dolly or bond within the test area. Two of the three adhesion pulls shall exceed 200 psi or concrete failure with more than 50% of the subsurface adhered to the coating. Should a structure fail to achieve two successful pulls as described above, additional testing shall be performed at the discretion of the Owner or Project Engineer. Any areas detected to have inadequate bond strength shall be evaluated by the Project Engineer. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by Contractor. D. Visual inspection shall be made by the Project Engineer and/or Inspector. Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by Contractor. E. The municipal sewer system may be returned to full operational service as soon as the final inspection has taken place. END OF SECTION 01269308 REHABILITATION AND CORROSION PROTECTION 09703 - 6 01/12 ...., _, __I_., _, _..!_. _�_ TxDOT SPECIFICATIONS FRANKFORD AVENUE — 98TH STREET TO 114TH STREET NOTICE TO CONTRACTOR The following contains Specifications taken directly from the Texas Department of Transportation's Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, adopted by TxDOT on June 1, 2004; provided for ease of reference and selected as being applicable to this project. In some cases, the provided TxDOT specifications may reference other TxDOT specifications that are not provided here. In the event that the TxDOT specifications provided here contain a reference to TxDOT specifications not provided here, the Contractor should utilize the 2004 version of the Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. 01269308 01/12 01/27/12 TXDOT SPECIFICATIONS r- ITEM 300 ASPHALTS, OILS, AND EMULSIONS 300.1. Description. Provide asphalt cements, cutback and emulsified asphalts, performance -graded asphalt binders, and other miscellaneous asphalt materials as specified on the plans. 300.2. Materials. Provide asphalt materials that meet the stated requirements when tested in accordance with the referenced Department, AASH1O, and ASTM test methods. Refer to the Material Inspection Guide (maintained by the Construction Division), Section 11. "Asphalt Inspection, Quality Control and Quality Assurance," for sampling and testing requirements. Acronyms used in this Item are defined in Table 1. Table 1 Acrnnvmc Acronym I Definition Test Procedure Designations _ Tex T or R D Department AASHTO . ASTM Polymer Modifier Designations P SBR or L SBS TR polymer -modified styrene-butadiene rubber (latex) styrene-butadiene-styrene block co -polymer tire rubber (from ambient temperature grinding of truck and passenger tires) AC asphalt cement AE asphalt emulsion AE-P asphalt emulsion prime A-R asphalt -rubber C cationic EAP&T emulsified asphalt prime and tack H-suffix harder residue lowerpenetration) HF high float MC medium -curing MS medium -setting PCE prime, cure, and erosion control PG performance grade RC rapid -curing RS rapid -setting S-suffix stockpile usage SCM special cutback material SS slow -setting A. Asphalt Cement. Asphalt cement must be homogeneous, water -free, and nonfoaming when heated to 347°F, and G_ must meet Table 2 requirements. Item 300 -1 Table 2 Asphalt Cement Test ViscosityGrade AC-0�.6 AC-1.5 AC-3 AC-5 AC-10 Property Procedure Min jMa Min jMa Min a Min 1Max1 Min EMax Viscosity T 202 I 140°F, poise 40 ' 80 100 200 250 350 400 600 800 1,20 275°F, poise 0.4 — 0.7 — 1.1 — 1.4 — 1.9 — Penetration, 77°F, 100g, T 49 350 j 250 — 210 — 135 — 85 — 5 sec. ! ! E Flashpoint, T 48 425 — 425 — 425 — 450 — C.Solubility E in aNe trichloroethylene, T 44 99.0 — 99.0 I — 99.0 — 99.0 — Spot test Tex-509-C Ne . Ne . Ne . NeTests on residue from Thin -Film Oven Test: T 179 iscos T 202 — — .450 — 900 — E1,50 — 3,00 F,i poise ELO Ductility, 77°F j 1 5 cm/min., T 51 100 — 100 i — 100 — 100 j — 100 — cm 1. If AC-0.6 or AC-1.5 ductility at 77°F is less than 100 cm, material is acceptable if ductility at 60°F is more than 100 cm. B. Polymer -Modified Asphalt Cement. Polymer -modified asphalt cement must be smooth and homogeneous, and comply with the requirements of Table 3. If requested, supply samples of the base asphalt cement and polymer additives. Item 300 - 2 Table 3 Polymer -Modified Asphalt Cement Polymer -Modified Viscosity Grade AC-5 AC-10 AC-15P AC-20-5TR Property Test Procedure w/2% SBR w/2% SBR Min 1 Max Min ! Max Min ? Max Min ! Max Polymer SBR SBR SBS TR Polymer content, % solids basis Tex-533-C 2.0 — 2.0 — 3.0Dynamic shear, G*/sin S, 64°C, 10 rad/s, kPa T 315 — — — — — — 1.0 — Viscosity 140°F, poise T 202 700 — 1 300 — 1,500 — 2,000 — 275°F, poise T 202 — 7.0 — i 8.0 — ? 8.0 — 10.0 Penetration, 77°F, 100 g, 5 sec. T 49 120 i — 80 — 100 i 150 75 ; 115 Ductility, 5cm/min., 39.2°F, cm T 51 70 — 60 — — — — i — Elastic recovery, 50°F, % Tex-539-C — — — — 55 — 55 — Softening point, OF T 53 — — — — — — 120 Polymer separation, 48 hr. Tex-540-C None None None None Flash point, C.O.C., OF T 48 425 ! — 425 ! — 425 i — 425 i — Tests on residue from Thin -Film Oven Test: T 179 Retained penetration ratio, 770F T 49 — ? — — — 0.60 i 1.00 1 0.60 i 1.00 Tests on residue from RTFOT aging and pressure aging: Tex-541-C and R 28 Creep stiffness T 313 ' S, -18°C, MPa — — — — — — —300 m-value, -18°C — — — — — — 0.300 — Item 300 - 3 C. Cutback Asphalt. Cutback asphalt must meet the requirements of Tables 4, 5, and 6 for the specified type and grade. If requested, supply samples of the base asphalt cement and polymer additives. Table 4 Rapid -Curing Cutback Asnhalt Type —Grade Property Test RC-250 RC-800 RC-3000 procedure Min ; Max Min T —Ma x Min ; Max Kinematic viscosity, 140°F, cSt T 201 250 400 800 ; 1,600 3,000 s 6,000 Water, % T 55 — s 0.2 — ! 0.2 — 0.2 Flash point, T.O.C., °F T 79 80 — 80 i — 80 ! — Distillation test: T 78 ! Distillate, percentage by volume of � s s total distillate to 680°F s to 437°F 40 75 35 70 201 55 to 500°F 65 90 55 ; 85 45 s 75 to 600°F 85 i — 80 i — 70 s — Residue from distillation, volume % 70 — 75 = — 82 = — Tests on distillation residue: i s Penetration, 100 g, 5 sec., 77°F T 49 80 120 80 120 80 1 120 Ductility, 5 cm/min., 77°F, cm T 51 100 — 100 100 — Solubility in trichloroethylene, % T 44 99.0 — 99.0 = — 99.0 Spot test Tex-509-C Neg. Neg. Neg. Table 5 Medium -Curing Cutback Asnhalt Type —Grade Property Test MC-30 MC-250 MC-800 MC-3000 procedure Min ;Max Min ,Max Min ; Max Min ; Max Kinematic viscosity, 140°F, cSt T 201 30 i 60 250 1 500 800 1 6 3,00E 6,00 s ; 00 0 ? 0 Water, % T 55 — 0.2 — ; 0.2 — 0.2 — 0.2 Flash point, T.O.C., °F T 79 100 ; — 150 ; — 150 ; — 150 — Distillation test: T 78 i Distillate, percentage by volume of total distillate to 680°F to 437°F — s 25 — 10 — i — — to 500°F 40 i 70 15 55 — 35 — = 15 to 600°F 75 93 60 i 87 45 80 15 75 Residue from distillation, volume % 50 ; — 67 — 75 — 80 ; — Tests on distillation residue: s Penetration, 100 g, 5 sec., 77°F T 49 120 250 120 ` 250 120 250 120 '1 250 Ductility, 5 cm/min., 77°F, cros T 51 100 — 100 ; — 100 — 100 i — Solubility in trichloroethylene, % T 44 99.0 — 99.0 — 99.0 — 99.0 Spot test I Tex-509-C Neg. I Neg. I Neg. I Neg. 1. If the penetration of residue is more than 200 and the ductility at 77°F is less than 100 cm, the material is acceptable if its ductility at 60°F is more than 100 cm. i Item 300 - 4 Table 19 Ctoraue and Application Temperatures Application Storage Recommended Maximum Allow able Type —Grade Maximum Range, °F (0F) AC-0.6, AC-1.5, AC-3 200-300 350 350 AC-5, AC-10 275-350 350 350 AC-5 w/2% SBR, AC-10 w/2% SBR, 300-375 375 360 AC-15P, AC-20-5TR RC-250 125-180 200 200 RC-800 170-230 260 260 RC-3000 215-275 285 285 MC-30, AE-P 70-150 175 175 MC-250 125-210 240 240 MC-800, SCM I, SCM 1I 175-260 275 275 MC-3000, MC-2400L 225-275 290 290 HFRS-2, MS-2, CRS-2, CRS-21-1, HFRS-2P, CRS-2P, CMS-2, CMS-2S, 120-160 180 180 AES-300, AES-300S, AES-150P, AES-300P SS-1, SS-lH, CSS-1, CSS-1H, PCE, EAP&T, SS-lP, RS-1P, CRS-lP, CSS-lP, recycling agent, emulsified 50-130 140 140 recycling agent, polymer mod AE crack sealant PG binders 275-350 350 350 Rubber asphalt crack sealers (Class A, 350-375 400 — Class B A-R binders Types I, II, and III 325-425 425 425 Item 300 - 9 I ITEM 401 FLOWABLE BACKFILL 401.1. Description. Furnish and place flowable backfill for trench, hole, or other void. 401.2. Materials. A. Cement. Furnish cement conforming to DMS-4600, "Hydraulic Cement." B. Fly Ash. Furnish fly ash conforming to DMS-4610, "Fly Ash." C. Chemical Admixtures. Furnish chemical admixtures conforming to DMS-4640, "Chemical Admixtures for Concrete." D. Fine Aggregate. Provide fine aggregate that will stay in suspension in the mortar to the extent required for proper flow and that meets the gradation requirements of Table 1. Table 1 Aggregate Gradation Chart Sieve Size Percent Passing 3/4 in. 100 No. 200 0-30 Test fine aggregate gradation in accordance with Tex-401-A. Plasticity Index (PI) must not exceed 6 when tested in accordance with Tex-106-A. E. Mixing Water. Use mixing water conforming to the requirements of Item 421, "Hydraulic Cement Concrete." 401.3. Construction. Submit a construction method and plan, including mix design and shrinkage characteristics of the mix, for approval. Provide a means of filling the entire void area, and be able to demonstrate that this has been accomplished. Prevent the movement of any inserted structure from its designated location. If voids are found in the fill or if any of the requirements are not met as shown on the plans, remove and replace or correct the problem without additional cost to the Department. Unless otherwise shown on the plans, furnish a mix meeting the requirements of Sections 401.3.A, "Strength," and 401.3.13, "Consistency." A. Strength. The 28-day compressive strength range, when tested in accordance with Tex-418-A, must be between 80 psi and 150 psi unless otherwise directed. Two specimens are required for a strength test, and the compressive strength is defined as the average of the breaking strength of the 2 cylinders. B. Consistency. Design the mix to be placed without consolidation and to fill all intended voids. Fill an open-ended, 3-in.-diameter-by-6-in.-high cylinder to the top to test the consistency. Immediately pull the cylinder straight up. The correct consistency of the mix must produce a minimum 8-in.-diameter circular spread with no segregation. When necessary, use specialty type admixtures to enhance the flowability, reduce shrinkage, and reduce segregation by maintaining solids in suspension. All admixtures must be used and proportioned in accordance with the manufacturer's recommendations. Mix the flowable fill using a central -mixed concrete plant, ready -mix concrete truck, pug mill, or other approved method. Furnish all labor, equipment, tools, containers, and molds required for sampling, making, transporting, curing, removal, and disposal of test specimens. Furnish test molds meeting the requirements of Tex-447-A. Transport, strip, and cure the test specimens as scheduled at the designated location. Cure test specimens in accordance with Tex-447-A. The Engineer will sample, make, and test all specimens. Dispose of used, broken specimens in an approved location and manner. The frequency of job control testing will be at the direction of the Engineer. c_ Item 401 - 1 401.4. Measurement. This Item will be measured by the cubic yard of material placed. Measurement will not include additional volume caused by slips, slides, or cave-ins resulting from the Contractor's operations. 401.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for' Flowable Backfill." This price is full compensation for furnishing, hauling, and placing materials and for equipment, tools, labor, and incidentals. Item 401 - 2 ITEM 416 DRILLED SHAFT FOUNDATIONS 416.1. Description. Construct foundations consisting of reinforced or non -reinforced concrete drilled shafts with or without bell footings. 416.2. Materials. Use materials that meet the requirements of the following Items: • Item 421, "Hydraulic Cement Concrete" • Item 440, "Reinforcing Steel' • Item 448, "Structural Field Welding" Unless otherwise shown on the plans, use concrete for drilled shafts that meets the requirements of Table 1. Table 1 Concrete for Drilled Shafts Drilled Shaft T e Concrete Non -reinforced Class A Reinforced Class C Slurry and underwater concrete placement Class SS Use coarse aggregate Grade 4, 5, or 6 for drilled shaft concrete in reinforced drilled shafts. Grade 2 or 3 may be used if the shaft is dry and reinforcing steel has a 5-in. minimum clear spacing. Use a water -reducing, retarding admixture in accordance with DMS-4640, "Chemical Admixtures for Concrete," in all concrete when using casing that will be pulled or when placing shafts underwater or under slurry. Use concrete with slump that meets the requirements of Table 2 as determined by Tex-415-A. Table 2 Slump Requirements Minimum Recommended Maximum Placement Type Acceptable Design and Acceptable Placement Placement Placement Slump, in. Slump, in. Slump, in. Dry 5-1/2 6-1/2 7-1/2 Underwater and under slurry 7 8 9 When casing is to be pulled or when concrete is to be placed underwater or under slurry, perform a slump loss test in accordance with Tex-430-A before beginning work. Provide concrete that will maintain a slump of at least 4 in. throughout the entire anticipated time of concrete placement. Time of concrete placement is described in Sections 416.3.F, "Concrete," and 416.3.G, "Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods." Note the temperature of the concrete mix at the beginning of the slump loss test. If concrete temperature at the time of placement into the drilled shaft is more than 10' higher than the slump loss test temperature, do not place the concrete. Use ice or other concrete cooling ingredients to lower concrete tempi,.. .,, or run additional slump loss tests at the higher temperatures. Slump loss testing will be waived if anticipated time of concrete placement is less than 90 minutes. Use drilling slurry that meets the requirements of Table 3, as determined by Tex- 130-E. Table 3 Slurry Requirements Before Introduction Sampled from the Bottom of the into the Excavation Excavation before Concretin Specific Sand Specific Viscosity Sand Gravity Content Gravity seconds Content <1.10 <1% <1.15 <45 <6% Item 416 - 1 Use mineral slurry consisting of processed bentonite or attapulgite clays mixed with clean fresh water. Do not use PHPA (partially hydrolized polyacrylamide) polymeric slurry or any other fluid composed primarily of a polymer solution. Before placing concrete, sample slurry from the bottom of the hole, and test it in accordance with Tex- 130-E. Use a pump or air lift to remove slurry that does not meet the requirements of Table 3 while adding fresh clean slurry to the top of the hole to maintain the slurry level. Continue this operation until the slurry sampled from the bottom of the hole meets the requirements. 416.3. Construction. Place the shaft to within the following tolerances. • Vertical plumbness — 1 in. per 10 ft. of depth. • Center of shaft located under column — 1 in. of horizontal plan position. • Center of shaft located under footing — 3 in. of horizontal plan position. Complete the embankment at bridge ends before installing drilled shafts that pass through the fill. Refer to Item 423, "Retaining Walls," for provisions for drilled shafts passing through the structural volume of retaining walls. A. Excavation. The plans indicate the expected depths and elevations for encountering satisfactory bearing material. Excavate as required for the shafts and bell footings through all materials encountered to the dimensions and elevations shown on the plans or required by the site conditions. Removal of man-made obstructions not shown on the plans will be paid for in accordance with Article 9.4, "Payment for Extra Work." If satisfactory founding material is not encountered at plan elevation, adjust the bottom of the shaft or alter the foundation, as determined by the Engineer, to satisfactorily comply with design requirements. Blasting is not allowed for excavations. If caving conditions are encountered, stop drilling and adopt a construction method that stabilizes the shaft walls. Do not excavate a shaft within 2 shaft diameters (clear) of an open shaft excavation, or one in which concrete has been placed in the preceding 24 hours. Dispose of material excavated from shafts and bells and not incorporated into the finished project. Dispose of excavated material in accordance with the plans and with federal, state, and local laws. Provide suitable access, lighting, and equipment for proper inspection of the completed excavation and for checking the dimensions and alignment of shafts and bell excavation. B. Core Holes. If directed, take cores to determine the character of the supporting materials. Use a method that will result in recovery of an intact sample adequate for judging the character of the founding material. Such cores should be at least 5 ft. deeper than the proposed founding grade or a depth equal to the diameter of the shaft, whichever is greater. Take these cores when the excavation is approximately complete. C. Casing. Use casing when necessary to prevent caving of the material or to exclude ground water. Provide casing with an outside diameter not less than the specified diameter of the shaft. Use casing strong enough to withstand handling stresses and pressures of concrete and of the surrounding earth or water, and that is watertight, smooth, clean, and free of accumulations of hardened concrete. Drill the portion of the shaft below the casing as close as possible to the specified shaft diameter. The portion of shaft below the casing may be as much as 2 in. smaller than the specified shaft diameter. Use construction methods that result in a minimal amount of disturbed soil being trapped outside the casing. This does not apply to temporary undersized casings used to protect workers inside shafts or to drilled shafts designed for point bearing only. Do not leave any casing in place unless authorized or shown on the plans. Do not extract casing until after placing the concrete to an appropriate level. Maintain sufficient concrete in the casing at all times to counteract soil and water pressure. Before and during concrete placement, rotate or move the casing up or down a few inches if necessary to facilitate extraction of the casing. D. Requirements for Slurry Displacement Method. Unless otherwise shown on the plans, the slurry displacement method may be used to construct drilled shafts. Use this method to support the sides of the excavation with processed mineral slurry that is then displaced by concrete to form a continuous concrete shaft. Do not use casing other than surface casing. Do not use surface casing longer than 20 ft. without approval. Do not extract the surface casing until after placing the concrete. Item 416 - 2 For slurry mixed at the project site, pre -mix it in a reservoir of sufficient capacity to fill the excavation and for recovery of the slurry during concrete placement. Do not mix slurry in the shaft excavation or other hole. Allow adequate time for hydration of the slurry prior to introduction into the excavation. During and after drilling maintain a head of slurry in the shaft excavation at or near ground level or higher as necessary to counteract ground water pressure. Just before placing reinforcing steel, use an air lift or proper size cleanout bucket to remove any material that may have fallen from the sides of the excavation or accumulated on the bottom after the completion of drilling. Use a cleanout bucket if material is too large to be picked up with an air lift. If concrete placement is not started within 4 hours of the completion of the shaft excavation, reprocess the hole with the auger as directed. Then clean the bottom with an air lift or cleanout bucket, and check the slurry at the bottom of the hole for compliance with the slurry requirements of Article 416.2, "Materials." If the slurry forms a gel before concrete placement, agitate the congealed slurry to liquefaction just before concrete placement and whenever directed. Recover and dispose of all slurry as approved by the Engineer, and in accordance with all federal, state, and local laws. Do not discharge slurry into or in close proximity to streams or other bodies of water. E. Reinforcing Steel. Completely assemble the cage of reinforcing steel, and place it as a unit immediately before concrete placement. The cage consists of longitudinal bars and lateral reinforcement (spiral reinforcement, lateral ties, or horizontal bands). If overhead obstacles prevent placement of the cage as a single unit, connect individual segments with couplers or by lapping steel as approved. If the shaft is lengthened beyond plan length, extend the reinforcing steel cage as follows, unless directed otherwise: • For shafts supporting structures other than bridges, extend the cage to the bottom. • For bridge shafts with plan lengths of less than 25 ft., extend the cage to 25 ft. or to the bottom, whichever is shorter. • For bridge shafts with plan lengths at least 25 ft. that are lengthened less than 33% of plan length, extending the cage is not necessary. • For bridge shafts with plan lengths at least 25 ft. that are lengthened more than 33% of plan length, extend the cage as directed. If the cage does not reach the bottom of the shaft, it may be suspended, or a portion of the longitudinal steel may be extended to support the cage on the bottom of the shaft. Bars used to extend or support the cage may be lap spliced or welded by a qualified welder. Place the extension at the bottom of the shaft. If using spiral reinforcement, tie it to the longitudinal bars at a spacing of at most 24 in., or as required for a stable cage. Do not weld lateral reinforcement to longitudinal bars unless otherwise shown on the plans. Center the reinforcing steel cage in the excavation using approved centering devices. Use enough devices to hold the cage in position along its entire length. Do not use square concrete spacer blocks in cased shafts. Support or hold down the cage to control vertical displacement during concrete placement or extraction of the casing. Use support that is concentric with the cage to prevent racking and distortion of the steel. Check the elevation of the top of the steel cage before and after concrete placement or after casing extraction when casing is used. Downward movement of the steel up to 6 in. per 20 ft. of shaft length and upward movement of the steel up to 6 in. total are acceptable. Maintain the minimum length of steel required for lap with column steel. Use dowel bars if the proper lap length is provided both into the shaft and into the column. Locate and tie all dowel bars into the cage before placing concrete or insert dowel bars into fresh, workable concrete. Locate and tie anchor bolts when required prior to placement of concrete. Use templates or other devices to assure accurate placement of anchor bolts. F. Concrete. Perform all work in accordance with requirements of Item 420, "Concrete Structures." Mass concrete placement requirements do not apply to drilled shafts. Form portions of drilled shaft that project above natural ground. Remove loose material and accumulated seep water from the bottom of the excavation before placing concrete. If water cannot be removed, place concrete using underwater placement methods. Item 416 - 3 Place concrete as soon as possible after all excavation is complete and reinforcing steel is placed. Provide workable concrete that does not require vibrating or rodding. Vibrate formed portions of drilled shafts. Place concrete continuously for the entire length of the shaft. For dry shafts of 24 in. or smaller diameter, limit free fall of concrete to 25 ft. Use a suitable tube or tremie to prevent segregation of materials. Use a tube or tremie in sections to provide proper discharge and to permit raising as the placement progresses. For dry shafts over 24 in. diameter, concrete can be allowed to free fall an unlimited distance if it does not strike the reinforcing cage or sides of the hole during placement. When free fall is used, provide a hopper with a minimum 3-ft.-long drop tube at the top of the shaft to direct concrete vertically down the center of the shaft. Do not use a shovel or other means to simply deflect the concrete discharge from the truck. For cased shafts, maintain a sufficient head of concrete at all times above the bottom of the casing to overcome hydrostatic pressure. Extract casing at a slow, uniform rate with the pull in line with the axis of the shaft. Monitor the concrete level in the casing during extraction. Stop the extraction and add concrete to the casing as required to ensure a completely full hole upon casing removal. The elapsed time from the mixing of the first concrete placed into the cased portion of the shaft until the completion of extraction of the casing must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2, "Materials." If the elapsed time is exceeded, modify the concrete mix, the construction procedures, or both for subsequent shafts. Cure the top surface and treat any construction joint area in accordance with Item 420, "Concrete Structures." G. Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods. Place concrete on the same day that the shaft is excavated and as soon as possible after all excavation is complete and reinforcing steel is placed. Use an air lift or cleanout bucket of the proper size to clean the bottom of the excavation prior to placing the reinforcing steel cage and concrete. Place concrete through a closed tremie or pump it to the bottom of the excavation. Initially seal the tremie or pump line to positively separate the concrete from the slurry or water. Place concrete continuously from the beginning of placement until the shaft is completed. If using a tremie, keep it full of concrete and well submerged in the previously placed concrete at all times. Raise the tremie as necessary to maintain the free flow of concrete and the stability of any casing used. If using a pump, keep the discharge tube submerged in the previously placed concrete at all times. Place additional concrete to ensure the removal of any contaminated concrete at the top of the shaft. At the completion of the pour, allow the top portion of concrete to flush completely from the hole until there is no evidence of slurry or water contamination. Do not attempt to remove this concrete with shovels, pumps or other means. Level the top of shaft with hand tools as necessary. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or in close proximity to streams or other bodies of water. For pours over water, provide a collar or other means of capturing slurry and the top portion of concrete flushed from the shaft. If concrete placement is interrupted due to withdrawal of the submerged end of the tremie or pump discharge tube before completion, remove the tube, reseal it at the bottom, penetrate with the tube into the concrete already placed by at least 5 ft., and recharge it before continuing. The elapsed time from the mixing of the first concrete placed until the completion of concrete placement, including extraction of the casing, must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2, "Materials." If the elapsed time is exceeded, modify the concrete mix, the construction procedures, or both for subsequent shafts. H. Test Load. If required, test load shafts in accordance with Item 405, "Foundation Test Load." t✓I Item 416 - 4 ITEM 421 HYDRAULIC CEMENT CONCRETE 421.1. Description. Furnish hydraulic cement concrete for concrete pavements, concrete structures, and other concrete construction. 421.2. Materials. A. Cement. Furnish cement conforming to DMS-4600, "Hydraulic Cement." B. Supplementary Cementing Materials (SCM). 1. Fly Ash. Furnish fly ash conforming to DMS-4610, "Fly Ash." 2. Ultra -Fine Fly Ash (UFFA). Furnish UFFA conforming to DMS-4610, "Fly Ash." 3. Ground Granulated Blast -Furnace Slag (GGBFS). Furnish GGBFS conforming to DMS-4620, "Ground Granulated Blast -Furnace Slag," Grade 100 or 120. 4. Silica Fume. Furnish silica fume conforming to DMS-4630, "Silica Fuinc." 5. Metakaolin. Furnish metakaolin conforming to DMS-4635, "Metakaolin." C. Chemical Admixtures. Furnish admixtures conforming to DMS-4640, "Chemical Admixtures for Concrete." Do not use calcium chloride. D. Water. Furnish mixing and curing water that is free from oils, acids, organic matter, or other deleterious substances. Water from municipal supplies approved by the Texas Department of Health will not require testing. When using water from other sources, provide test reports showing compliance with Table 1 before use. Water that is a blend of concrete wash water and other acceptable water sources, certified by the concrete producer as complying with the requirements of both Table 1 and Table 2, may be used as mix water. Test the blended water weekly for 4 weeks for compliance with Table 1 and Table 2 or provide previous test results. Then test every month for compliance. Provide water test results upon request. Table 1 Chemical Limits far Mix Water Maximum Contaminant Test Method Concentration (ppm) Chloride (Cl) ASTM D 512 Prestressed concrete 500 Bridge decks & superstructure 500 All other concrete 1,000 Sulfate(SO4)ASTM D 516 1,000 Alkalies (Na2O + 0.658K20) ASTM D 4191 & 600 ASTM D 4192 Total solids AASHTO T 26 50,000 Table 2 Arepntanep Criteria far nnt,.Q iannhle Water .9nnn1h-..- Property Test Method Limits Compressive strength, min % control ASTM C 109' 90 at 7 days Time of set, deviation from control, from 60 early Min. ASTM C 191' to 90 later 1. Base comparisons on tixeci proportions ans the same volume or test water compares to the control mix using city water or distilled water. Item 421 - 1 Do not use mix water that has an adverse effect on the air -entraining agent, on any other chemical admixture, or on strength or time of set of the concrete. When using white hydraulic cement, use mixing and curing water free of iron and other impurities that may cause staining or discoloration. E. Aggregate. Supply aggregates that meet the definitions in Tex-100-E. Provide coarse and fine aggregates from sources listed in the Department's Concrete Rated Source Quality Catalog (CRSQC). Provide aggregate from non -listed sources only when tested and approved by the Engineer before use. Allow 30 calendar days for the Engineer to sample, test, and report results for non -listed sources. Do not combine approved material with unapproved material. 1. Coarse Aggregate. Provide coarse aggregate consisting of durable particles of gravel, crushed blast furnace slag, recycled crushed hydraulic cement concrete, crushed stone, or combinations thereof that are free from frozen material and from injurious amounts of salt, alkali, vegetable matter, or other objectionable material, either free or as an adherent coating. Provide coarse aggregate of uniform quality throughout. Provide coarse aggregate that, when tested in accordance with Tex-413-A, has: • at most 0.25% by weight of clay lumps, • at most 1.0% by weight of shale, and • at most 5.0% by weight of laminated and friable particles. Wear must not be more than 40% when tested in accordance with Tex-410-A. Unless otherwise shown on the plans, provide coarse aggregate with a 5-cycle magnesium sulfate soundness of not more than 18% when tested in accordance with Tex-411-A. Crushed recycled hydraulic cement concrete is not subject to the 5-cycle soundness test. The loss by decantation as tested in accordance with Tex-406-A, plus the allowable weight of clay lumps, must not exceed 1.0% or the value shown on the plans, whichever is smaller. In the case of aggregates made primarily from crushing stone, if the material finer than the No. 200 sieve is established to be the dust of fracture and essentially free from clay or shale as established by Tex-406-A, Part III, the limit may be , increased to 1.5%. When crushed limestone coarse aggregate is used in concrete pavements, the decant may exceed 1.0% but not more than 3.0% if the material finer than the No. 200 sieve is determined to be at -= least 67% calcium carbonate in accordance with Tex-406-A, Part I11. Unless otherwise specified, provide aggregate conforming to the gradation requirements shown in Table 3 when tested in accordance with Tex-401-A. Table 3 Coarse Aggregate Gradation Chart Aggregate Grade Nominal Size Percent Passing on Each Sieve 2-1/2" 2" 1-1/2" 1" 3/4" 1/2" 3/8" No.4 No. 8 1 2" 100 80-100 50-85 20-40 0-5 2 467 1-1/2" 100 95-100 35-70 10-30 0-5 3 1-1/2" 1 100 95-160 60-90 25-60 0-5 4(57) 100 95-100 25-60 0-10 0-5 5(67) 3/4" 100 90-100 20-55 0-10 0-5 6 7 1/2" 100 90v0095-100 40-70 0-15 0-5 7 3/8" 70-95 0 25 8 3/8" 20 65 0 10 1. Corresponding ASTM C 33 gradation shown in parentheses. 2. Fine Aggregate. Provide fine aggregate consisting of clean, hard, durable particles of natural or manufactured sand or a combination thereof with or without mineral filler. Provide fine aggregate free from frozen material and from injurious amounts of salt, alkali, vegetable matter, or other objectionable material, and containing no more than 0.5% clay lumps by weight in accordance with Tex-413-A. Provide fine aggregate that does not show a color darker than standard when subjected to the color test for organic impurities in accordance with Tex-408-A. (--I Unless otherwise shown on the plans, use fine aggregate with an acid insoluble residue of at least 60% by weight when tested in accordance with Tex-6124 in all concrete subject to direct traffic. L� Item 421 - 2 Unless otherwise shown on the plans, when necessary, blend the fine aggregate to meet the acid insoluble residue requirement. When blending, use the following equation: Acid Insoluble (%) = {(A1)(P1)+(A2)(P2)}/100 where: A1= acid insoluble (%) of aggregate 1 A2 = acid insoluble (%) of aggregate 2 P1= percent by weight of Al of the fine aggregate blend P2 = percent by weight of A2 of the fine aggregate blend Provide fine aggregate or combinations of aggregates, including mineral filler, conforming to the gradation requirements shown in Table 4 when tested in accordance with Tex-401-A unless otherwise specified. Table 4 Fine Aimreimte Gradation Chart (Grade 1) Sieve Size Percent Passing 3/8 in. 100 No. 4 95-100 No. 8 80-100 No. 16 50-85 No. 30 25-65 No. 50 10-35 No. 100 0-10 No. 200 0-3 1.6-35 when sand equivalent value is greater than 85. 2. 0-6 for manufactured sand. Unless otherwise shown on the plans, provide fine aggregate with a sand equivalent of at least 80 in accordance with Tex-203-F. For all classes of concrete except Class K, provide fine aggregate with a fineness modulus between 2.30 and 3.10 as determined by Tex-402-A. For Class K concrete, provide a fine aggregate with a fineness modulus between 2.60 to 2.80 unless otherwise shown on the plans. 3. Mineral Filler. Provide mineral filler consisting of stone dust, clean crushed sand, or other approved inert material with 100% passing the No. 30 sieve and 65 to 100% passing the No. 200 sieve when tested in accordance with Tex-401-A. F. Mortar and Grout. When required or shown on the plans, provide mortar and grout consisting of 1 part hydraulic cement, 2 parts sand, and sufficient water to provide the desired consistency. Provide mortar with a consistency such that the mortar can be easily handled and spread by trowel. Provide grout of a consistency that will flow into and completely fill all voids. 421.3. Equipment. A. Concrete Plants and Mixing Equipment. Except for volumetric mixers (auger/mixer), each plant and truck mixer must be currently certified by the National Ready Mixed Concrete Association (NRMCA) or have an inspection report signed and sealed by a licensed professional engineer showing that concrete measuring, mixing, and delivery equipment meets all requirements of ASTM C 94. A new certification or signed and sealed report is required every time a plant is moved. Plants with a licensed engineer's inspection require reinspection every 2 years. Provide a copy of the certification or the signed and sealed inspection report to the Engineer. When equipment or facilities fail to meet specification requirements, remove them from service until corrected. 1. Scales. Check all scales prior to beginning of operations, after each move, or whenever their accuracy or adequacy is questioned, and at least once every 6 mo. Immediately correct deficiencies, and recalibrate. Provide a record of calibration showing scales in compliance with ASTM C 94 requirements. Check hatching accuracy of volumetric water hatching devices and admixture dispensing devices at least every 90 days. Perform daily checks as necessary to ensure measuring accuracy. 2. Volumetric Mixers. Provide volumetric mixers with rating plates defining the capacity and the performance of the mixer in accordance with the Volumetric Mixer Manufacturers Bureau or equivalent. Item 421 - 3 1`_; Provide volumetric mixers that comply with ASTM C 685. Provide test data showing mixers meet the uniformity test requirements of Tex-472-A. 3. Agitators and Truck and Stationary Mixers. Inspect and furnish inspection reports on truck mixers and agitators annually. If an inspection within 12 mo. is not practical, a 2-mo. grace period (for a maximum of 14 mo. between inspections) is permitted. Include in the report the condition of blades and fins and their percent wear from the original manufacturer's design. Repair mixing equipment exhibiting 10% or more wear before use. Provide truck mixers and agitators equipped with means to readily verify the number of revolutions of the drum, blades, or paddles. Provide stationary and truck mixers capable of combining the ingredients of the concrete within the specified time or the number of revolutions specified into a thoroughly mixed and uniform mass and capable of discharging the concrete so that at least 5 of the 6 requirements of Tex-472-A are met. As directed, to resolve issues of mix uniformity and mixer performance, perform concrete uniformity tests on mixers or agitators in accordance with Tex-472-A. Perform the mixer or agitator uniformity test at the full rated capacity of the equipment and within the maximum mixing time or maximum number of revolutions. Remove from service all equipment that fails the uniformity test. Inspect and maintain mixers and agitators. Keep them reasonably free of concrete buildup, and repair or replace worn or damaged blades or fins. Ensure all mixers have a plate affixed showing manufacturer's recommended operating speed and rated capacity for mixing and agitating. B. Hauling Equipment. Provide hauling equipment capable of maintaining the mixed concrete in a thoroughly mixed and uniform mass and of discharging the concrete with a satisfactory degree of uniformity. When using non -agitating equipment for transporting concrete, provide equipment with smooth, mortar -tight metal containers equipped with gates that prevent accidental discharge of the concrete. C. Testing Equipment. Unless otherwise shown on the plans or specified, in accordance with the pertinent test procedure, furnish and maintain: • test molds, • curing facilities, • maturity meters if used, and • wheelbarrow or other container acceptable for the sampling of the concrete. Provide strength -testing equipment in accordance with the Contract controlling test unless shown otherwise. 421.4. Construction. A. Classification and Mix Design. Furnish mix designs using ACI 211, "Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete," or other approved procedures for the classes of concrete required in accordance with Table 5. Do not exceed the maximum water-to-cementitious-material ratio. A higher -strength class of concrete with equal or lower water-to-cementitious-material ratio may be substituted for the specified class of concrete. To account for production variability and ensure minimum compressive strength requirements are met, over - design the mix in accordance with Table 6. 1. Cementitious Materials. Use cementitious materials from prequalified sources; otherwise, request sampling and testing for approval before use. Unless otherwise specified or approved, limit cementitious material content to no more than 700 lb. per cubic yard. When supplementary cementing materials are used, "cement" is defined as "cement plus supplementary cementing material." Use Type III cement only in precast concrete or when specified or permitted. For monolithic placements, use cement of the same type and from the same source. When sulfate -resistant concrete is required, use mix design options 1, 2, 3, or 4 given in Section 421.4.A.6, "Mix Design Options," using Type 1/II, II, V, IP, or IS cement. Do not use Class C fly ash in sulfate - resistant concrete. Item 421 - 4 Do not use supplementary cementing materials when white hydraulic cement is specified. Table 5 Concrete Classes Design Class of Strength, Min. Maximum Coarse Aggregate General Usage a Concrete 28-day f . W/C Ratio' 23 Grades (psi) Inlets, manholes, curb, gutter, curb & A 3,000 0.60 1-4, 8 gutter, cone. retards, sidewalks, driveways, backup walls, anchors B 2,000 0.60 2-7 Ri ra , small roadside signs, and anchors Drilled shafts, bridge substructure, bridge railing, culverts except top slab of direct CS 3,600 0.45 1-6 traffic culverts, headwalls, wing walls, approach slabs, concrete traffic barrier (cast -in -place) D 1,500 0.60 2-7 Ri ra E 3,000 0.50 2-5 Seal concrete S F Note 6 0.45 2-5 Railroad structures; occasionally for bridge piers, columns, or bents HS Note 6 0.45 3-6 Prestressed concrete beams, boxes, piling, and concrete traffic barrier recast SS 4,000 0.45 2-5 Bridge slabs, top slabs of direct traffic culverts P See 0.45 2-3 Concrete pavement Item 360 DC' 5,500 0.40 6 Dense cone. overlay CO 4,600 0.40 6 Cone. overlay LMC 4,000 0.40 6-8 Latex -modified concrete overlay SSS Note 7 0.45 4-6 Slurry displacement shafts, underwater drilled shafts K Note 6 0.45 Note 6 Note 6 HES I No 6 0.45 Note 6 Note 6 1. Maximum water -cement or water-cementitious ratio by weight. 2. Unless otherwise permitted, do not use Grade i coarse aggregate except in massive foundations with 4-in. minimum clear spacing between reinforcing steel bars. Do not use Grade I aggregate in drilled shafts. 3. Unless otherwise approved, use Grade 8 aggregate in extruded curbs. 4. For information only. 5. Structural concrete classes. 6. As shown on the plans or specified. 7. Cementitious material content shall be minimum 658 Ib/cy of concrete. Item 421 - 5 Table 6 Over Design to Meet Compressive Strength Requirements' No. of Tests2,3 Standard Deviation, psi 300 400 500 600 700 15 470 620 850 1,120 1,390 20 430 580 760 1,010 1,260 30 or more 1 400 530 670 900 1,130 1. When designing the mix, add the tabulated amounts to the minimum design strength in Table 5. 2. Number of tests of a concrete mixture used to estimate the standard deviation of a concrete production facility. Test of another mix within 1,000 psi of the specified strength may be used. 3. If less than 15 prior tests are available, the overdesign should be 1,000 psi for specified strength less than 3,000 psi, 1,200 psi for specified strengths from 3,000 to 5,000 psi and 1,400 psi for specified strengths greater than 5,000 psi. 2. Aggregates. Limit the use of recycled crushed hydraulic cement concrete as a coarse or fine aggregate to Class A, B, D, E, and P concrete. Limit recycled crushed concrete fine aggregate to a maximum of 20% of the fine aggregate. When white hydraulic cement is specified, use light-colored aggregates. 3. Chemical Admixtures. Use only preapproved concrete chemical admixtures from the list of prequalified concrete admixtures maintained by the Construction Division. Submit non-preapproved admixtures for testing to the Engineer for approval. Do not use high -range water -reducing admixtures (Type F or G) or accelerating admixtures (Type C or E) in bridge deck concrete. 4. Air Entrainment. Air -entrain all concrete except for Class B in accordance with Table 7 unless otherwise shown on the plans. Use moderate exposure values unless otherwise specified. If the air content is more than 1-1/2 percentage points below or 3 percentage points above the required air, the load of concrete will be rejected. If the air content is more than 1-1/2 but less than 3 percentage points above the required air, the concrete may be accepted based on strength tests. Table 7 Air Entrainment Nominal Maximum Aggregate Size, in. % Air' Moderate Exposure Severe Exposure 3/8 (Grades 7 & 8) 6 7-1/2 1/2 (Grade 6) 5-1/2 7 3/4 (Grade 5) 5 6 1 (Grade 4) 4-1/2 6 1-1/2 (Grades 2 & 3) 4-1/2 5-1/2 2 (Grade 1) 4 5 1. For specified concrete strengths above 5,000 psi a reduction of 1 percentage point is permitted. 5. Slump. Unless otherwise specified, provide concrete slump in accordance with Table 8 using the lowest slump possible that can be placed and finished efficiently without segregation or honeycombing. LJ Concrete that exceeds the maximum acceptable placement slump at time of delivery will be rejected. When approved, the slump of a given concrete mix may be increased above the values shown in Table 8 using chemical admixtures, provided that the admixture -treated concrete has the same or lower water — cement or water—cementitious-material ratio and does not exhibit segregation or excessive bleeding. Request approval for the mix design sufficiently in advance for proper evaluation by the Engineer. t �l E Item 421 - 6 Table 8 Slump Requirements Recommended Design Maximum Acceptable Concrete Designation and Placement Slump, placement Slump, in. in. Drilled shafts See Item 416 See Item 416 Thin walled section 4 6-1/2 9 in. or less Approach slabs, concrete overlays, caps, columns, piers, 3 5 wall sections over 9 in. Bridge slabs 4 5-1/2 Prestressed concrete members 4 6-1/2 Concrete traffic barrier, 4 6-1/2 concrete bridge railing Dense concrete overlay 3/4 2 Latex -modified cone. for 3 7-1/2 bridge deck overlays Concrete placed underwater 6 8-1/2 Concrete pavement (slip- 1-1/2 3 formed Concrete pavement (formed) 4 6-1/2 Riprap, curb, gutter, slip- As approved As approved formed, and extruded concrete 1. If a high -range water reducer (HRWR) is used, maximum acceptable placement slump will be 9 in. 6. Mix Design Options. For structural concrete identified in Table 5 and any other class of concrete designed using more than 520 lb. of cementitious material per cubic yard, use one of the mix design Options 1-8 shown below. For concrete classes not identified as structural concrete and designed using less than 520 lb. of cementitious material per cubic yard, use one of the mix design Options 1-8 shown in Table 5, except that Class C fly ash may be used instead of Class F fly ash for Options 1, 3, and 4 unless sulfate -resistant concrete is required. a. Option 1. Replace 20 to 35% of the cement with Class F fly ash. b. Option 2. Replace 35 to 50% of the cement with GGBFS. c. Option 3. Replace 35 to 50% of the cement with a combination of Class F fly ash, GGBFS, or silica fume. However, no more than 35% may be fly ash, and no more than 10% may be silica fume. d. Option 4. Use Type IP or Type IS cement. (Up to 10% of a Type IP or Type IS cement may be replaced with Class F fly ash, GGBFS, or silica fume.) e. Option 5. Replace 35 to 50% of the cement with a combination of Class C fly ash and at least 6% of silica fume, UFFA, or metakaolin. However, no more than 35% may be Class C fly ash, and no more than 10% may be silica fume. L Option 6. Use a lithium nitrate admixture at a minimum dosage of 0.55 gal. of 30% lithium nitrate solution per pound of alkalis present in the hydraulic cement. g. Option 7. When using hydraulic cement only, ensure that the total alkali contribution from the cement in the concrete does not exceed 4.00 lb. per cubic yard. of concrete when calculated as follows: lb. alkaliper cu. yd. _ (lb. cement per cu. yd.)x (% Na20 equivalent in cement) 100 In the above calculation, use the maximum cement alkali content reported on the cement mill certificate. h. Option 8. For any deviations from Options 1-7, perform the following: Item 421 - 7 1 • Test both coarse and fine aggregate separately in accordance with ASTM C 1260, using 440 g of the proposed cementitious material in the same proportions of hydraulic cement to supplementary cementing material to be used in the mix. • Before use of the mix, provide the certified test report signed and sealed by a licensed professional engineer demonstrating that the ASTM C 1260 test result for each aggregate does not exceed 0.10% expansion. B. Trial Batches. Perform all preliminary trial batches and testing necessary to substantiate the proposed mix designs, and provide documentation including mix design, material proportions, and test results substantiating that the mix design conforms to specification requirements. Make all final trial batches using the proposed ingredients in a mixer that is representative of the mixers to be used on the job. Make the batch size at least 50% of the mixer's rated capacity. Perform fresh concrete tests for air and slump, and make, cure, and test strength specimens for compliance with specification requirements. Test at least 3 sets of design strength specimens with 2 specimens per set in accordance with Tex-418-A or Tex-448-A for each test age. Before placing, provide the Engineer the option of witnessing final trial batches, including the testing of the concrete. If not provided this option, the Engineer may require additional trial batches, including testing, before the concrete is placed. Establish 7-day compressive strength target values using the following formula for each concrete mix to be used: Target value = Minimum design strength x 7 - day avg. trial batch strength 28 - day avg. trial batch strength When there are changes in aggregates or in type, brand, or source of cement, SCM, or chemical admixtures, reevaluate the mix as a new mix design. A change in vendor does not necessarily constitute a change in materials or source. When only the brand or source of cement is changed and there is a prior record of satisfactory performance of the cement with the ingredients, new trial batches may be waived by the Engineer. When the maturity method is specified or permitted, establish the strength —maturity relationship in accordance with Tex-426-A. When using the maturity method any changes in any of the ingredients, including changes in proportions, will require the development of a new strength —maturity relationship for the mix. C. Storage of Materials. 1. Cement, Supplementary Cementing Materials, and Mineral Filler. Store all cement, supplementary cementing materials, and mineral filler in weatherproof enclosures that will protect them from dampness or absorption of moisture. When permitted, small quantities of sacked cement may be stored in the open, on a raised platform, and under waterproof covering for up to 48 hours. 2. Aggregates. Handle and store concrete aggregates in a manner that prevents contamination with foreign materials. If the aggregates are stored on the ground, clear the sites for the stockpiles of all vegetation, level the sites, and do not use the bottom 6-in. layer of aggregate without cleaning the aggregate before use. When conditions require the use of 2 or more grades of coarse aggregates, maintain separate stockpiles and prevent intermixing. Where space is limited, separate the stockpiles using physical barriers. Store aggregates from different sources in different stockpiles unless the Engineer authorizes pre -blending of the aggregates. Minimize segregation in stockpiles. Remix and test stockpiles when segregation is apparent. Sprinkle stockpiles to control moisture and temperature as necessary. Maintain reasonably uniform moisture content in aggregate stockpiles. 3. Admixtures. Store admixtures in accordance with manufacturer's recommendations and prevent admixtures from freezing. , D. Measurement of Materials. Except for volumetric mixers, measure concrete materials by weight. Measure mixing water, consisting of water added to the batch, ice added to the batch, water occurring as surface moisture on the aggregates, and water introduced in the form of admixtures, by volume or weight. Measure ice by weight. Measure cement and supplementary cementing materials in a weigh hopper and on a separate scale from those used for other materials. Measure the cement first when measuring the cumulative weight. Measure t Item 421 - 8 tl concrete chemical admixtures in powdered form by weight. Measure concrete chemical admixtures in liquid form by weight or volume. Measure batch materials within the tolerances of Table 9. Table 9 Measurement Tolerances — Non -Volumetric Mixers Material Tolerance Cement, wt. f1 Mineral admixture, wt. f1 Cement+ SCM (cumulative weighing), wt. ±1 Water, wt. or volume f3 Fine aggregate, wt. f2 Coarse aggregate, wt. f2 Fine + coarse aggregate (cumulative weighing), wt. tl Chemical admixtures, wt. or volume t3 When measuring cementitious materials at less than 30% of scale capacity, ensure that the quantity measured is accurate to not less than the required amount and not more than 4% in excess. When measuring aggregates in a cumulative weigh batcher at less than 30% of the scale capacity, ensure that the cumulative quantity is measured accurate to f0.3% of scale capacity or f3% of the required cumulative weight, whichever is less. For volumetric mixers, base tolerances on volume —weight relationship established by calibration, and measure the various ingredients within the tolerances of Table 10. Correct batch weight measurements for moisture. When approved, under special circumstances, measure cement in bags of standard weight. Weighing of sacked cement is not required. Do not use fractional bags except for small hand -mixed batches of approximately 5 cu. ft. or less and when an approved method of volumetric or weight measurement is used. Table 10 Measurement Tolerances — Volumetric Mixers Material Tolerance Cement, wt. % 0 to +4 SCM, wt. % 0 to +4 Fine aggregate, wt. % f2 Coarse aggregate, wt. % f2 Admixtures, wt. or volume % f3 Water, wt. or volume % f1 E. Mixing and Delivering Concrete. Mix and deliver concrete by means of one of the following operations: • central -mixed, • shrink -mixed, • truck -mixed, • volumetric mixer -mixed, or • hand -mixed. Operate mixers and agitators within the limits of the rated capacity and speed of rotation for mixing and agitation as designated by the manufacturer of the equipment. For shrink -mixed and truck -mixed concrete, when there is a reason to suspect the uniformity of concrete delivered using a truck mixer or truck agitator, conduct slump tests of 2 individual samples taken after discharging approximately 15% and 85% of the load as a quick check of the probable degree of uniformity. Take the 2 samples within an elapsed time of at most 15 min. If the slumps of the 2 samples differ by more than the values shown in Table 11, investigate the causes and take corrective actions including adjusting the batching sequence at the plant and the mixing time and number of revolutions. Delivery vehicles that fail to meet the mixing uniformity requirements must not be used until the condition is corrected. Item 421 - 9 Table 11 Slump Tolerances Average Slump Slump Tolerance 4 in. or less 1.0 in. 4 to 6 in. 1.5 in. 1. Do not apply these tolerances to the required slumps in Table 8. 2. Maximum permissible difference in results of test of samples from 2 locations in the concrete batch. Re -tempering or adding concrete chemical admixtures is only permitted at the job site when concrete is delivered in a truck mixer. Do not add water after the introduction of mixing water at the batch plant except on arrival at the job site, with approval, to adjust the slump of the concrete. When this water is added, do not exceed the mix design water—cementitious-material ratio. Turn the drum or blades at least 30 additional revolutions at mixing speed to ensure thorough and uniform mixing of the concrete. Do not add water or chemical admixtures to the batch after any concrete has been discharged. Maintain concrete delivery and placement rates sufficient to prevent cold joints. Before unloading, furnish the delivery ticket for the batch of concrete containing the information required on Department Form 596, "Concrete Batch Ticket." When the concrete contains silica fume, adjust mixing times and hatching operations as necessary to ensure the material is completely and uniformly dispersed in the mix. The dispersion of the silica fume within the mix will be verified by the Construction Division, Materials and Pavements Section, using cylinders made from trial batches. If uniform dispersion is not achieved, make necessary changes to the hatching operations until uniform and complete dispersion of the silica fume is achieved. 1. Central -Mixed Concrete. Provide concrete that is mixed completely in a stationary mixer. Mix concrete for a period of 1 min. for 1 cu. yd. and 15 sec. for each additional cu. yd. of rated capacity of the mixer t unless mixer performance test data demonstrate that shorter mixing times can be used to obtain a uniform mix in accordance with Tex-472-A. Count the mixing time from the time all the solid materials are in the drum. Charge the mixer so that some water will enter before the cement and aggregate. Ensure that all water is in the drum by the end of the first 1/4 of the specified mixing time. Adjust the mixing time if " necessary to achieve a uniform mix. Concrete mixed completely in a stationary mixer must be delivered to the project in a truck mixer, truck agitator, or non -agitating delivery vehicle. When a truck mixer or truck agitator is used for transporting concrete, use the manufacturer's designated agitating speed for any turning during transportation. Non -agitating delivery vehicles must be clean and free of built-up concrete with adequate means to control concrete discharge. Deliver the concrete to the project in a thoroughly mixed and 1 uniform mass, and discharge the concrete with a satisfactory degree of uniformity. Resolve questions regarding the uniformity of the concrete by testing when directed by the Engineer in accordance with Tex-472-A. 2. Shrink -Mixed Concrete. Provide concrete that is first partially mixed in a stationary mixer and then mixed completely in a truck mixer. Partially mix for the minimum time required to intermingle the ingredients in the stationary mixer, and then transfer to a truck mixer and mix the concrete at the manufacturer's designated mixing speed for an adequate amount of time to produce thoroughly mixed concrete. Deliver the 1 concrete to the project in a thoroughly mixed and uniform mass, and discharge the concrete with a satisfactory degree of uniformity. 3. Truck -Mixed Concrete. Mix the concrete in a truck mixer from 70 to 100 revolutions at the mixing speed designated by the manufacturer to produce a uniform concrete mix. Deliver the concrete to the project in a thoroughly mixed and uniform mass and discharge the concrete with a satisfactory degree of uniformity. Additional mixing at the job site at the mixing speed designated by the manufacturer is allowed as long as concrete is discharged before the drum has revolved a total of 300 revolutions after the introduction of the mixing water to the cement and the aggregates. 4. Volumetric Mixer -Mixed Concrete. Unless otherwise specified or permitted, perform all mixing operations in accordance with manufacturer's recommended procedures. Provide an accurate method of measuring all ingredients by volume, and calibrate equipment to assure correct measurement of materials within the specified tolerances. Item 421 - 10 t€ �_i 5. Hand -Mixed Concrete. When permitted, for small placements of less than 2 cu. yd., mix up to a 2-sack batch of concrete by hand methods or in a small motor -driven mixer. For such placements, proportion the mix by volume or weight. F. Placing, Finishing, and Curing Concrete. Place, finish, and cure concrete in accordance with the pertinent Items. G. Sampling and Testing of Concrete. Unless otherwise specified, all fresh and hardened concrete is subject to testing as follows: 1. Sampling Fresh Concrete. Provide all material to be tested. Fresh concrete will be sampled for testing at the discharge end if using belt conveyors or pumps. When it is impractical to sample at the discharge end, a sample will be taken at the time of discharge from the delivery equipment and correlation testing will be performed and documented to ensure specification requirements are met at the discharge end. yy, 2. Testing of Fresh Concrete. a. Air Content. Tex-414-A or Tex-416-A. b. Slump. Tex-415-A. c. Temperature. Tex-422-A. d. Making and Curing Strength Specimens. Tex-447-A. 3. Testing of Hardened Concrete. Only compressive strength testing will be used unless otherwise specified or shown on the plans. a. Compressive Strength. Tex-418-A. b. Flexural Strength. Tex-448-A. c. Maturity. Tex-426-a. 4. Certification of Testing Personnel. Contractor personnel performing testing must be either ACI-certified or qualified by a Department -recognized equivalent written and performance testing program for the tests being performed. Personnel performing these tests are subject to Department approval. Use of a commercial laboratory is permitted. All personnel performing testing using the maturity method must be qualified by a training program recognized by the Department before using this method on the job. 5. Adequacy and Acceptance of Concrete. The Engineer will sample and test the fresh and hardened concrete for acceptance. The test results will be reported to the Contractor and the concrete supplier. For any concrete that fails to meet the required strengths as outlined below, investigate the quality of the materials, the concrete production operations, and other possible problem areas to determine the cause. Take necessary actions to correct the problem including redesign of the concrete mix. The Owner may suspend all concrete operations under the pertinent Items if the Contractor is unable to identify, document, and correct the cause of the low strengths in a timely manner. Resume concrete operations only after obtaining approval for any proposed corrective actions. a. Structural Concrete. For concrete classes identified as structural concrete in Table 5, the Engineer will make and test 7-day and 28-day specimens. Acceptance will be based on the design strength given in Table 5. The Engineer will evaluate the adequacy of the concrete by comparing 7-day test results to the target value established in accordance with Section 421.4.13, "Trial Batches." b. All Other Concrete. For concrete classes not identified as structural concrete in Table 5, the Engineer will make and test 7-day specimens. The Engineer will base acceptance on the 7-day target value established in accordance with Section 421.4.B, "Trial Batches." 6. Test Sample Handling. Unless otherwise shown on the plans or directed, remove forms and deliver department test specimens to curing facilities, in accordance with pertinent test procedures. Clean and prepare forms for reuse. 421.5. Measurement and Payment. The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. Item 421 - 11 Do not place mortar or grout when the air temperature is below 35°F. Protect work from rapid drying for at least 3 days after placement. Unless otherwise approved, place filter fabric with the length running up and down the slope. Ensure fabric has a minimum overlap of 2 ft. Secure fabric with nails or pins. Use nails at least 2 in. long with washers or U-shaped pins with legs at least 9 in. long. Space nails or pins at a maximum of 10 ft. in each direction and 5 ft. along the seams. Alternative anchorage and spacing may be used when approved. 1. Type R. Construct riprap as shown in Figure 1 and as shown on the plans. Place stones in a single layer with close joints so that most of their weight is carried by the earth and not by the adjacent stones. Place the upright axis of the stones at an angle of approximately 90' to the embankment slope. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. Fill open joints between stones with spalls. Place stones to create a uniform finished top surface. Do not exceed a 6-in. variation between the tops of adjacent stones. Replace, embed deeper, or chip away stones that project more than the allowable amount above the finished surface. When the plans require Type R stone riprap to be grouted, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, wet the stones thoroughly, fill the spaces between the stones with grout, and pack. Sweep the surface of the riprap with a stiff broom after grouting. Grout when specified Slope of embankment Upright axes of stone perpendicular to slope V-6" min Figure 1 Type R stone riprap, dry or grouted. 2. Type F. Dry Placement. Construct riprap as shown in Figure 2. Set the flat surface on a prepared horizontal earth bed, and overlap the underlying course to secure a lapped surface. Place the large stones first, roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. Place stone to drain water down the face of the slope. a. Item 432 - 3 i' Mortar when specified �. 1 Is N min Slope of embankment � e 1'-6" min Figure 2 Type F stone riprap, dry or mortared. b. Grouting. Construct riprap as shown in Figure 3. Size, shape, and lay large flat -surfaced stones to produce an even surface with minimal voids. Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope. Fill spaces between the larger stones with stones of suitable size, leaving the surface smooth, tight, and conforming to the contour required. Place the stones to create a plane surface with a maximum variation of 6 in. in 10 ft. from true plane. Provide the same degree of accuracy for warped and curved surfaces. Prevent earth, sand or foreign material from filling the spaces between the stones. After the stones are in place, wet them thoroughly, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. Item 432 - 4 r Grout when specified A s. Flat side up �A oA It s min_0 a I —Slope of embankment s "D E 1'-V min Figure 3 Type F stone riprap, grouted. Construct in Figure 2. Lap described for dry c. Mortaring. riprap as shown courses as placement. Before placing mortar, wet the stones thoroughly. As the larger stones are placed, bed them in fresh mortar and shove adjacent stones into contact with one another. After completing the work, spread all excess mortar forced out during placement of the stones uniformly over them to fill all voids completely. Point up all joints roughly either with flush joints or with shallow, smooth -raked joints as directed. 3. Common. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base course. Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure the finished surface presents an even, tight r 1 surface, true to the line and grades of the typical sections. When the plans require grouting common stone riprap, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, wet them thoroughly, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. Item 432 - 5 Grout when specified Multiple layers (more than one rock depth) —Slope of embankment e V-V min Figure 4 Common stone riprap, dry or grouted. 4. Protection. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the limits shown on the plans. Place stone for riprap on the bedding material to produce a reasonably well -graded mass of riprap with the minimum practicable percentage of voids. Construct the riprap to the lines and grades shown on the plans or staked in the field. A tolerance of +6 in. and —0 in. from the slope line and grades shown on the plans is allowed in the finished surface of the riprap. Place riprap to its full thickness in a single operation. Avoid displacing the bedding material. Ensure that the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well - graded distribution of stone sizes. Item 432 - 6 BMW vw�1 UNT1• r 05 '1��•� 2 times thickness min Figure 5 Protection stone riprap. C. Pneumatically Placed Concrete Riprap, Class II. Meet Item 431, "Pneumatically Placed Concrete." Provide reinforcement following the details on the plans and Item 440, "Reinforcing Steel." Support reinforcement with approved supports throughout placement of concrete. Give the surface a wood -float finish or a gun finish as directed. Immediately after the finishing operation, cure the riprap with membrane -curing compound in accordance with Item 420, "Concrete Structures." D. Cement -Stabilized Riprap. Follow the requirements of the plans and the provisions for concrete riprap except when reinforcement is not required. The Engineer will approve the design and mixing of the cement -stabilized riprap. E. Special Riprap. Construct special riprap according to the plans. 432.4. Measurement. This Item will be measured by the cubic yard of material complete in place. Volume will be computed on the basis of the measured area in place and the thickness and toe wall width shown on the plans. For stone riprap for protection, the quantity of the bedding material to be paid for will be measured by the cubic yard as computed from the measured area in place and the bedding thickness shown on the plans. 432.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Riprap" of the type, thickness, and void -filling technique (Dry, Grout, Mortar) specified, as applicable. This price is full compensation for furnishing, hauling, and placing riprap and for filter fabric, expansion joint material, concrete and reinforcing steel, grout and mortar, scales, test weights, equipment, labor, tools, and incidentals. Payment for excavation of toe wall trenches, for all necessary excavation below natural ground or bottom of excavated channel, and for shaping of slopes for riprap will be included in the unit price bid per cubic yard of riprap. When bedding is required for protection stone riprap, payment will be made at the unit price for "Bedding Material" of the thickness specified. This price is full compensation for furnishing, hauling, placing, and maintaining the bedding material until placement of the riprap cover is completed and accepted; excavation required for placement of bedding material; and equipment, scales, test weights, labor, tools, and incidentals. No payment will be made for excess thickness of bedding nor for material required to replace embankment material lost by rain wash, wind erosion, or otherwise. Item 432 - 7 ITEM 462 CONCRETE BOX CULVERTS AND STORM DRAINS 462.1. Description. Furnish, construct, and install concrete box culverts and storm drains. 462.2. Materials. A. General. Furnish materials in accordance with the following: • Item 420, "Concrete Structures" • Item 421, "Hydraulic Cement Concrete" • Item 440, "Reinforcing Steel" • Item 464, "Reinforced Concrete Pipe." Provide cast -in -place or precast, formed or machine -made, box culverts and storm drains. For culverts with overlay or a 1- to 2-course surface treatment or if the top slab is the final riding surface, use Class S concrete for top slabs of cast -in -place concrete culverts unless otherwise shown on the plans. Use Class C concrete for the rest of the culvert and for all other cast -in -place boxes. Culverts with fill do not require Class S concrete. Furnish concrete for machine -made precast boxes in accordance with ASTM C 1433. When sulfate -resistant concrete is required, do not use Class C fly ash. B. Fabrication. 1. Cast -in -Place. Meet Item 420, "Concrete Structures." 2. Formed Precast. Meet Item 424, "Precast Concrete Structures (Fabrication)." 3. Machine -Made Precast. Furnish machine -made precast boxes in accordance with ASTM C 1433. Ensure that concrete is placed uniformly in the forms. Compact by mechanical devices to ensure dense concrete. Mix concrete in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be ensured. Do not use transit -mixed concrete. C. Testing. 1. Cast -in -Place. Provide test specimens that meet Item 421, "Hydraulic Cement Concrete." 2. Formed Precast. Produce test specimens in accordance with Tex-704-I. 3. Machine -Made Precast. Make test specimens in test cylinders at the same time and in the same manner as the box sections they represent. Make a minimum of 4 test cylinders for each day's production run and each mix design. Cure test cylinders in the same manner and for the same times as the boxes they represent. Test the specimens in accordance with Tex-704-I. 4. Testing Equipment. The producer must furnish all equipment required for testing concrete for boxes produced in a precasting plant. D. Lifting Holes. For precast boxes, provide no more than 4 lifting holes in each section. Lifting holes may be cast, cut into fresh concrete after form removal, or drilled. Item 462 - 1 I Provide lifting holes of sufficient size for adequate lifting devices based on the size and weight of the box section. Do not use lifting holes larger than 3 in. in diameter. Do not cut more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when locating lift holes. Repair spalled areas around lifting holes. E. Marking. Mark precast boxes with the following: • name or trademark of the producer; • date of manufacture; • box size; • minimum and maximum fill heights; and • match marks for proper installation, when required, under Section 462.2.17, "Tolerances." For boxes without lifting holes, mark 1 end of each box section on the inside and outside walls to indicate the top or bottom as it will be installed. Indent markings into the box section or paint them on each box with waterproof paint. F. Tolerances. Ensure that precast sections of either type meet the following requirements: • The inside vertical and horizontal dimensions do not vary from plan requirements by more than 1/2 in. or 1%, whichever is greater. • The horizontal or vertical plane at each end of the box section does not vary from perpendicular by more than 1/2 in. or 1%, whichever is greater, measured on the inside faces of the section. • The sides of a section at each end do not vary from being perpendicular to the top and bottom by more than 1/2 in. or 1%, whichever is greater, when measured diagonally between opposite interior corners. Ensure that wall and slab thicknesses are not less than shown on the plans except for occasional deficiencies not greater than 1/4 in. or 5%, whichever is greater. If proper jointing is not affected, thicknesses in excess of plan requirements are acceptable. Deviations from the above tolerances will be acceptable if the sections can be fitted at the plant or job site and the joint opening at any point does not exceed 1 in. Use match marks for proper installation on sections that have been accepted in this manner. G. Defects and Repair. Fine cracks on the surface of the member that do not extend to the plane of the nearest reinforcement are acceptable unless the cracks are numerous i and extensive. Repair cracks that extend into the plane of the reinforcing steel in an approved manner. Excessive damage, honeycomb, or cracking will be subject to structural review. The Engineer may accept boxes with repairs that are sound, properly finished, and cured in conformance with pertinent specifications. When fine cracks on the surface indicate poor curing practices, discontinue further production of precast sections until corrections are made and proper curing is provided. 1-1 Ll H. Storage and Shipment. Store precast sections on a level surface. Do not place any load on the sections until design strength is reached and curing is complete. Shipment of sections is permissible when the design strength and curing requirements have been met. Item 462 - 2 U 462.3. Construction. A. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures," except where jacking, boring, or tunneling methods are shown on the plans or are permitted. Jack, bore, or tunnel in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." For all box structures where joints consist of materials other than mortar, immediate backfilling is permitted. Take precautions in placing and compacting the backfill to avoid any movement of the boxes or damage to the joints. Remove and replace boxes damaged by the Contractor at no expense to the Department. B. Placement of Boxes. When precast boxes are used to form multiple barrel structures, place the box sections in conformance with the plans or as directed. Place material to be used between barrels as shown on the plans or as directed. Unless otherwise authorized, start the laying of boxes on the bedding at the outlet end and proceed toward the inlet end with the abutting sections properly matched. Fit, match, and lay the boxes to form a smooth, uniform conduit true to the established lines and grades. For trench installations, lower the box sections into the trench without damaging the box or disturbing the bedding and the sides of the trench. Carefully clean the ends of the box before it is placed. Prevent the earth or bedding material from entering the box as it is laid. Remove and re -lay, without extra compensation, boxes that are not in alignment or that show excessive settlement after laying. Form and place cast -in - place boxes in accordance with Item 420, "Concrete Structures." C. Jointing. Unless otherwise shown on the plans, use any of the jointing materials in accordance with the jointing requirements specified in Item 464, "Reinforced Concrete Pipe." D. Connections and Stub Ends. Make connections of boxes to existing boxes, pipes, storm drains, or storm drain appurtenances as shown on the plans. Mortar or concrete the bottom of existing structures if necessary to eliminate any drainage pockets created by the connections. Connect boxes to any required headwalls, wingwalls, safety end treatments or riprap, or other structures as shown on the plans or as directed. Repair any damage to the existing structure resulting from making the connections. Finish stub ends for connections to future work not shown on the plans by installing watertight plugs into the free end of the box. For precast boxes, fill lifting holes with mortar or concrete and cure. Precast concrete or mortar plugs may be used. 462.4. Measurement. This Item will be measured by the foot. Measurement will be made between the ends of the culvert or storm drain along the flow line, not including safety end treatments. Safety end treatments will be measured in accordance with Item 467, "Safety End Treatment." Measurement of spurs, branches, or new connection box section will be made from the intersection of the flow line with the outside surface of the structure into which it connects. Where inlets, headwalls, wingwalls, catch basins, manholes, junction chambers, or other structures are included in lines of culverts or storm drains, the length of box section tying into the structure wall will be included for measurement, but no other portion of the structure length or width will be included. Item 462 - 3 The measured length of multiple barrel structures will be the sum of the lengths of the barrels. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2, "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 462.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Concrete Box Culvert" of the size specified. This price is full compensation for constructing, furnishing, and transporting sections; preparation and shaping of the bed; backfill material between box sections; jointing of sections; jointing material; cutting of sections on skew or slope; connections to new or existing structures; breaking back, removing and disposing of portions of the existing structure and replacing portions of the existing structure as required to make connections; concrete and reinforcing steel; and equipment, labor, materials, tools, and incidentals. Protection methods for excavations greater than 5 t. deep will be measured and paid for as required under Item 402, "Trench Excavation Protection," or Item 403, "Temporary } Special Shoring." Excavation, shaping, bedding, and backfill will be paid for in accordance with Item 400, "Excavation and Backfill for Structures." When jacking, boring, or tunneling is used at the Contractor's option, payment will be made under this Item. When jacking, boring, or tunneling is required, payment will be made under Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Item 462 - 4 ITEM 464 REINFORCED CONCRETE PIPE 464.1. Description. Furnish and install reinforced concrete pipe, materials for precast concrete pipe culverts, or precast concrete storm drain mains, laterals, stubs, and inlet leads. 464.2. Materials. A. Fabrication. Provide precast reinforced concrete pipe that conforms to the design shown on the plans and to the following: • ASTM C 76 or ASTM C 655 unless otherwise shown on the plans for circular pipe, or • ASTM C 506 for arch pipe, or • ASTM C 507 for horizontal elliptical pipe. Provide precast concrete pipe that is machine -made or cast by a process that will provide for uniform placement of the concrete in the form and compaction by mechanical devices that will assure a dense concrete. Mix concrete in a central batch plant or other approved batching facility where the quality and uniformity of the concrete is assured. Do not use transit -mixed concrete for precast concrete pipe. When sulfate -resistant concrete is required, do not use Class C fly ash. Do not place more than 2 holes for lifting and placing in the top section of precast pipe. Cast, cut, or drill the lifting holes in the wall of the pipe. The maximum hole diameter is 3 in. at the inside surface of the pipe wall and 4 in. at the outside surface. Do not cut more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when locating lift holes. B. Design. 1. General. The class and D-load equivalents are shown in Table 1. Furnish arch pipe in accordance with ASTM C 506 and the dimensions shown in Table 2. Furnish horizontal elliptical pipe in accordance with ASTM C 507 and the dimensions shown in Table 3. For arch pipe and horizontal elliptical pipe the minimum height of cover required is 1 ft. Item 464 - 1 Table 1 Circular Pipe A CTM C 76 Rt A CTM C 6.55 Class D-Load I 800 II 1,000 III 1,350 IV 2,000 V 3,000 Table 2 Arch Pipe Design Size Equivalent Rise Span Diameter (in.) (in.) (in.) 1 18 13-1/2 22 2 21 15-1/2 26 3 24 18 28-1/2 4 60 22-1/2 36-1/4 5 36 26-5/8 43-3/4 6 42 31-5/16 51-1/8 7 48 36 58-1/2 8 54 40 65 9 60 45 73 10 72 54 88 Table 3 Anri7nntni F.11intien] Pine Design Size Equivalent Diameter in. Rise in. Span in. 1 18 14 23 2 24 19 30 3 27 22 34 4 30 24 38 5 33 27 42 6 36 29 45 7 39 32 49 8 42 34 53 9 48 38 60 10 54 43 68 it 2. Jacking, Boring, or Tunneling. Design pipe for jacking, boring, or tunneling considering the specific installation conditions such as the soil conditions, installation methods, anticipated deflection angles, and jacking stresses. When requested, provide design notes and drawings signed and sealed by a Texas licensed professional engineer. C. Physical Test Requirements. Acceptance of the pipe will be determined by the results of the following tests: rill • material tests required in ASTM C 76, C 655, C 506, or C 507, • absorption tests in accordance with ASTM C 497, • three -edge bearing tests in accordance with ASTM C 497 (Perform 3-edge bearing tests on 1 pipe 1 for each 300 pipes or fraction thereof for each design or shape, size, class, or D-load produced H within 30 calendar days. Test for the load to produce a 0.01-in. crack or 15% in excess of the required D-load, whichever is less. Test the pipe to ultimate load if so directed. Tested pipe that satisfies the requirements of Section 464.2.F., "Causes for Rejection," may be used for construction. As an alternate to the 3-edge bearing test, concrete pipe 54 in. in diameter and larger t may be accepted on the basis of compressive strength of cores cut from the wall of the pipe. The Item 464 - 2 manufacturer must determine the compressive strength of the samples. Obtain, cure, prepare, and test the cores in accordance with ASTM C 497. The manufacturer must plug and seal core holes in the pipe wall after testing.), and • inspection of the finished pipe to determine its conformance with the required design and its freedom from defects. D. Marking. Clearly mark the following information on each section of pipe: • class or D-load of pipe, • ASTM designation, • date of manufacture, • name or trademark of the manufacturer, and • pipe to be used for jacking and boring. For pipe with elliptical reinforcement, clearly mark 1 end of each section during the process of manufacture or immediately thereafter. Mark the pipe on the inside and the outside of opposite walls to show the location of the top or bottom of the pipe as it should be installed unless the external shape of the pipe is such that the correct position of the top and bottom is obvious. Mark the pipe section by indenting or painting with waterproof paint. E. Inspection. Provide facilities and access to allow for inspection regarding the quality of materials, the process of manufacture, and the finished pipe at the pipe manufacturing plant. In addition, provide access for inspection of the finished pipe at the project site before and during installation. F. Causes for Rejection. Individual sections of pipe may be rejected for any of the following: • fractures or cracks passing through the shell, with the exception of a single end crack that does not exceed the depth of the joint; • defects that indicate imperfect proportioning, mixing, and molding; ` • surface defects indicating honeycombed or open texture; • damaged ends where such damage would prevent making a satisfactory joint; • any continuous crack having a surface width of 0.01 in. or more and extending for a length of 12 in. or more. G. Repairs. Make repairs if necessary because of occasional imperfections in manufacture or accidental damage during handling. The Engineer may accept pipe with repairs that are sound, properly finished, t and cured in conformance with pertinent specifications. H. Rejections. Allow access for the marking of rejected pipe. Rejected pipe will be plainly marked by the Engineer by painting colored spots over the Department monogram on the inside wall of the pipe and on the top outside wall of the pipe. The painted spots will be no larger than 4 in. in diameter. The rejected pipe will not be defaced in any other manner. Remove the rejected pipe from the project and replace with pipe meeting the requirements of this Item. I. Jointing Materials. Use any of the materials described herein for the making of joints, unless otherwise shown on the plans. Furnish a manufacturer's certificate of compliance for all jointing materials except mortar. 1. Mortar. Provide mortar for joints that meets the requirements of Section 464.3.C, "Jointing." 2. Cold -Applied, Plastic Asphalt Sewer Joint Compound. Provide a material that consists of natural or processed asphalt base, suitable volatile solvents, and inert filler. The consistency is to be such that the ends of the pipe can be coated with a layer of the compound up to 1/2 in. thick by means of a trowel. Provide a joint compound that cures to a firm, stiff plastic condition after application. Provide a material of a uniform mixture. If any small separation occurs in the container, stir to a uniform mix before using. Provide a material that meets the requirements of Table 4 when tested in accordance with Tex-526-C. Item 464 - 3 Table 4 Cold -Applied, Plastic Asphalt Sewer Joint Compound Material Requirements Composition Analysis Asphalt base, 100%—% volatiles—% ash, %by wei ht 28-45 Volatiles, 212°F evaporation, 24 hr., % by weight 10-26 Mineral matter, determined as ash, % by weight 30-55 Consistency, cone penetration, 150 q, 5 sec., 77°F 150-275 3. Rubber Gaskets. Provide gaskets that conform to ASTM C 361 or C 443. Meet the requirements of ASTM C 443 for design of the joints and permissible variations in dimensions. 4. Pre -Formed Flexible Joint Sealants. Pre -formed flexible joint sealants may be used for sealing joints of tongue -and -groove concrete pipe. Provide flexible joint sealants that meet the requirements of ASTM C 990. Use flexible joint sealants that do not depend on oxidizing, evaporating, or chemical action for its adhesive or cohesive strength. Supply in extruded rope form of suitable cross section. Provide a size of the pre -formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint. Flexible joint sealants must be protected by a suitable wrapper, and the jointing material must maintain integrity when the wrapper is removed. 464.3. Construction. A. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfll for Structures," except where jacking, boring, or tunneling methods are permitted. Jack, bore, or tunnel the pipe in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." If joints consist of materials other than mortar, immediate backfilling is permitted. Take special precautions in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. Unless otherwise shown on the plans or permitted in writing, do not use heavy earth -moving equipment to haul over the structure until a minimum of 4 ft. of permanent or temporary compacted fill has been placed over the structure. Remove and replace pipe damaged by the Contractor at no expense to the Department. B. Laying Pipe. Unless otherwise authorized, start the laying of pipe on the bedding at the outlet end with the spigot or tongue end pointing downstream, and proceed toward the inlet end with the abutting sections properly matched, true to the established lines and grades. Fit, match, and lay the pipe to form a smooth, uniform conduit. Where bell -and -spigot pipe is used, cut cross trenches in the foundation to allow the barrel of the pipe to rest firmly upon the bedding. Do not cut cross trenches more than 2 in. larger than the bell ends of the pipe. Lower sections of pipe into the trench without damaging the pipe or disturbing the bedding and the sides of the trench. Carefully clean the ends of the pipe before the pipe is placed. Prevent the earth or bedding material from entering the pipe as it is laid. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, lay the pipe in the trench so that the markings for the top or bottom are not more than 5° from the vertical plane through the longitudinal axis of the pipe. Remove and re -lay, without extra compensation, pipe that is not in alignment or that shows excessive settlement after laying. Lay multiple lines of reinforced concrete pipe with the centerlines of the individual barrels parallel. Unless otherwise shown on the plans, use the clear distances between outer surfaces of adjacent pipes shown in Table 5. For arch pipe or horizontal elliptical pipe use the equivalent diameter from Table 2 or Table 3 to determine the clear distance requirement in Table 5. h, Item 464 - 4 Table 5 Minimum Clear Distance between Pines Equivalent Diameter Min. Clear Distance 18 in. 9 in. 24 in. 11 in. 30 in. 1 ft. 1 in. 36 in. 1 ft. 3 in. 42 in. 1 ft. 5 in. 48 in. 1 ft. 7 in. 54 in. 1 ft. 11 in. 60 to 84 in. 2 ft. C. Jointing. Make available an appropriate rolling device similar to an automobile mechanic's "creeper" for conveyance through small -size pipe structures. Joints Sealed with Hydraulic Cement Mortar. Use mortar consisting of 1 part cement, 2 parts sand, and enough water to make a plastic mix. Clean and wet the pipe ends before making the joint. Plaster the lower half of the bell or groove and the upper half of the tongue or spigot with mortar. After the pipes are tightly jointed, pack mortar into the joint from both inside and outside the pipe. Finish the inside smooth and flush with adjacent joints of pipe. For tongue -and -groove joints, form a bead of semicircular cross section over the joint outside the pipe, extending at least 1 in. on each side of the joint. For bell -and -spigot joints, form the mortar to a 45' fillet between the outer edge of the bell and the spigot. Cure mortar joints by keeping the joints wet for at least 48 hr. or until the backfill has been completed, whichever comes first. When mortar joints are used, do not place fill or backfill until the jointing material has cured for at least 6 hr. Do not conduct jointing when the atmospheric temperature is at or below 40°F. Protect mortared joints against freezing by backfilling or other approved methods for at least 24 hr. Driveway culverts do not require mortar banding on the outside of the pipe. With approval, pipes that are large enough for a person to enter may be furnished with the groove between 1/2 in. and 3/4 in. longer than the tongue. Such pipe may be laid and backfilled without mortar joints. After the backfilling has been completed, clean the space on the interior of the pipe between the end of the tongue and the groove of all foreign material, thoroughly wet and fill with mortar around the entire circumference of the pipe, and finish flush. 2. Joints Using Cold -Applied, Plastic Asphalt Sewer Joint Compound. Ensure that both ends of the pipes are clean and dry. Trowel or otherwise place a 1/2-in.-thick layer of the compound in the groove end of the pipe covering at least 2/3 of the joint face around the entire circumference. Next, shove home the tongue end of the next pipe with enough pressure to make a tight joint. After the joint is made, remove any excess mastic projecting into the pipe. Backfill after the joint has been inspected and approved. 3. Joints Using Rubber Gaskets. Make the joint assembly according to the recommendations of the gasket manufacturer. When using rubber gaskets, make joints watertight. Backfill after the joint has been inspected and approved. 4. Joints Using Pre -Formed Flexible Joint Sealants. Install pre -formed flexible joint sealants in accordance with the manufacturer's recommendations. Place the joint sealer so that no dirt or other deleterious materials come in contact with the joint sealing material. Pull or push home the pipe with enough force to properly seal the joint. Remove any joint material pushed out into the interior of the pipe that would tend to obstruct the flow. When the atmospheric temperature is below 60°F, store pre -formed flexible joint sealants in an area warmed to above 70°F or artificially warm to this temperature in an approved manner. Apply flexible joint sealants to pipe joints immediately before placing pipe in trench, and then connect pipe to previously laid pipe. Backfill after the joint has been inspected and approved. D. Connections and Stub Ends. Make connections of concrete pipe to existing pipes, pipe storm drains, or storm drain appurtenances as shown on the plans. Item 464 - 5 Mortar or concrete the bottom of existing structures if necessary to eliminate any drainage pockets created by the connections. Repair any damage to the existing structure resulting from making the connections. Unless otherwise shown in the plans, make connections between concrete pipe and corrugated metal pipe with a suitable concrete collar having a minimum thickness of 4 in. Finish stub ends for connections to future work not shown on the plans by installing watertight plugs into the free end of the pipe. Fill lift holes with concrete, mortar, or precast concrete plugs after the pipe is in place. 464.4. Measurement. This Item will be measured by the foot. Measurement will be made between the ends of the pipe barrel along the flow line, not including safety end treatments. Safety end treatments will be measured in accordance with Item 467, "Safety End Treatment." Pipe that will be jacked, bored, or tunneled will be measured in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Measurement of spurs, branches, or new connecting pipe will be made from the intersection of the flow line with the outside surface of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of pipe, the length of pipe tying into the structure wall will be included for measurement, but no other portion of the structure length or width will be included. For multiple pipes, the measured length will be the sum of the lengths of the barrels. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2. "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 464.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Reinforced Concrete Pipe," "Reinforced Concrete Pipe (Arch)," or "Reinforced Concrete Pipe (Elliptical)" of the size and D-load specified or of the size and class specified. This price is full compensation for constructing, furnishing, transporting, placing, and joining pipes; shaping the bed; cutting pipes on skew or slope; connecting to new or existing structures; breaking back, removing, and disposing of portions of the existing structure; replacing portions of the existing structure; cutting pipe ends on skew or slope; and equipment, labor, tools, and incidentals. Protection methods for excavations greater than 5 ft. deep will be measured and paid for as required under Item 402, "Trench Excavation Protection," or Item 403, "Temporary Special Shoring." Excavation, shaping, bedding, and backfill will be paid for in accordance with Item 400, "Excavation and Backfill for Structures." When jacking, boring, or tunneling is used at the Contractor's option, payment will be made under this Item. When jacking, boring or tunneling is required, payment will be made under Item 476, "Jacking, Boring or Tunneling Pipe or Box." Item 464 - 6 i j ITEM 585 RIDE QUALITY FOR PAVEMENT SURFACES 585.1. Description. Measure and evaluate the ride quality of pavement surfaces. 585.2. Equipment. A. Surface Test Type A. Provide a 10-ft. straightedge. B. Surface Test Type B. Provide a high-speed or lightweight inertial profiler, certified at the Texas Transportation Institute. Provide the Engineer with equipment certification documentation. Display a current decal on the equipment indicating the certification expiration date. Use a certified profiler operator from the Construction Division's approved list. When requested, furnish the Engineer documentation for the person certified to operate the profiler. C. Diamond Grinding Equipment. When grinding is required, provide self-propelled powered grinding equipment that is specifically designed to smooth and texture pavements using circular diamond blades. Provide equipment with automatic grade control capable of grinding at least 3 ft. of width longitudinally in each pass without damaging the pavement. 585.3. Work Methods. Measure and evaluate profiles using Surface Test Types A and B on surfaces as described below unless otherwise shown on the plans. A. Transverse Profile. Measure the transverse profile of the finished riding surface in accordance with Surface Test Type A. B. Longitudinal Profile. Measure the longitudinal profile of the surface, including horizontal curves. 1. Travel Lanes. Unless otherwise shown on the plans, use Surface Test Type B on the finished riding surface of all travel lanes except as follows. a. Service Roads and Ramps. Use Surface Test Type A on service roads and ramps unless Surface Test Type B is shown on the plans. b. Short Projects. Use Surface Test Type A when project pavement length is less than 2,500 ft. unless otherwise shown on the plans. c. Bridge Structures. For span type bridge structures, approach slabs, and the 100 ft. leading into and away from such structures, measure the profile in accordance with the pertinent item or use Surface Test Type A. d. Leave -out Sections. Use Surface Test Type A for areas listed on the plans as leave -out sections. e. Ends. Use Surface Test Type A on the first and last 100 ft. of the project pavement length. 2. Shoulders and Other Areas. Use Surface Test Type A for shoulders and all other areas including intermediate pavement layers. C. Profile Measurements. Measure the finished surface in accordance with Surface Test Type A or B in accordance with Section 585.3.A, "Transverse Profile"; Section 585.3.13, "Longitudinal Profile"; and the plans. 1. Surface Test Type A. Test the surface with a 10-ft. straightedge at locations selected by the Engineer. 2. Surface Test Type B. a. Quality Control (QC) Testing. Perform QC tests on a daily basis throughout the duration of the project. Use a 10-ft. straightedge, inertial profiler, profilograph, or any other means to perform QC tests. b. Quality Assurance (QA) Testing. Perform QA tests using either a high-speed or lightweight inertial profiler. Coordinate with and obtain authorization from the Engineer before starting QA testing. Perform QA tests on the finished surface of the completed project or at the completion of a major stage of construction as approved by the Engineer. Perform QA tests within 7 days after receiving authorization. Item 585 - 1 The Engineer may require QA testing to be performed at times of off-peak traffic flow. Operate the inertial profiler in a manner that does not unduly disrupt traffic flow as determined by the Engineer. When using a lightweight inertial profiler to measure a surface that is open to traffic, use a moving traffic control plan in accordance with Part 6 of the TMUTCD and the plans. In accordance with Tex- 1001-5, operate the inertial profiler and deliver test results to the Engineer within 24 hr. of testing. Provide all profile measurements to the Engineer in electronic data files using the format specified in Tex-1001-5. (1) Verification Testing. Within 10 working days after the Contractor's QA testing is completed for the project or major stage of construction, the Engineer may perform ride quality verification testing. When the Department's profiler produces an overall average international roughness index (IRI) value that is more than 3.0 in. per mile higher than the value calculated using Contractor data, the Engineer will decide whether to accept the Contractor's data, use the Department's data, use an average of both parry's data, or request a referee test. Referee testing is mandatory if the difference is greater than 6.0 in. per mile. (2) Referee Testing. The Construction Division will conduct referee testing, and their results are final. The Construction Division may require recertification for the Contractor's or Department's inertial profiler. D. Acceptance Plan and Pay Adjustments. The Engineer will evaluate profiles for determining acceptance, bonus, penalty, and corrective action. 1. Surface Test Type A. Use diamond grinding or other methods approved by the Engineer to correct surface areas that have more than 1/8-in. variation between any 2 contacts on a 10-ft. straightedge. For asphalt concrete pavements, fog seal the aggregate exposed from diamond grinding. Following correction, retest the area to verify compliance with this Item. 2. Surface Test Type B. The Engineer will use the QA test results and the corresponding values in Table 1 to determine pay adjustments for ride quality using Department software. IRI values will be calculated using the average of both wheel paths. When taking corrective actions to improve a deficient 0.1-mi. section, pay adjustments will be based on the data obtained from reprofiling the corrected area. a. IRI Pay Adjustment for 0.1-mi. Sections. Unless pay adjustment Schedule 1 or 2 is shown on the plans, Schedule 3 from Table 1 will be used to determine the level of bonus or penalty for each 0.1-mi. section on the project. When Schedule 3 is specified, no associated bonuses will be paid for any 0.1-mi. section that contains localized roughness. b. IRI Deficient 0.1-mi. Sections. When pay adjustment Schedule 1 or 2 is specified, use diamond grinding or other approved work methods to correct any 0.1-mi. section with an average IRI over 95.0 in. per mile (IRI deficient). Correct the deficient section to an IRI of 65 in. per mile or less when Schedule 1 is specified and to an IRI of 75 in. per mile or less when Schedule 2 is specified. After making corrections, reprofile the pavement section to verify that corrections have produced the required improvements. Associated bonuses apply when successful corrective action improves the IRI of a deficient 0.1-mi. section. (1) Hydraulic Concrete Pavement. Use diamond grinding to correct deficient 0.1-mi. sections. (2) Asphalt Concrete Pavement. For asphalt concrete pavement, the Engineer may assess a $3,000 penalty per 0.1-mi. section instead of requiring corrective action. Use diamond grinding or other approved methods to correct deficient 0.1-mi. sections. If corrective action does not produce the required improvement, the Engineer may require continued corrective action, assess the pertinent schedule penalty if the reprofiled IRI is 95 in. per mile or less, or assess the $3,000 penalty if the reprofiled IRI is greater than 95 in. per mile. Fog seal the aggregate exposed from diamond grinding or other corrective methods allowed. c. Localized Roughness. Localized roughness will be measured using an inertial profiler in accordance with Tex-1001-S. The Engineer will determine areas of localized roughness using the average profile from both wheel paths. Item 585 - 2 G' 11 The Engineer may waive localized roughness requirements for deficiencies resulting from manholes or other similar appurtenances near the wheel path. (1) Corrective Action. When Schedule 1 or 2 is specified, use diamond grinding or other approved methods to remove localized roughness. When Schedule 3 is specified, use a 10-ft. straightedge to further evaluate areas with localized roughness, and use diamond grinding or other approved methods to correct areas that have more than 1/8-in. variation between any 2 contacts on the straightedge. For asphalt concrete pavements, fog -seal the aggregate exposed from diamond grinding. Reprofile the corrected area, and provide the Engineer the results that show the corrective action was successful. For asphalt concrete pavement, if the corrective action is not successful, the Engineer will require continued corrective action or assess a localized roughness penalty. (2) Localized Roughness Penalty Assessed. For asphalt concrete pavement, in lieu of corrective action, the Engineer may assess a penalty for each occurrence of localized roughness. No more than 1 penalty will be assessed for any 5 ft. of longitudinal distance. No localized roughness penalties will be assessed in deficient 0.1-mi. sections where the Engineer elects to asses the $3,000 penalty instead of corrective action. For Schedule 1, a localized roughness penalty of $500 per occurrence will be assessed. For Schedule 2, a localized roughness penalty of $250 per occurrence will be assessed. For Schedule 3, localized roughness penalties will not be assessed. 585.4. Measurement and Payment. The work performed, materials furnished, certification and recertification, traffic control for all testing, materials and work needed for corrective action, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. Sections shorter than 0.1 mi'. and longer than 50 ft. will be prorated in accordance with Tex-1001-S. Item 585 - 3 Table 1 Pav Adjustment Schedules for Ride Oualitv Average IRI for each 0.10 mi. of Traffic Lane in. / mi. Pay Adjustment $/0.10 mi. of Traffic Lane Schedule 1 Schedule 2 Schedule 3 < 30 600 600 300 30 600 600 300 31 580 580 290 32 560 560 280 33 540 540 270 34 520 520 260 35 500 500 250 36 480 480 240 37 460 460 230 38 440 440 220 39 420 420 210 40 400 400 200 41 380 380 190 42 360 360 180 43 340 340 170 44 320 320 160 45 300 300 150 46 280 280 140 47 260 260 130 48 240 240 120 49 220 220 110 50 200 200 100 51 180 180 90 52 160 160 80 53 140 140 70 54 120 120 60 55 100 100 50 56 80 80 40 57 60 60 30 58 40 40 20 59 20 20 10 60 0 0 0 61 0 0 0 Item 585 - 4 Table I (continued) Pay Adiustment Schedules for Ride Quality Average IRI for each 0.10 mi. of Traffic Lane in./mi. Pay Adjustment $/0.10 mi. of Traffic Lane Schedule 1 Schedule 2 Schedule 3 62 0 0 0 63 0 0 0 64 0 0 0 65 0 0 0 66 —20 0 0 67 —40 0 0 68 —60 0 0 69 —80 0 0 70 —100 0 0 71 —120 0 0 72 —140 0 0 73 —160 0 0 74 =180 0 0 75 —200 0 0 76 —220 —20 0 77 —240 —40 0 78 —260 —60 0 79 —280 —80 0 80 —300 —100 0 81 —320 —120 0 82 —340 —140 0 83 —360 —160 0 84 —380 —180 0 85 —400 —200 0 86 —420 —220 0 87 —440 —240 0 88 —460 —260 0 89 —480 —280 0 90 —500 —300 0 91 —520 —320 0 92 —540 —340 0 93 —560 0 0 94 -580t777710 0 Item 585 - 5 Table 1 (continued) P%v Adiustment Cehednles far Ride nnnlity Average IRI for Pay Adjustment each 0.10 mi. of $/0.10 mi. of Traffic Lane Traffic Lane in./mi. Schedule 1 Schedule 2 Schedule 3 95 —600 —400 0 > 95 Corrective Corrective Not Applicable Action Action Item 585 - 6 ITEM 610 ROADWAY ILLUMINATION ASSEMBLIES 610.1. Description. • Installation. Furnish, fabricate, and erect roadway illumination assemblies. • Relocation. Remove and relocate existing roadway illumination assemblies. • Removal. Remove existing roadway illumination assemblies. 610.2. Materials. Provide new materials that comply with the details shown on the plans, the requirements of this pY P q Item, and the pertinent requirements of the following Items: • Item 441, "Steel Structures" • Item 442, "Metal for Structures" • Item 445, "Galvanizing" • Item 446, "Cleaning and Painting Steel" • Item 449, "Anchor Bolts" ' • Item 620, "Electrical Conductors." Furnish light fixtures from new materials that comply with DMS-11010, "Roadway Illumination Light Fixtures." Provide light fixtures from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified roadway illumination light fixture manufacturers. Provide shop drawings of the complete assembly in accordance with the plans. Hot -dip galvanize fabricated pole sections and associated parts in accordance with Item 445, "Galvanizing." Punch or drill holes in steel parts or members, when allowed, before galvanizing. Paint poles, when shown on the plans, in accordance with Item 446, "Cleaning and Painting Steel." 610.3. Construction. Perform work in accordance with the details shown on the plans and the requirements of this Item. Sample fixtures for testing in accordance with Tex -I I I0-T. Use established industry and utility safety practices when installing, relocating, or removing poles or luminaires located near overhead or underground utilities. Consult with the appropriate utility company before beginning work. Prevent scarring or marring of the poles, mast arms, and fixtures. Replace damaged components. Repair damaged galvanizing in accordance with Section 445.3.1), "Repairs." Repair damaged painted areas of a roadway illumination assembly in accordance with Item 446, "Cleaning and Painting Steel." Stake, install, and align each roadway illumination assembly as shown on the plans. The Department may shift an assembly's location, if necessary, to secure a more desirable location or to avoid conflict with utilities. A. Installation. Fabricate and install roadway illumination assembly components in accordance with the details, dimensions, and requirements shown on the plans. Do not use screw -in type foundations. Install anchor bolts and coat anchor bolt threads in accordance with Item 449, "Anchor Bolts." Erect structures after foundation concrete has attained its design strength as required on the plans and Item 421, "Hydraulic Cement Concrete." Tighten anchor bolts for poles with shoe bases in accordance with Item 449, "Anchor Bolts." Do not place grout between base plate and foundation. Test installed roadway illumination assemblies in accordance with Item 616, "Performance Testing of Lighting Systems." B. Relocation. Relocate roadway illumination assembly components in accordance with the details, dimensions, and requirements shown on the plans. Do not use screw -in type foundations. Install existing structures on new foundations in accordance with Section 610.3.A, "Installation." Do not place grout between base plate and foundation. Test installed roadway illumination assemblies in accordance with Item 616, "Performance Testing of Lighting Systems." Disconnect and remove conductors from abandoned circuits. Remove abandoned conduit or ducts to a point 6 in. below final grade. Reconnect conduit, ducts, and conductors to be reused. Replace damaged conduit, ducts, and conductors. Item 610 - 1 Unless otherwise shown on the plans, remove abandoned concrete foundations and replace surfacing in, accordance with Section 610.3.C, "Removal." Do not remove existing concrete bridge lighting brackets. Furnish and install new internal conductors, fused and unfused connectors, and lamps. Furnish and install new transformer bases that meet AASHTO and plan requirements when relocating transformer base poles. Destroy existing transformer bases to prevent reuse. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. C. Removal. Remove roadway illumination assembly components in accordance with established industry and utility safety practices. Remove transformer bases from transformer base poles. Remove luminaires and mast arms from the pole shaft. Stockpile pole shafts, mast arms, and assembly hardware at a location designated by the Department. Pole shafts, mast arms, and assembly hardware will remain Department property unless otherwise shown on the plans or directed. Disconnect and remove conductors from abandoned circuits. Remove abandoned conduit and ducts to a point 6 in. below final grade. Destroy existing transformer bases to prevent reuse. Remove abandoned concrete foundations to a point 2 ft. below final grade. Backfill the hole with material that is equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. Do not remove existing concrete bridge lighting brackets. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. Item 610 - 2 ITEM 618 CONDUIT 618.1. Description. Furnish and place conduit. 618.2. Materials. Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of Item 622, "Duct Cable." When specified in the plans, provide: • rigid metal (RM) conduit that is hot -dip galvanized inside and outside with a minimum of 1.5 oz. per square foot of a zinc coating in accordance with Item 445, "Galvanizing"; • electrical metallic tubing (EMT) and intermediate metal conduit (IMC) that is steel, galvanized on the outside, and protected on the inside with a suitable corrosion -resistant material; • polyvinyl chloride (PVC) conduit that meets the requirements of NEMA Standard TC-2, UL 651, and the NEC; • high -density polyethylene (HDPE) conduit without factory -installed conductors that meets the requirements of Item 622, "Duct Cable"; or • flexible conduit that is liquid -tight. Furnish conduit from new materials that comply with DMS-11030, "Conduit." Provide conduit from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified electrical conduit manufacturers. Unless otherwise shown on the plans, fabricate fittings such as junction boxes and expansion joints from a material similar to the connecting conduit. Use watertight fittings. Do not use set screw and pressure -cast fittings. Steel compression fittings are permissible. When using HDPE conduit, provide fittings that are UL-listed as electrical conduit connectors or thermally fused using an electrically heated wound wire resistance welding method. Use red 3-in. 4-mil polyethylene underground warning tape that continuously states "Caution Buried Electrical Line Below." 618.3. Construction. Place conduit in accordance with the lines, grades, details, and dimensions shown on the plans or as directed. Install conduit a minimum of 18 in. deep underground unless otherwise shown on the plans. Meet the requirements of the NEC when installing conduit. Secure and support conduit placed for concrete encasement in such a manner that the alignment will not be disturbed during placement of the concrete. Cap ends of conduit and close box openings before concrete is placed. Ream conduit to remove burrs and sharp edges. Use a standard conduit cutting die with a 3/4-in. taper per foot when conduit is threaded in the field. Fasten conduit placed on structures with conduit straps or hangers as shown on the plans or as directed. Fasten conduit within 3 ft. of each box or fitting and at other locations shown on the plans or as directed. Use metal conduit clamps that are galvanized malleable or stainless steel unless otherwise shown on the plans. Use 2-hole type clamps for 2-in. diameter or larger conduit. Fit PVC and HDPE conduit terminations with bushings or bell ends. Fit metal conduit terminations with a grounding type bushing, except conduit used for duct cable casing that does not terminate in a ground box and is not exposed at any point. Conduit terminating in threaded bossed fittings does not need a bushing. Prior to installation of conductors or final acceptance, pull a spherical template having a diameter of at least 75% of the inside diameter of the conduit through the conduit to ensure that the conduit is free from obstruction. Cap or plug empty conduit placed for future use. Perform trench excavation and backfilling as shown on the plans or as directed and in accordance with Item 400, "Excavation and Backfill for Structures." Excavation and backfilling will be subsidiary to the installation of the conduit. Jack and bore as shown on the plans or as directed, and in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe." Item 618 - 1 Place warning tape approximately 10 in. above trenched conduit. Where existing surfacing is removed for placing conduit, repair by backfiiling with material equal in composition and density to the surrounding areas and by replacing any removed surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition. Mark conduit locations as directed. Item 618 - 2 ITEM 620 ELECTRICAL CONDUCTORS 620.1. Description. Furnish and place electrical conductors, except conductors specifically covered by other Items. t_ 620.2. Materials. Provide new materials that comply with the details shown on the plans and the requirements of this Item. Use stranded insulated conductors that are rated for 600 volts; approved for wet locations; and marked in accordance with UL, NEC, and CSA requirements. Furnish electrical conductors in accordance with DMS-11040, "Electrical Conductors." Provide electrical conductors from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified electrical conductor manufacturers. Ensure that all grounding conductors size AWG No. 8 and larger are stranded, except for the grounding electrode conductor, which will be a solid conductor. Use white insulation for grounded (neutral) conductors, except that grounded conductors AWG No. 8 and larger may be black with white tape marking at every accessible location. Do not use white insulation or marking for any other conductor except control wiring specifically shown on the plans. Ensure that insulated grounding conductors are green except that insulated grounding conductors AWG No. 8 and larger may be black with green tape marking at every accessible location. Do not use green insulation or marking for any other conductor except control wiring specifically shown on the plans. 620.3. Construction. Splice conductors only injunction boxes, ground boxes, and transformer bases, and in poles and structures at the hand holes. Splice as shown on the plans. Do not exceed the manufacturer's recommended pulling tension. Use lubricant as recommended by the manufacturer. Install conductors in accordance with the NEC. Make insulation resistance tests on the conductors prior to making final connections, and ensure that each continuous run of insulated conductor has a minimum DC resistance of 5 megohms when tested at 1,000 volts DC. The Engineer may require verification testing of all or part of the conductor system. The Engineer will witness these verification tests. Replace conductors exhibiting an insulation resistance of less than 5 megohms. Item 620 - I ITEM 624 GROUND BOXES 624.1. Description. Construct, furnish, and install ground boxes complete with lids. 624.2. Construction and Materials. Provide new materials that comply with the details shown on the plans and meet the following requirements: • Construct cast -in -place concrete ground boxes and aprons in accordance with Item 421, "Hydraulic Cement Concrete," and Item 440, "Reinforcing Steel." • Provide fabricated precast polymer concrete ground boxes, and precast concrete ground boxes that comply with DMS-11070, "Ground Boxes." • Construct a concrete apron, when shown on the plans, in accordance with Item 421, "Hydraulic Cement Concrete," and Item 440, "Reinforcing Steel." Provide ground boxes from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified ground box manufacturers. Item 624 - 1 ITEM 628 ELECTRICAL SERVICES 628.1. Description. • Installation. Furnish and install complete and independent points of electrical service. • Removal. Remove electrical services. 628.2. Materials. Provide materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: • Item 441, "Steel Structures" • Item 445, "Galvanizing" • Item 449, "Anchor Bolts" • Item 618, "Conduit" • Item 620, "Electrical Conductors" • Item 627, "Treated Timber Poles" • Item 656, "Foundations for Traffic Control Devices." For the installation of electrical services, use new materials that meet the requirements of the NEC, UL, CSA, and NEMA, and that comply with DMS-11080, "Electrical Services." Furnish electrical services from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified electrical service manufacturers. 628.3. Construction. Perform work in accordance with the details shown on the plans and the requirements of this Item. A. Installation. Ensure components of the electrical service meet the requirements of the Electrical Detail Standards. Follow NEC and local utility company requirements when installing the electrical equipment. Coordinate the utility companies' work for providing service. B. Removal. Coordinate removal with the appropriate utility company before beginning work. Before the removal of the electrical service, disconnect and isolate any existing electrical service equipment in accordance with the utility company's requirements. Use established industry and utility safety practices while removing electrical service equipment near any overhead utilities. Remove existing electrical service support a minimum of 2 ft. below finish grade unless otherwise shown on the plans. Repair the remaining hole by backfilling with material equal in composition and density to the surrounding area. Replace any surfacing such as asphalt pavement or concrete riprap with like material to equivalent condition. Disconnect conductors and remove them from the conduit or duct. Cut off all protruding conduit or duct 6 in. below finish grade. Abandoned conduit or duct need not be removed unless shown on the plans. Reconnect duct cable, conductors, and conduit to be reused when shown on the plans. Make all splices in ground boxes unless otherwise shown on the plans. Accept ownership of unsalvageable materials, and dispose of them in accordance with federal, state, and local regulations. Item 628 - 1 ITEM 636 ALUMINUM SIGNS 636.1. Description. • Installation. Furnish, fabricate, and erect aluminum signs. Sign supports are provided for under other Items. • Replacement. Replace existing signs on existing sign supports. • Refurbishing. Refurbish existing aluminum signs on existing sign supports. j 636.2. Materials. A. Sign Blanks. Furnish sign blank substrates in accordance with DMS-7110, "Aluminum Sign Blanks," and in *, accordance with the types shown on the plans. Use single -piece sheet -aluminum substrates for Type A (small) signs and extruded aluminum substrates for Type G (ground -mounted) or Type O (overhead -mounted) signs. B. Sign Face Reflectorization. Reflectorize the sign faces with flat surface reflective sheeting. Furnish sheeting that meets DMS-8300, "Sign Face Materials." Use reflective sheeting from the same manufacturer for the entire face of a sign. C. Sign Messages. Fabricate sign messages to the sizes, types, and colors shown on the plans. Use sign message material from the same manufacturer for the entire message of a sign. • Ensure that the screened messages have clean, sharp edges and exhibit uniform color and reflectivity. Prevent runs, sags, and voids. Furnish screen inks in accordance with DMS-8300. • Fabricate colored, transparent film legend and reflectorized sheeting legend from materials that meet DMS-8300. • Fabricate nonreflectorized-sheeting legend from materials that meet DMS-8300. • Furnish Type A aluminum signs required as part of a message in conformance with the plans and in accordance with this Item. D. Hardware. Use galvanized steel, stainless steel, or dichromate -sealed aluminum for bolts, nuts, washers, lock washers, screws, and other sign assembly hardware. Use plastic or nylon washers to avoid tearing the reflective sheeting. Furnish steel or aluminum products in accordance with DMS-7120, "Sign Hardware." When dissimilar metals are used, select or insulate metals to prevent corrosion. E. Sampling. The Engineer will sample in accordance with Tex-726-I. 636.3. Construction. t A. Fabrication. 1. Sign Blanks. Furnish sign blanks to the sizes and shapes shown on the plans and that are free of buckles, warps, burrs, dents, cockles, or other defects. Do not splice individual extruded aluminum panel. I Complete the fabrication of sign blanks, including the cutting and drilling or punching of holes, before cleaning and degreasing. After cleaning and degreasing, ensure that the substrate does not come into contact with grease, oils, or other contaminants before the application of the reflective sheeting. 2. Sheeting Application. Apply sheeting to sign blanks in conformance with the recommended procedures of the sheeting manufacturer. Clean and prepare the outside surface of extruded aluminum flanges in the same manner as the sign panel face. r- Minimize the number of splices in the sheeting. Overlap the lap -splices by at least 1/4 in. Use butt splices for Type D and Type E reflective sheeting. Provide a 1-ft. minimum dimension for any piece of sheeting. Do not splice sheeting for signs fabricated with transparent screen inks or colored transparent films. 3. Sign Assembly. Assemble extruded aluminum signs in accordance with the details shown on the plans. r, Sign face surface variation must not exceed 1/8 in. per foot. Surface misalignment between panels in multi - panel signs must not exceed 1/16 in. at any point. 4. Decals. Code and apply sign identification decals in accordance with Item 643, "Sign Identification Decals." r i Item 636 - 1 a B. Storage and Handling. Ship, handle, and store completed sign blanks and completed signs so that corners, edges, and faces are not damaged. Damage to the sign face that is not visible when viewed at a distance of 50 ft., night or day, will be acceptable. Replace unacceptable signs. Store all finished signs off the ground and in a vertical position until erected. Store finished signs 60 in. by 60 in. or smaller in a weatherproof building. Larger signs may be stored outside. C. Cleaning. Before shop inspection, wash completed signs with a biodegradable cleaning solution acceptable to the manufacturers of the sheeting, colored transparent film, and screen ink to remove grease, oil, dirt, smears, streaks, finger marks, and other foreign material. Wash again before final inspection after erection. D. Installation. Install signs as shown on the plans or as directed. E. Replacement. Remove the existing signs from the existing supports and replace with new signs, including mounting hardware, as shown on the plans. F. Refurbishing. Refurbish existing signs by providing and installing new messages and mounting hardware. Install new reflectorized legend and supplemental signs as shown on the plans. G. Unsalvageable Material. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. Item 636 - 2 ITEM 644 SMALL ROADSIDE SIGN SUPPORTS AND ASSEMBLIES 644.1. Description. • Installation. Furnish, fabricate, and erect small roadside sign assemblies consisting of the signs, sign supports, foundations, and associated mounting hardware. • Relocation. Relocate existing small roadside sign assemblies, and furnish and fabricate materials as required. • Removal. Remove existing small roadside sign assemblies. 644.2. Materials. Furnish all materials unless otherwise shown on the plans. Furnish only new materials. Furnish and fabricate materials in accordance with the following Items and with details shown on the plans: • Item 421, "Hydraulic Cement Concrete" • Item 440, "Reinforcing Steel" • Item 441, "Steel Structures" • Item 442, "Metal for Structures" • Item 445, "Galvanizing" • Item 634, "Plywood Signs" • Item 636, "Aluminum Signs" • Item 643, "Sign Identification Decals" • Item 656, "Foundations for Traffic Control Devices." Use galvanized steel, stainless steel, dichromate sealed aluminum, or other materials shown on the plans for pipe, bolts, nuts, washers, lock washers, screws, and other sign assembly hardware. When dissimilar metals are used, select or insulate the metals to prevent corrosion. 644.3. Construction. Install foundations in accordance with Item 656, "Foundations for Traffic Control Devices. Plumb sign supports. Do not spring or rake posts to secure proper alignment. Use established safety practices when working near underground or overhead utilities. Consult the appropriate utility company before beginning work. A. Fabrication. Fabricate sign supports in accordance with Item 441, "Steel Structures." Ensure that all components fit properly. Verify the length of each post for each sign before fabrication to meet field conditions and sign -mounting heights shown on the plans. Galvanize fabricated parts in accordance with Item 445, "Galvanizing." Punch or drill any holes in steel parts or members before the parts or members are galvanized. Repair any steel part or member on which the galvanizing has been damaged during assembly, transit, erection, or welding in accordance with Section 445.3.1), "Repairs." B. Installation. Locate sign supports as shown on the plans, unless directed to shift the sign supports within design guidelines to secure a more desirable location or to avoid conflict with utilities and underground appurtenances. Stake sign -support locations for verification by the Engineer. Install stub posts of the type, spacing, orientation, and projection shown on the plans. Remove and replace posts damaged during installation at the Contractor's expense. Connect the upper post sections to the stub post sections as shown on the plans. Torque connection bolts as shown on the plans. Attach signs to support assemblies in accordance with the plans and pertinent Items. tA C. Relocation. Unless otherwise shown on the plans, reuse the existing supports and shorten or lengthen them as required. Obtain approval before lengthening existing supports. Furnish and install new breakaway stub posts in new foundations for relocated signs. Erect the supports on the new breakaway stub posts, and attach the signs to the supports. Attach signs to support assemblies in accordance with the plans and pertinent Items. Remove existing foundations to be abandoned in accordance with Section 644.3.1), "Removal." D. Removal. Remove existing concrete foundations that are to be abandoned to 2 ft. below finish grade. Backfill the remaining hole with material equal in composition and density to the surrounding area. Replace any surfacing with like material to equivalent condition. Item 644 - 1 E. Handling and Storage. Handle and store existing signs or portions of signs removed so that they are not damaged. Prevent any damage to the various sign assembly components. Replace any portion of the sign damaged by the Contractor designated for reuse or salvage, including messages removed. Stockpile all removed sign components that will be reused or that become the property of the Department at designated locations. Accept ownership of unsalvageable materials, and dispose of them in accordance with federal, state, and local regulations. F. Cleaning. After the sign has been installed, wash the entire sign with a biodegradable cleaning solution acceptable to the sheeting and screen ink manufacturers to remove dirt, grease, oil smears, streaks, finger marks, and other foreign materials. Item 644 - 2 Apply Type I markings with a minimum thickness of- * 0.100 in. (100 mils) for new markings and retracing water -based markings on surface treatments involving Item 316, "Surface Treatments," or Item 318, "Hot Asphalt -Rubber Surface Treatments," • 0.060 in. (60 mils) for retracing on thermoplastic pavement markings, or • 0.090 in. (90 mils) for all other Type I markings. The maximum thickness for Type I markings is 0.180 in. (180 mils). Measure thickness for markings in accordance with Tex-854-13 using the tape method. 2. Type II Markings. Apply on surfaces with a minimum surface temperature of 50°F. Apply at least 20 gal. per mile on concrete and asphalt surfaces and at least 22 gal. per mile on surface treatments for a solid 4-in. line. Adjust application rates proportionally for other widths. When Type II markings are used as a sealer for Type I markings, apply at least 15 gal. per mile using Type II drop -on beads. 3. Bead Coverage. For Type I and Type II markings, provide a uniform distribution of beads across the �`-, surface of the stripe, with 40 to 60% bead embedment. D. Performance Period. All markings and replacement markings must meet the requirements of Tex-828-13 for at least 30 calendar days after installation. Unless otherwise directed, remove pavement markings that fail to meet requirements, and replace at the Contractor's expense. Replace failing markings within 30 days of notification. Item 666 - 3 ITEM 668 PREFABRICATED PAVEMENT MARKINGS 668.1. Description. Furnish and place prefabricated pavement markings. 668.2. Materials. Furnish prefabricated pavement marking materials meeting the requirements of DMS-8240, "Permanent Prefabricated Pavement Markings." Store all materials in a weatherproof enclosure and prevent damage during storage. 668.3. Construction. A. General. Obtain approval for the sequence of work and estimated daily production. Before the end of each working day, remove all waste generated from the jobsite. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed, and have guide locations verified. Use guide material that will not leave a permanent mark on the roadway. Place pavement markings in alignment with the guides without deviating from the alignment more than 1 in. per 200 ft. of roadway or more than 2 in. maximum and with no abrupt deviations. B. Placement Limitations. Do not place pavement -marking materials between September 30 and March 1 unless otherwise permitted. 1. Moisture. Apply material to pavement that is completely dry. Pavement will be considered dry if, on a sunny day after 15 min., no condensation occurs on the underside of a 1-ft.-square piece of clear plastic that has been placed on the pavement and weighted on the edges. 2. Temperature. Follow pavement and ambient air temperature requirements recommended by the material manufacturer. If the material manufacturer establishes no temperature requirements, do not place material if the pavement temperature is below 60°F or above 120°F. C. Dimensions. Place markings in accordance with the color, length, width, shape, and configuration shown on the plans. Locate alignment as shown on the plans or as directed. D. Methods. Place all material in accordance with the material manufacturer's instructions, unless otherwise directed. In addition to the manufacturer's instructions, place materials in accordance with the surface condition, moisture, and temperature requirements of this Item. E. Surface Preparation. Prepare surface by any approved cleaning method that effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. Abrasive or water -blast cleaning is not required unless shown on the plans. Blast -clean, when required, in accordance with Item 678, "Pavement Surface Preparation for Markings." Prepare surfaces further after cleaning by sealing or priming as recommended by the pavement marking material manufacturer or as directed. Use adhesive, when required, of the type and quality recommended by the pavement marking material manufacturer. Do not clean concrete pavement surfaces by grinding. F. Performance Requirements. 1. Adhesion. Markings do not lift, shift, smear, spread, flow, or tear by traffic action. 2. Appearance. Markings present a neat, uniform appearance that is free of excessive adhesive, ragged edges, and irregular lines or contours. 3. Visibility. Markings have uniform and distinctive retroreflectance when inspected in accordance with Tex-828-B. G. Performance Period. All markings and replacement markings must meet the requirements of this Item for at least 15 calendar days after installation. Remove all pavement markings that fail to meet requirements and replace at the Contractor's expense. Replace failing markings within 30 days of notification. Item 668 - 1 ITEM 672 RAISED PAVEMENT MARKERS 672.1. Description. Furnish and install raised pavement markers. 672.2. Materials. A. Markers. Furnish raised pavement markers meeting the requirements of the following Department Material Specifications: • Jiggle Bar Tile. DMS-4100, "Jiggle Bar Tile," types I -A, lI-A-A, W, and Y. • Reflectorized Pavement Markers. DMS-4200, "Pavement Markers (Reflectorized)," types I -A, I-C, I-R, II -A -A, and II-C-R. • Traffic Buttons. DMS-4300, "Traffic Buttons," types I -A, I-C, I-R, II -A -A, II-C-R, W, and Y. Round or oval unless otherwise specified in the plans. • Plowable Reflectorized Pavement Markers. DMS-4210, "Pavement Markers (Plowable Reflectorized)," types I -A, I-C, I-R, II -A -A, and II-C-R. The following are descriptions for each type of raised pavement marker: • Type I -A. Type I -A must contain an approach face that retro-reflects amber light. The body, other than the retro-reflective face must be yellow. • Type I-C. Type I-C must contain an approach face that retro-reflects white light. The body, other than the retro-reflective face must be white or silver -white. • Type I-R. Type I-R must contain a trailing face that retro-reflects red light. The body, other than the retro- reflective face must be white or silver -white. • Type II -A -A. Type II -A -A must contain two retro-reflective faces (approach and trailing) each that retro- reflect amber light. The body, other than the retro-reflective faces, must be yellow. • Type II-C-R. Type II-C-R must contain two retro-reflective faces, an approach face that retro-reflects white light and a trailing face that retro-reflects red light. The body, other than the retro-reflective faces, must be white or silver -white. • Type W. Type W has a white body and no reflective faces. • Type Y. Type Y has a yellow body and no reflective faces. B. Adhesives. Furnish adhesives that conform to the following requirements: • DMS-6100, "Epoxies and Adhesives." • DMS-6130, "Bituminous Adhesive for Pavement Markers." C. Sampling. The Engineer will sample in accordance with Tex-729-I. 672.3. Construction. Remove existing raised pavement markers in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers" (except for measurement and payment). Furnish raised pavement markers for each class from the same manufacturer. Place raised pavement markers on the new asphaltic concrete surface or surface treatment only after the new surface has aged at least 14 days. When shown on the plans, prepare all surfaces in accordance with Item 678, "Pavement Surface Preparation for Markings." Ensure that the bond surfaces are free of dirt, curing compound, grease, oil, moisture, loose or unsound pavement markings, and any other material that would adversely affect the adhesive bond. Establish pavement marking guides to mark the lateral location of raised pavement markers as shown on the plans and as directed. Do not make permanent marks on the roadway for the guides. Place raised pavement markers in proper alignment with the guides. Acceptable placement deviations are shown on the plans. Remove raised pavement markers placed out of alignment or sequence, as shown on the plans or stated in this specification, at Contractor's expense, in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers" (except for measurement and payment). Item 672 - 1 I Apply markings on pavement that is completely dry and passes the following tests: • Type I Marking Application —Place a sample of Type I marking material on a piece of tarpaper placed on the pavement. Allow the material to cool to ambient temperature, and then inspect the underside of the tarpaper in contact with the pavement. Pavement will be considered dry if there is no condensation on the tarpaper. 'j • Type II Marking Application —Place a 1-sq. ft. piece of clear plastic on the pavement, and weight down the _ edges. The pavement is considered dry if, when inspected after 15 min., no condensation has occurred on the underside of the plastic. Apply markings: • that meet the requirements of Tex-828-13, • using widths and colors shown on the plans, -- • at locations shown on the plans, • in proper alignment with the guides without deviating from the alignment more than 1 in. per 200 ft. of roadway or more than 2 in. maximum, • without abrupt deviations, • free of blisters and with no more than 5% by area of holes or voids, �Y 3 • with uniform cross section and thickness, • with clean and reasonably square ends, • that are reflectorized, and • using personnel skilled and experienced with installation of pavement markings. Remove all applied markings that are not in alignment or sequence as stated in the plans or as stated in the specifications at the Contractor's expense in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers," except for measurement and payment. B. Surface Preparation. Unless otherwise shown on the plans, prepare surfaces in accordance with this section. 1. Cleaning for New Asphalt Surfaces and Retracing of All Surfaces. For new asphalt surfaces (less than 3 years old) and retracing of all surfaces, air -blast or broom the pavement surface to remove loose material, unless otherwise shown on the plans. A sealer for Type I markings is not required unless otherwise shown on the plans. 2. Cleaning for Old Asphalt and Concrete Surfaces (Excludes Retracing). For old asphalt surfaces (more than 3 years old) and all concrete surfaces, clean in accordance with Item 678, "Pavement Surface Preparation for Markings," to remove curing membrane, dirt, grease, loose and flaking existing construction markings, and other forms of contamination. 3. Sealer for Type I Markings. For asphalt surfaces more than 3 years old or for concrete, apply a pavement sealer before placing Type I markings on locations that do not have existing markings, unless otherwise approved. The pavement sealer may be either a Type II marking or an acrylic or epoxy sealer unless otherwise shown on the plans. Follow the manufacturer's directions for application of acrylic or epoxy sealers. When the sealer becomes dirty after placement, clean by washing or in accordance with Section 666.4.B.1, "Cleaning for New Asphalt Surfaces and Retracing of All Surfaces," as directed. Place the sealer in the same configuration and color (unless clear) as the Type I markings unless otherwise shown on the plans. C. Application. Apply markings during good weather unless otherwise directed. If markings are placed at Contractor option when inclement weather is impending and the markings are damaged by subsequent precipitation, the Contractor is responsible for all costs associated with replacing the markings if required. 1. Type I Markings. Place the Type I marking after the sealer cures. Apply within the temperature limits recommended by the material manufacturer. If during a spray application, operations cease for 5 min. or longer, flush the spray head by spraying marking material into a pan or similar container until the material being applied is at the recommended temperature. Apply on clean, dry pavements passing the moisture test described in Section 666.4.A, "General," and with a surface temperature above 50°F when measured in accordance with Tex-829-B. Item 666 - 2 I �, Apply Type I markings with a minimum thickness of • 0.100 in. (100 mils) for new markings and retracing water -based markings on surface treatments involving Item 316, "Surface Treatments," or Item 318, "Hot Asphalt -Rubber Surface Treatments," • 0.060 in. (60 mils) for retracing on thermoplastic pavement markings, or • 0.090 in. (90 mils) for all other Type I markings. The maximum thickness for Type I markings is 0.180 in. (180 mils). Measure thickness for markings in accordance with Tex-854-13 using the tape method. 2. Type H Markings. Apply on surfaces with a minimum surface temperature of 50°F. Apply at least 20 gal. per mile on concrete and asphalt surfaces and at least 22 gal. per mile on surface treatments for a solid 4-in. line. Adjust application rates proportionally for other widths. When Type II markings are used as a sealer for Type I markings, apply at least 15 gal. per mile using Type II drop -on beads. 3. Bead Coverage. For Type I and Type II markings, provide a uniform distribution of beads across the surface of the stripe, with 40 to 60% bead embedment. D. Performance Period. All markings and replacement markings must meet the requirements of Tex-828-13 for at least 30 calendar days after installation. Unless otherwise directed, remove pavement markings that fail to meet requirements, and replace at the Contractor's expense. Replace failing markings within 30 days of notification. Item 666 - 3 Tu •4: PREFABRICATED PAVEMENT MARKINGS 668.1. Description. Furnish and place prefabricated pavement markings. 668.2. Materials. Furnish prefabricated pavement marking materials meeting the requirements of DMS-8240, "Permanent Prefabricated Pavement Markings." Store all materials in a weatherproof enclosure and prevent damage during storage. 668.3. Construction. A. General. Obtain approval for the sequence of work and estimated daily production. Before the end of each working day, remove all waste generated from the jobsite. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed, and have guide locations verified. Use guide material that will not leave a permanent mark on the roadway. Place pavement markings in alignment with the guides without deviating from the alignment more than 1 in. per 200 ft. of roadway or more than 2 in. maximum and with no abrupt deviations. B. Placement Limitations. Do not place pavement -marking materials between September 30 and March 1 unless otherwise permitted. 1. Moisture. Apply material to pavement that is completely dry. Pavement will be considered dry if, on a sunny day after 15 min., no condensation occurs on the underside of a 1-ft.-square piece of clear plastic that has been placed on the pavement and weighted on the edges. 2. Temperature. Follow pavement and ambient air temperature requirements recommended by the material manufacturer. If the material manufacturer establishes no temperature requirements, do not place material if the pavement temperature is below 60°F or above 120°F. C. Dimensions. Place markings in accordance with the color, length, width, shape, and configuration shown on the plans. Locate alignment as shown on the plans or as directed. D. Methods. Place all material in accordance with the material manufacturer's instructions, unless otherwise directed. In addition to the manufacturer's instructions, place materials in accordance with the surface condition, moisture, and temperature requirements of this Item. E. Surface Preparation. Prepare surface by any approved cleaning method that effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. Abrasive or water -blast cleaning is not required unless shown on the plans. Blast -clean, when required, in accordance with Item 678, "Pavement Surface Preparation for Markings." Prepare surfaces further after cleaning by sealing or priming as recommended by the pavement marking material manufacturer or as directed. Use adhesive, when required, of the type and quality recommended by the pavement marking material manufacturer. Do not clean concrete pavement surfaces by grinding. F. Performance Requirements. 1. Adhesion. Markings do not lift, shift, smear, spread, flow, or tear by traffic action. 2. Appearance. Markings present a neat, uniform appearance that is free of excessive adhesive, ragged edges, and irregular lines or contours. 3. Visibility. Markings have uniform and distinctive retroreflectance when inspected in accordance with Tex-828-B. G. Performance Period. All markings and replacement markings must meet the requirements of this Item for at least 15 calendar days after installation. Remove all pavement markings that fail to meet requirements and replace at the Contractor's expense. Replace failing markings within 30 days of notification. Item 668 - 1 ITEM 672 RAISED PAVEMENT MARKERS 672.1. Description. Furnish and install raised pavement markers. 672.2. Materials. A. Markers. Furnish raised pavement markers meeting the requirements of the following Department Material Specifications: • Jiggle Bar Tile. DMS-4100, "Jiggle Bar Tile," types I -A, II -A -A, W, and Y. • Reflectorized Pavement Markers. DMS-4200, "Pavement Markers (Reflectorized)," types I -A, I-C, I-R, II -A -A, and II-C-R. • Traffic Buttons. DMS-4300, "Traffic Buttons," types I -A, I-C, I-R, II -A -A, II-C-R, W, and Y. Round or oval unless otherwise specified in the plans. • Plowable Reflectorized Pavement Markers. DMS-4210, "Pavement Markers (Plowable Reflectorized)," types I -A, I-C, I-R, II -A -A, and II-C-R. The following are descriptions for each type of raised pavement marker: • Type I -A. Type I -A must contain an approach face that retro-reflects amber light. The body, other than the retro-reflective face must be yellow. • Type I-C. Type I-C must contain an approach face that retro-reflects white light. The body, other than the retro-reflective face must be white or silver -white. • Type I-R. Type I-R must contain a trailing face that retro-reflects red light. The body, other than the retro- reflective face must be white or silver -white. • Type H-A-A. Type II -A -A must contain two retro-reflective faces (approach and trailing) each that retro- reflect amber light. The body, other than the retro-reflective faces, must be yellow. • Type II-C-R. Type II-C-R must contain two retro-reflective faces, an approach face that retro-reflects white light and a trailing face that retro-reflects red light. The body, other than the retro-reflective faces, must be white or silver -white. • Type W. Type W has a white body and no reflective faces. • Type Y. Type Y has a yellow body and no reflective faces. B. Adhesives. Furnish adhesives that conform to the following requirements: • DMS-6100, "Epoxies and Adhesives." • DMS-6130, "Bituminous Adhesive for Pavement Markers." C. Sampling. The Engineer will sample in accordance with Tex-729-I. 672.3. Construction. Remove existing raised pavement markers in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers" (except for measurement and payment). Furnish raised pavement markers for each class from the same manufacturer. Place raised pavement markers on the new asphaltic concrete surface or surface treatment only after the new surface has aged at least 14 days. When shown on the plans, prepare all surfaces in accordance with Item 678, "Pavement Surface Preparation for Markings." Ensure that the bond surfaces are free of dirt, curing compound, grease, oil, moisture, loose or unsound pavement markings, and any other material that would adversely affect the adhesive bond. Establish pavement marking guides to mark the lateral location of raised pavement markers as shown on the plans and as directed. Do not make permanent marks on the roadway for the guides. 1 Place raised pavement markers in proper alignment with the guides. Acceptable placement deviations are shown on the plans. Remove raised pavement markers placed out of alignment or sequence, as shown on the plans or stated in this - specification, at Contractor's expense, in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers" (except for measurement and payment). l� �1 LA Item 672 - 1 r Use the following adhesive materials for placement of raised pavement markers unless otherwise shown on the plans: • epoxy adhesive for plowable reflectorized pavement markers. • bituminous adhesive for jiggle bar tile; reflectorized pavement markers described in DMS-4200, "Pavement Markers (Reflectorized)"; and traffic buttons on bituminous pavements. • epoxy adhesive for jiggle bar tile, reflectorized pavement markers described in DMS-4200, and traffic buttons on hydraulic cement concrete pavements. Apply adhesives in sufficient quantity to: • ensure that 100% of the bonding area of raised pavement markers is in contact with the adhesive, and • ensure that raised pavement markers, except for plowable markers, are seated on a continuous layer of adhesive and not in contact with the pavement surface. Apply adhesives in accordance with manufacturer's recommendations unless otherwise required by this Article. Apply bituminous adhesive only when pavement temperature and raised pavement marker temperature are 40T or higher. Do not heat bituminous adhesive above 400T. Agitate bituminous adhesive to ensure even heat distribution. Machine -mix epoxy adhesive. Furnish raised pavement markers free of rust, scale, dirt, oil, grease, moisture, and contaminants that might adversely affect the adhesive bond. Place raised pavement markers immediately after the adhesive is applied and ensure proper bonding. Do not use adhesives or any other material that impairs the functional retro-reflectivity of the raised pavement markers. Item 672 - 2 OSHA 1926 SUBPART P For Information Only 0 § 1926.606 If it is necessary to stand at the out- board or inboard edge of the deckload where less than 24 inches of bulwark, rail, coaming, or other protection ex- ists, all employees shall be provided with a suitable means of protection against falling from the deckload. (d) First -aid and lifesaving equipment. (1) Provisions for rendering first aid and medical assistance shall be in ac- cordance with subpart D of this part. (2) The employer shall ensure that there is in the vicinity of each barge in use at least one U.S. Coast Guard -ap- proved 30-inch lifering with not less than 90 feet of line attached, and at least one portable or permanent ladder which will reach the top of the apron to the surface of the water. If the above equipment is not available at the pier, the employer shall furnish it during the time that he is working the barge. (3) Employees walking or working on the unguarded decks of barges shall be protected with U.S. Coast Guard -ap- proved work vests or buoyant vests. (e) Commercial diving operations. Com- mercial diving operations shall be sub- ject to subpart T of part 1910, §§ 1910.401-1910.441, of this chapter. [39 FR 22801, June 24, 1974, as amended at 42 FR 37674, July 22, 1977] § 1926.606 Definitions applicable to this subpart. (a) Apron —The area along the water- front edge of the pier or wharf. (b) Bulwark —The side of a ship above the upper deck. (c) Coaming—The raised frame, as around a hatchway in the deck, to keep out water. (d) Jacob's ladder —A marine ladder of rope or chain with wooden or metal rungs. (e) Rail, for the purpose of § 1926.605, means a light structure serving as a guard at the outer edge of a ship's deck. Subpart P—Excavations AUTHORrrY: Sec. 107, Contract Worker Hours and Safety Standards Act (Construc- tion Safety Act) (40 U.S.C. 333); Secs. 4, 6, 8, Occupational Safety and Health Act of 1970 (29 U.S.C. 653, 655, 657); Secretary of Labor's Order No. 12-71 (36 FR 8754), 8-76 (41 FR 29 CFR Ch. XVII (7-1-07 Edition) 25059), or 9-83 (48 FR 35736), as applicable, and 29 CFR part 1911. SOURCE: 54 FR 45959, Oct. 31, 1989, unless otherwise noted. § 1926.650 Scope, application, and defi- nitions applicable to this subpart. (a) Scope and application. This sub- part applies to all open excavations made in the earth's surface. Exca- vations are defined to include trenches. (b) Definitions applicable to this sub- part. Accepted engineering practices means those requirements which are compat- ible with standards of practice required by a registered professional engineer. Aluminum Hydraulic Shoring means a pre-engineered shoring system com- prised of aluminum hydraulic cylinders (crossbraces) used in conjunction with vertical rails (uprights) or horizontal rails (walers). Such system is designed, specifically to support the sidewalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a belled shape. Benching (Benching system) means a method of protecting employees from cave-ins by excavating the sides of an excavation to form one or a series of horizontal levels or steps, usually with vertical or near -vertical surfaces be- tween levels. Cave-in means the separation of a mass of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield or support system, and its sudden movement into the excavation, either by falling or sliding, in sufficient quantity so that it could entrap, bury, or otherwise injure and immobilize a person. Competent person means one who is capable of identifying existing and pre- dictable hazards in the surroundings, or working conditions which are unsan- itary, hazardous, or dangerous to em- ployees, and who has authorization to take prompt corrective measures to eliminate them. Cross braces mean the horizontal members of a shoring system installed perpendicular to the sides of the exca- vation, the ends of which bear against either uprights or wales. 366 Occupational Safety and Health Admin., Labor Excavation means any man-made cut, cavity, trench, or depression in an earth surface, formed by earth re- moval. Faces or sides means the vertical or inclined earth surfaces formed as a re- sult of excavation work. Failure means the breakage, displace- ment, or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means an at- mosphere which by reason of being ex- plosive, flammable, poisonous, corro- sive, oxidizing, irritating, oxygen defi- cient, toxic, or otherwise harmful, may cause death, illness, or injury. Kickout means the accidental release or failure of a cross brace. Protective system means a method of protecting employees from cave-ins, from material that could fall or roll from an excavation face or into an ex- cavation, or from the collapse of adja- cent structures. Protective systems in- clude support systems, sloping and benching systems, shield systems, and other systems that provide the nec- essary protection. Ramp means an inclined walking or working surface that is used to gain ac- cess to one point from another, and is constructed from earth or from struc- tural materials such as steel or wood. Registered Professional Engineer means a person who is registered as a profes- sional engineer in the state where the work is to be performed. However, a professional engineer, registered in any state is deemed to be a "registered pro- fessional engineer" within the meaning of this standard when approving de- signs for "manufactured protective systems" or "tabulated data" to be used in interstate commerce. Sheeting means the members of a shoring system that retain the earth in position and in turn are supported by other members of the shoring system. Shield (Shield system) means a struc- ture that is able to withstand the forces imposed on it by a cave-in and thereby protect employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along as work pro- gresses. Additionally, shields can be ei- ther premanufactured or job -built in § 1926.650 accordance with § 1926.652 (c)(3) or (c)(4). Shields used in trenches are usu- ally referred to as "trench boxes" or "trench shields." Shoring (Shoring system) means a structure such as a metal hydraulic, mechanical or timber shoring system that supports the sides of an exca- vation and which is designed to prevent cave-ins. Sides. See "Faces." Sloping (Sloping system) means a method of protecting employees from cave-ins by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins. The angle of incline required to prevent a cave-in varies with dif- ferences in such factors as the soil type, environmental conditions of ex- posure, and application of surcharge loads. Stable rock means natural solid min- eral material that can be excavated with vertical sides and will remain in- tact while exposed. Unstable rock is considered to be stable when the rock material on the side or sides of the ex- cavation is secured against caving -in or movement by rock bolts or by an- other protective system that has been designed by a registered professional engineer. Structural ramp means a ramp built of steel or wood, usually used for vehicle access. Ramps made of soil or rock are not considered structural ramps. Support system means a structure such as underpinning, bracing, or shor- ing, which provides support to an adja- cent structure, underground installa- tion, or the sides of an excavation. Tabulated data means tables and charts approved by a registered profes- sional engineer and used to design and construct a protective system. Trench (Trench excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m). If forms or other structures are installed or con- structed in an excavation so as to re- duce the dimension measured from the forms or structure to the side of the ex- cavation to 15 feet (4.6 m) or less 367 �l § 1926.651 (measured at the bottom of the exca- vation), the excavation is also consid- ered to be a trench. Trench box. See "Shield." Trench shield. See "Shield." Uprights means the vertical members of a trench shoring system placed in contact with the earth and usually po- sitioned so that individual members do not contact each other. Uprights placed so that individual members are closely spaced, in contact with or interconnected to each other, are often called "sheeting." Wales means horizontal members of a shoring system placed parallel to the excavation face whose sides bear against the vertical members of the shoring system or earth. § 1926.651 Specific excavation require- ments. (a) Surface encumbrances. All surface encumbrances that are located so as to create a hazard to employees shall be removed or supported, as necessary, to safeguard employees. (b) Underground installations. (1) The estimated location of utility installa- tions, such as sewer, telephone, fuel, electric, water lines, or any other un- derground installations that reason- ably may be expected to be encoun- tered during excavation work, shall be determined prior to opening an exca- vation. (2) Utility companies or owners shall be contacted within established or cus- tomary local response times, advised of the proposed work, and asked to estab- lish the location of the utility under- ground installations prior to the start of actual excavation. When utility companies or owners cannot respond to a request to locate underground utility installations within 24 hours (unless a longer period is required by state or local law), or cannot establish the exact location of these installations, the employer may proceed, provided the employer does so with caution, and provided detection equipment or other acceptable means to locate utility in- stallations are used. (3) When excavation operations ap- proach the estimated location of under- ground installations, the exact loca- tion of the installations shall be deter- mined by safe and acceptable means. 29 CFR Ch. XVII (7-1-07 Edition) (4) While the excavation is open, un- derground installations shall be pro- tected, supported or removed as nec- essary to safeguard employees. (c) Access and egress—(1) Structural ramps. (i) Structural ramps that are used solely by employees as a means of access or egress from excavations shall be designed by a competent person. Structural ramps used for access or egress of equipment shall be designed by a competent person qualified in structural design, and shall be con- structed in accordance with the design. (ii) Ramps and runways constructed of two or more structural members shall have the structural members con- nected together to prevent displace- ment. (iii) Structural members used for ramps and runways shall be of uniform thickness. (iv) Cleats or other appropriate means used to connect runway struc- tural members shall be attached to the bottom of the runway or shall be at- tached in a manner to prevent tripping. (v) Structural ramps used in lieu of steps shall be provided with cleats or other surface treatments on the top surface to prevent slipping. (2) Means of egress from trench exca- vations. A stairway, ladder, ramp or other safe means of egress shall be lo- cated in trench excavations that are 4 feet (1.22 m) or more in depth so as to require no more than 25 feet (7.62 m) of lateral travel for employees. (d) Exposure to vehicular traffic. Em- ployees exposed to public vehicular traffic shall be provided with, and shall wear, warning vests or other suitable garments marked with or made of reflectorized or high -visibility mate- rial. (e) Exposure to falling loads. No em- ployee shall be permitted underneath loads handled by lifting or digging equipment. Employees shall be re- quired to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling mate- rials. Operators may remain in the cabs of vehicles being loaded or un- loaded when the vehicles are equipped, in accordance with §1926.601(b)(6), to provide adequate protection for the op- erator during loading and unloading operations. 368 occupational Safety and Health Admin., Labor (34 degrees measured from the hori- zontal), unless the employer uses one of the other options listed below. (ii) Slopes specified in paragraph (b)(1)(i) of this section, shall be exca- vated to form configurations that are in accordance with the slopes shown for Type C soil in Appendix B to this subpart. (2) Option (2)—Determination of slopes and configurations using Appendices A and B. Maximum allowable slopes, and allowable configurations for sloping and benching systems, shall be deter- mined in accordance with the condi- tions and requirements set forth in ap- pendices A and B to this subpart. (3) Option (3)—Designs using other tab- ulated data. (i) Designs of sloping or benching systems shall be selected from and be in accordance with tab- ulated data, such as tables and charts. (ii) The tabulated data shall be in written form and shall include all of the following: (A) Identification of the parameters that affect the selection of a sloping or benching system drawn from such data; (B) Identification of the limits of use of the data, to include the magnitude and configuration of slopes determined to be safe; (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective sys- tem from the data. (iii) At least one copy of the tab- ulated data which identifies the reg- istered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4)—Design by a registered professional engineer. (i) Sloping and benching systems not utilizing Option (1) or Option (2) or Option (3) under paragraph (b) of this section shall be approved by a registered professional engineer. (ii) Designs shall be in written form and shall include at least the following: (A) The magnitude of the slopes that were determined to be safe for the par- ticular project; § 1926.652 (B) The configurations that were de- termined to be safe for the particular project; and (C) The identity of the registered pro- fessional engineer approving the de- sign. (iii) At least one copy of the design shall be maintained at the jobsite while the slope is being constructed. After that time the design need not be at the jobsite, but a copy shall be made available to the Secretary upon re- quest. (c) Design of support systems, shield systems, and other protective systems. De- signs of support systems shield sys- tems, and other protective systems shall be selected and constructed by the employer or his designee and shall be in accordance with the requirements of paragraph (c)(1); or, in the alter- native, paragraph (c)(2); or, in the al- ternative, paragraph (c)(3); or, in the alternative, paragraph (c)(4) as follows: (1) Option (1)—Designs using appen- dices A, C and D. Designs for timber shoring in trenches shall be determined in accordance with the conditions and requirements set forth in appendices A and C to this subpart. Designs for alu- minum hydraulic shoring shall be in accordance with paragraph (c)(2) of this section, but if manufacturer's tab- ulated data cannot be utilized, designs shall be in accordance with appendix D. (2) Option (2)—Designs Using Manufac- turer's Tabulated Data. (i) Design of sup- port systems, shield systems, or other protective systems that are drawn from manufacturer's tabulated data shall be in accordance with all speci- fications, recommendations, and limi- tations issued or made by the manufac- turer. (ii) Deviation from the specifications, recommendations, and limitations issued or made by the manufacturer shall only be allowed after the manu- facturer issues specific written ap- proval. (iii) Manufacturer's specifications, recommendations, and limitations, and manufacturer's approval to deviate from the specifications, recommenda- tions, and limitations shall be in writ- ten form at the jobsite during con- struction of the protective system. After that time this data may be stored off the jobsite, but a copy shall 371 § 1926.652 be made available to the Secretary upon request. (3) Option (3)—Designs using other tab- ulated data. (i) Designs of support sys- tems, shield systems, or other protec- tive systems shall be selected from and be in accordance with tabulated data, such as tables and charts. (ii) The tabulated data shall be in written form and include all of the fol- lowing: (A) Identification of the parameters that affect the selection of a protective system drawn from such data; (B) Identification of the limits of use of the data; (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective sys- tem from the data. (iii) At least one copy of the tab- ulated data, which identifies the reg- istered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4)—Design by a registered professional engineer. (i) Support sys- tems, shield systems, and other protec- tive systems not utilizing Option 1, Op- tion 2 or Option 3, above, shall be ap- proved by a registered professional en- gineer. (ii) Designs shall be in written form and shall include the following: (A) A plan indicating the sizes, types, and configurations of the materials to be used in the protective system; and (B) The identity of the registered professional engineer approving the de- sign. (iii) At least one copy of the design shall be maintained at the jobsite dur- ing construction of the protective sys- tem. After that time, the design may be stored off the jobsite, but a copy of the design shall be made available to the Secretary upon request. (d) Materials and equipment. (1) Mate- rials and equipment used for protective systems shall be free from damage or defects that might impair their proper function. (2) Manufactured materials and equipment used for protective systems shall be used and maintained in a man- 29 CFR Ch. XVII (7-1-07 Edition) ner that is consistent with the rec- ommendations of the manufacturer, and in a manner that will prevent em- ployee exposure to hazards. (3) When material or equipment that is used for protective systems is dam- aged, a competent person shall exam- ine the material or equipment and evaluate its suitability for continued use. If the competent person cannot as- sure the material or equipment is able to support the intended loads or is oth- erwise suitable for safe use, then such material or equipment shall be re- moved from service, and shall be evalu- ated and approved by a registered pro- fessional engineer before being re- turned to service. (e) Installation and removal of sup- port—(1) General. (i) Members of sup- port systems shall be securely con- nected together to prevent sliding, fall- ing, kickouts, or other predictable fail- ure. (ii) Support systems shall be in- stalled and removed in a manner that protects employees from cave-ins, structural collapses, or from being struck by members of the support sys- tem. (iii) Individual members of support systems shall not be subjected to loads exceeding those which those members were designed to withstand. (iv) Before temporary removal of in- dividual members begins, additional precautions shall be taken to ensure the safety of employees, such as in- stalling other structural members to carry the loads imposed on the support system. (v) Removal shall begin at, and progress from, the bottom of the exca- vation. Members shall be released slow- ly so as to note any indication of pos- sible failure of the remaining members of the structure or possible cave-in of the sides of the excavation. (vi) Backfilling shall progress to- gether with the removal of support sys- tems from excavations. (2) Additional requirements for support systems for trench excavations. (i) Exca- vation of material to a level no greater than 2 feet (.61 m) below the bottom of the members of a support system shall be permitted, but only if the system is designed to resist the forces calculated for the full depth of the trench, and 372 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. A there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the support system. (ii) Installation of a support system shall be closely coordinated with the excavation of trenches. (f) Sloping and benching systems. Em- ployees shall not be permitted to work on the faces of sloped or benched exca- vations at levels above other employ- ees except when employees at the lower levels are adequately protected from the hazard of falling, rolling, or sliding material or equipment. (g) Shield systems—(1) General. (i) Shield systems shall not be subjected to loads exceeding those which the sys- tem was designed to withstand. (ii) Shields shall be installed in a manner to restrict lateral or other haz- ardous movement of the shield in the event of the application of sudden lat- eralloads. (iii) Employees shall be protected from the hazard of cave-ins when enter- ing or exiting the areas protected by shields. (iv) Employees shall not be allowed in shields when shields are being in- stalled, removed, or moved vertically. (2) Additional requirement for shield systems used in trench excavations. Exca- vations of earth material to a level not greater than 2 feet (.61 m) below the bottom of a shield shall be permitted, but only if the shield is designed to re- sist the forces calculated for the full depth of the trench, and there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the shield. APPENDIX A TO SUBPART P OF PART 1926—Soil. CLASSIFICATION (a) Scope and application—(1) Scope. This appendix describes a method of classifying soil and rock deposits based on site and envi- ronmental conditions, and on the structure and composition of the earth deposits. The appendix contains definitions, sets forth re- quirements, and describes acceptable visual and manual tests for use in classifying soils. (2) Application. This appendix applies when a sloping or benching system is designed in accordance with the requirements set forth in §1926.652(b)(2) as a method of protection for employees from cave-ins. This appendix also applies when timber shoring for exca- vations is designed as a method of protection from cave-ins in accordance with appendix C to subpart P of part 1926, and when alu- minum hydraulic shoring is designed in ac- cordance with appendix D. This Appendix also applies if other protective systems are designed and selected for use from data pre- pared in accordance with the requirements set forth in §1926.652(c), and the use of the data is predicated on the use of the soil clas- sification system set forth in this appendix. (b) Definitions. The definitions and exam- ples given below are based on, in whole or in part, the following: American Society for Testing Materials (ASTM) Standards D653-85 and D2488; The Unified Soils Classification System, The U.S. Department of Agriculture (USDA) Textural Classification Scheme; and The National Bureau of Standards Report BSS-121. Cemented soil means a soil in which the par- ticles are held together by a chemical agent, such as calcium carbonate, such that a hand - size sample cannot be crushed into powder or individual soil particles by finger pressure. Cohesive soil means clay (fine grained soil), or soil with a high clay content, which has cohesive strength. Cohesive soil does not crumble, can be excavated with vertical sideslopes, and is plastic when moist. Cohe- sive soil is hard to break up when dry, and exhibits significant cohesion when sub- merged. Cohesive soils include clayey silt, sandy clay, silty clay, clay and organic clay. Dry soil means soil that does not exhibit visible signs of moisture content. Fissured means a soil material that has a tendency to break along definite planes of fracture with little resistance, or a material that exhibits open cracks, such as tension cracks, in an exposed surface. Granular soil means gravel, sand, or silt, (coarse grained soil) with little or no clay content. Granular soil has no cohesive strength. Some moist granular soils exhibit apparent cohesion. Granular soil cannot be molded when moist and crumbles easily when dry. Layered system means two or more dis- tinctly different soil or rock types arranged in layers. Micaceous seams or weakened planes in rock or shale are considered lay- ered. Moist soil means a condition in which a soil looks and feels damp. Moist cohesive soil can easily be shaped into a ball and rolled into small diameter threads before crumbling. Moist granular soil that contains some cohe- sive material will exhibit signs of cohesion between particles. Plastic means a property of a soil which al- lows the soil to be deformed or molded with- out cracking, or appreciable volume change. Saturated soil means a soil in which the voids are filled with water. Saturation does not require flow. Saturation, or near satura- tion, is necessary for the proper use of in- struments such as a pocket penetrometer or sheer vane. 373 Pt. 1926, Subpt. P, App. A Soil classification system means, for the pur- pose of this subpart, a method of catego- rizing soil and rock deposits in a hierarchy of Stable Rock, Type A, Type B, and Type C, in decreasing order of stability. The cat- egories are determined based on an analysis of the properties and performance character- istics of the deposits and the environmental conditions of exposure. Stable rock means natural solid mineral matter that can be excavated with vertical sides and remain intact while exposed. Submerged soil means soil which is under- water or is free seeping. Type A means cohesive soils with an unconfined compressive strength of 1.5 ton per square foot (tsf) (144 kPa) or greater. Ex- amples of cohesive soils are: clay, silty clay, sandy clay, clay loam and, in some cases, silty clay loam and sandy clay loam. Ce- mented soils such as caliche and hardpan are also considered Type A. However, no soil is Type A if: (i) The soil is fissured; or (ii) The soil is subject to vibration from heavy traffic, pile driving, or similar effects; or (iii) The soil has been previously disturbed; or (iv) The soil is part of a sloped, layered system where the layers dip into the exca- vation on a slope of four horizontal to one vertical (4H:1V) or greater; or (v) The material is subject to other factors that would require it to be classified as a less stable material. Type B means: (i) Cohesive soil with an unconfined com- pressive strength greater than 0.5 tsf (48 kPa) but less than 1.5 tsf (144 kPa); or (ii) Granular cohesionless soils including: angular gravel (similar to crushed rock), silt, silt loam, sandy loam and, in some cases, silty clay loam and sandy clay loam. (iii) Previously disturbed soils except those which would otherwise be classed as Type C soil. (iv) Soil that meets the unconfined com- pressive strength or cementation require- ments for Type A, but is fissured or subject to vibration; or (v) Dry rock that is not stable; or (vi) Material that is part of a sloped, lay- ered system where the layers dip into the ex- cavation on a slope less steep than four hori- zontal to one vertical (4H:1V), but only if the material would otherwise be classified as Type B. Type C means: (i) Cohesive soil with an unconfined com- pressive strength of 0.5 tsf (48 kPa) or less; or (ii) Granular soils including gravel, sand, and loamy sand; or (iii) Submerged soil or soil from which water is freely seeping; or (iv) Submerged rock that is not stable, or 29 CFR Ch. XVII (7-1-07 Edition) (v) Material in a sloped, layered system where the layers dip into the excavation or a slope of four horizontal to one vertical (4H:1V) or steeper. Unconfined compressive strength means the load per unit area at which a soil will fail in compression. It can be determined by labora- tory testing, or estimated in the field using a pocket penetrometer, by thumb penetra- tion tests, and other methods. Wet soil means soil that contains signifi- cantly more moisture than moist soil, but in such a range of values that cohesive material will slump or begin to flow when vibrated. Granular material that would exhibit cohe- sive properties when moist will lose those co- hesive properties when wet. (c) Requirements—(1) Classification of soil and rock deposits. Each soil and rock deposit shall be classified by a competent person as Stable Rock, Type A, Type B, or Type C in accordance with the definitions set forth in paragraph (b) of this appendix. (2) Basis of classification. The classification of the deposits shall be made based on the re- sults of at least one visual and at least one manual analysis. Such analyses shall be con- ducted by a competent person using tests de- scribed in paragraph (d) below, or in other recognized methods of soil classification and testing such as those adopted by the Amer- ica Society for Testing Materials, or the U.S. Department of Agriculture textural classi- fication system. (3) Visual and manual analyses. The visual and manual analyses, such as those noted as being acceptable in paragraph (d) of this ap- pendix, shall be designed and conducted to provide sufficient quantitative and quali- tative information as may be necessary to identify properly the properties, factors, and conditions affecting the classification of the deposits. (4) Layered systems. In a layered system, the system shall be classified in accordance with its weakest layer. However, each layer may be classified individually where a more stable layer lies under a less stable layer. (5) Reclassification. If, after classifying a de- posit, the properties, factors, or conditions affecting its classification change in any way, the changes shall be evaluated by a competent person. The deposit shall be re- classified as necessary to reflect the changed circumstances. (d) Acceptable visual and manual tests—(1) Visual tests. Visual analysis is conducted to determine qualitative information regarding the excavation site in general, the soil adja- cent to the excavation, the soil forming the sides of the open excavation, and the soil taken as samples from excavated material. (i) Observe samples of soil that are exca- vated and soil in the sides of the excavation. Estimate the range of particle sizes and the relative amounts of the particle sizes. Soil that is primarily composed of fine-grained 374 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B material is cohesive material. Soil composed primarily of coarse -grained sand or gravel is granular material. (ii) Observe soil as it is excavated. Soil that remains in clumps when excavated is cohesive. Soil that breaks up easily and does not stay in clumps is granular. (iii) Observe the side of the opened exca- vation and the surface area adjacent to the excavation. Crack -like openings such as ten- sion cracks could indicate fissured material. If chunks of soil spall off a vertical side, the soil could be fissured. Small spalls are evi- dence of moving ground and are indications of potentially hazardous situations. (iv) Observe the area adjacent to the exca- vation and the excavation itself for evidence of existing utility and other underground structures, and to identify previously dis- turbed soil. (v) Observe the opened side of the exca- vation to identify layered systems. Examine layered systems to identify if the layers slope toward the excavation. Estimate the degree of slope of the layers. (vi) Observe the area adjacent to the exca- vation and the sides of the opened exca- vation for evidence of surface water, water seeping from the sides of the excavation, or the location of the level of the water table. (vii) Observe the area adjacent to the exca- vation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. (2) Manual tests. Manual analysis of soil samples is conducted to determine quan- titative as well as qualitative properties of soil and to provide more information in order to classify soil properly. (i) Plasticity. Mold a moist or wet sample of soil into a ball and attempt to roll it into threads as thin as Y8-inch in diameter. Cohe- sive material can be successfully rolled into threads without crumbling. For example, if at least a two inch (50 mm) length of 'A -inch thread can be held on one end without tear- ing, the soil is cohesive. (ii) Dry strength. If the soil is dry and crumbles on its own or with moderate pres- sure into individual grains or fine powder, it is granular (any combination of gravel, sand, or silt). If the soil is dry and falls into clumps which break up into smaller clumps, but the smaller clumps can only be broken up with difficulty, it may be clay in any combination with gravel, sand or silt. If the dry soil breaks into clumps which do not break up into small clumps and which can only be broken with difficulty, and there is no visual indication the soil is fissured, the soil may be considered unfissured. (iii) Thumb penetration. The thumb penetra- tion test can be used to estimate the unconfined compressive strength of cohesive soils. (This test is based on the thumb pene- tration test described in American Society for Testing and Materials (ASTM) Standard designation D2488—"Standard Recommended Practice for Description of Soils (Visual — Manual Procedure).") Type A soils with an unconfined compressive strength of 1.5 tsf can be readily indented by the thumb; how- ever, they can be penetrated by the thumb only with very great effort. Type C soils with an unconfined compressive strength of 0.5 tsf can be easily penetrated several inches by the thumb, and can be molded by light finger pressure. This test should be conducted on an undisturbed soil sample, such as a large clump of spoil, as soon as practicable after excavation to keep to a miminum the effects of exposure to drying influences. If the exca- vation is later exposed to wetting influences (rain, flooding), the classification of the soil must be changed accordingly. (iv) Other strength tests. Estimates of unconfined compressive strength of soils can also be obtained by use of a pocket pene- trometer or by using a hand -operated shearvane. (v) Drying test. The basic purpose of the drying test is to differentiate between cohe- sive material with fissures, unfissured cohe- sive material, and granular material. The procedure for the drying test involves drying a sample of soil that is approximately one inch thick (2.54 cm) and six inches (15.24 cm) in diameter until it is thoroughly dry: (A) If the sample develops cracks as it dries, significant fissures are indicated. (B) Samples that dry without cracking are to be broken by hand. If considerable force is necessary to break a sample, the soil has sig- nificant cohesive material content. The soil can be classified as a unfissured cohesive ma- terial and the unconfined compressive strength should be determined. (C) If a sample breaks easily by hand, it is either a fissured cohesive material or a granular material. To distinguish between the two, pulverize the dried clumps of the sample by hand or by stepping on them. If the clumps do not pulverize easily, the mate- rial is cohesive with fissures. If they pul- verize easily into very small fragments, the material is granular. APPENDIX B TO SUBPART P OF PART 1926—SLOPING AND BENCHING (a) Scope and application. This appendix contains specifications for sloping and benching when used as methods of protecting employees working in excavations from cave-ins. The requirements of this appendix apply when the design of sloping and bench- ing protective systems is to be performed in accordance with the requirements set forth in §1926.652(b)(2). (b) Definitions. Actual slope means the slope to which an excavation face is excavated. Distress means that the soil is in a condi- tion where a cave-in is imminent or is likely 375 Pt. 1926, Subpt. P, App. B to occur. Distress is evidenced by such phe- nomena as the development of fissures in the face of or adjacent to an open excavation; the subsidence of the edge of an excavation; the slumping of material from the face or the bulging or heaving of material from the bottom of an excavation; the spalling of ma- terial from the face of an excavation; and ravelling, i.e., small amounts of material such as pebbles or little clumps of material suddenly separating from the face of an exca- vation and trickling or rolling down into the excavation. Maximum allowable slope means the steep- est incline of an excavation face that is ac- ceptable for the most favorable site condi- tions as protection against cave-ins, and is expressed as the ratio of horizontal distance to vertical rise (H:V). Short term exposure means a period of time less than or equal to 24 hours that an exca- vation is open. (c) Requirements—(1) Soil classification. Soil and rock deposits shall be classified in ac- cordance with appendix A to subpart P of part 1926. 29 CFR Ch. XV11 (7-1-07 Edition) (2) Maximum allowable slope. The maximum allowable slope for a soil or rock deposit shall be determined from Table B-1 of this appendix. (3) Actual slope. (i) The actual slope shall not be steeper than the maximum allowable slope. (ii) The actual slope shall be less steep than the maximum allowable slope, when there are signs of distress. If that situation occurs, the slope shall be cut back to an ac- tual slope which is at least '/2 horizontal to one vertical ('hH:1V) less steep than the maximum allowable slope. (iii) When surcharge loads from stored ma- terial or equipment, operating equipment, or traffic are present, a competent person shall determine the degree to which the actual slope must be reduced below the maximum allowable slope, and shall assure that such reduction is achieved. Surcharge loads from adjacent structures shall be evaluated in ac- cordance with § 1926.651(i). (4) Configurations. Configurations of slop- ing and benching systems shall be in accord- ance with Figure B-1. TABLE B-1 MAXIMUM ALLOWABLE SLOPES SOIL OR ROCK TYPE FIA'<[MUM ALLOWABLE SLOPES(H:V)(11 FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK VERTICAL (90P) TYPE A [2) 1/1:1 (q TYPE B 45 TYPE C 1:1 (34 NOTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in g ; degrees from the horizontal. Angles have been rounded off. 2. A short-term maximum allowable slope of 1/2H:IV (63°) is allowed in excavations in Type A soil that are 12 feet (3.67 m) or less in depth. Short-term maximum allowable slopes for excavations greater than 12 feet (3.67 m) in depth shall be 3/411:1V (53'). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. 376 occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B UNSUPPORTED VERTICALLY SIDED LOWER PORTION -MAXIMUM 12 FEET IN DEPTH All excavations 20 feet or less in depth which have vertically sided lower portions that are supported or shielded shall have a maximum allowable slope of 3/4:1. The support or shield Sys- tem must extend at least 18 inches above the top of the vertical side. Suvoort or shield s stem 1 20' Max. 3/4 18" Min. Total height of vertical side SUPPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION 4. All other simple slope, compound slope, and vertically sided lower portion excavations shall be in accordance with the other options permitted under § 1926.652(b). B-1.2 Excavations Made in Type B Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1. SIMPLE SLOPE 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1 and maximum bench dimensions as follows: 379 Pt. 1926, Subpt. P, App. B SINGLE BENCH 29 CFR Ch. XVII (7-1-07 Edition) This bench allowed in cohesive soil only i i / 20' Max. i i 4' L-J' 4' Max.� MULTIPLE BENCH 3. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1:1. Support or shield system "1 20 Max. 8" Min. Total height of vertical side VERTICALLY SIDED LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in § 1926.652(b). B-1.3 Excavations Made in Type C Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 11h:1. 380 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B 20' !fax. 1 l fj SIMPLE SLOPE - 2. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All , s such excavations shall have a maximum allowable slope of 11h:1. Support or shield system r 20' Max. 18" Min. Total height of vertical side g VERTICAL SIDED LOWER PORTION 3. All other sloped excavations shall be in accordance with the other options permitted in § 1926.652(b). B-1.4 Excavations Made in Layered Soils 1. All excavations 20 feet or less in depth made in layered soils shall have a maximum al- lowable slope for each layer as set forth below. f l l �1 (i 381 A t -s .f 1 � Pt. 1926, Subpt. P, App. B a OVER A C OVER A C OVER a 382 29 CFR Ch. XVII (7-1-07 Edition) / 4 t r B A t t Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C A OVER B A OVER C �__' 41 _ C . / 1 1k s AI C Z 1 1k, B OVER C 2. All other sloped excavations shall be in accordance with the other options permitted in §1926.652(b). APPENDIX C TO SUBPART P OF PART (b) Soil Classification. In order to use the 1926—TIMBER SHORING FOR TRENCHES data presented in this appendix, the soil type or types in which the excavation is made (a) Scope. This appendix contains informa- must first be determined using the soil clas- tion that can be used timber shoring is pro- sification method set forth in appendix A of vided as a method of protection from cave- subpart P of this part. ins in trenches that do not exceed 20 feet (6.1 (c) Presentation of Information. Information m) in depth. This appendix must be used is presented in several forms as follows: when design of timber shoring protective (1) Information is presented in tabular systems is to be performed in accordance form in Tables C-1.1, C-1.2, and C-1.3, and Ta- with §1926.652(c)(1). Other timber shoring bles C-2.1, C-2.2 and C-2.3 following para- configurations; other systems of support graph (g) of the appendix. Each table pre - such as hydraulic and pneumatic systems; sents the minimum sizes of timber members and other protective systems such as slop- to use in a shoring system, and each table ing, benching, shielding, and freezing sys- contains data only for the particular soil tems must be designed in accordance with type in which the excavation or portion of the requirements set forth in § 1926.652(b) and §1926.652(c). 383 Pt. 1926, Subpt. P, App. C the excavation is made. The data are ar- ranged to allow the user the flexibility to se- lect from among several acceptable configu- rations of members based on varying the horizontal spacing of the crossbraces. Stable rock is exempt from shoring requirements and therefore, no data are presented for this condition. (2) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appen- dix, and on the tables themselves. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. (4) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations regarding Ta- bles C-1.1 through C-1.3 and Tables C-2.1 through C-2.3 are presented in paragraph (g) of this Appendix. (d) Basis and limitations of the data—(1) Di- mensions of timber members. (i) The sizes of the timber members listed in Tables C-1.1 through C-1.3 are taken from the National Bureau of Standards (NBS) report, "Rec- ommended Technical Provisions for Con- struction Practice in Shoring and Sloping of Trenches and Excavations." In addition, where NBS did not recommend specific sizes of members, member sizes are based on an analysis of the sizes required for use by ex- isting codes and on empirical practice. (ii) The required dimensions of the mem- bers listed in Tables C-1.1 through C-1.3 refer to actual dimensions and not nominal di- mensions of the timber. Employers wanting to use nominal size shoring are directed to Tables C-2.1 through C-2.3, or have this choice under § 1926.652(c)(3), and are referred to The Corps of Engineers, The Bureau of Reclamation or data from other acceptable sources. (2) Limitation of application. (i) It is not in- tended that the timber shoring specification apply to every situation that may be experi- enced in the field. These data were developed to apply to the situations that are most commonly experienced in current trenching practice. Shoring systems for use in situa- tions that are not covered by the data in this appendix must be designed as specified in § 1926.652(c). (ii) When any of the following conditions are present, the members specified in the ta- bles are not considered adequate. Either an alternate timber shoring system must be de- signed or another type of protective system designed in accordance with § 1926.652. (A) When loads imposed by structures or by stored material adjacent to the trench weigh in excess of the load imposed by a two - foot soil surcharge. The term "adjacent" as used here means the area within a horizontal distance from the edge of the trench equal to the depth of the trench. 29 CFR Ch. XVII (7-1-07 Edition) (B) When vertical loads imposed on cross braces exceed a 240-pound gravity load dis- tributed on a one -foot section of the center of the crossbrace. (C) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (D) When only the lower portion of a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables. The members of the shor- ing system that are to be selected using this information are the cross braces, the uprights, and the wales, where wales are re- quired. Minimum sizes of members are speci- fied for use in different types of soil. There are six tables of information, two for each soil type. The soil type must first be deter- mined in accordance with the soil classifica- tion system described in appendix A to sub- part P of part 1926. Using the appropriate table, the selection of the size and spacing of the members is then made. The selection is based on the depth and width of the trench where the members are to be installed and, in most instances, the selection is also based on the horizontal spacing of the crossbraces. Instances where a choice of horizontal spac- ing of crossbracing is available, the hori- zontal spacing of the crossbraces must be chosen by the user before the size of any member can be determined. When the soil type, the width and depth of the trench, and the horizontal spacing of the crossbraces are known, the size and vertical spacing of the crossbraces, the size and vertical spacing of the wales, and the size and horizontal spac- ing of the uprights can be read from the ap- propriate table. (f) Examples to Illustrate the Use of Tables C- 1.1 through C-1.3. (1) Example 1. A trench dug in Type A soil is 13 feet deep and five feet wide. From Table C-1.1, for acceptable arrange- ments of timber can be used. Arrangement #B1 Space 4x4 crossbraces at six feet hori- zontally and four feet vertically. Wales are not required. Space 3x8 uprights at six feet horizontally. This arrangement is commonly called "skip shoring." Arrangement #B2 Space 4x6 crossbraces at eight feet hori- zontally and four feet vertically. Space 8x8 wales at four feet vertically. 384 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C Space 2x6 uprights at four feet hori- zontally. Arrangement #B3 Space 6x6 crossbraces at 10 feet hori- zontally and four feet vertically. Space 8x10 wales at four feet vertically. Space 2x6 uprights at five feet hori- zontally. Arrangement #B4 Space 6x6 crossbraces at 12 feet hori- zontally and four feet vertically. Space 10x10 wales at four feet vertically. Spaces 3x8 uprights at six feet hori- zontally. (2) Example 2. A trench dug in Type B soil in 13 feet deep and five feet wide. From Table C-1.2 three acceptable arrangements of members are listed. Arrangement #B1 Space 6x6 crossbraces at six feet hori- zontally and five feet vertically. Space 8x8 wales at five feet vertically. Space 2x6 uprights at two feet hori- zontally. Arrangement #B2 Space 6x8 crossbraces at eight feet hori- zontally and five feet vertically. Space 10x10 wales at five feet vertically. Space 24 uprights at two feet hori- zontally. Arrangement #B3 Space 8x8 crossbraces at 10 feet hori- zontally and five feet vertically. Space l0x12 wales at five feet vertically. Space 2x6 uprights at two feet vertically. (3) Example 3. A trench dug in Type C soil is 13 feet deep and five feet wide. From Table C-1.3 two acceptable arrange- ments of members can be used. Arrangement #BI Space 8x8 crossbraces at six feet hori- zontally and five feet vertically. Space l0x12 wales at five feet vertically. Position 2x6 uprights as closely together as possible. If water must be retained use special tongue and groove uprights to form tight sheeting. Arrangement #B2 Space Sx10 crossbraces at eight feet hori- zontally and five feet vertically. Space 12xl2 wales at five feet vertically. Position 2x6 uprights in a close sheeting configuration unless water pressure must be resisted. Tight sheeting must be used where water must be retained. (4) Example 4. A trench dug in Type C soil is 20 feet deep and 11 feet wide. The size and spacing of members for the section of trench that is over 15 feet in depth is determined using Table C-1.3. Only one arrangement of mem- bers is provided. Space 8xl0 crossbraces at six feet hori- zontally and five feet vertically. Space 12x12 wales at five feet vertically. Use 3x6 tight sheeting. Use of Tables 0-2.1 through C-2.3 would fol- low the same procedures. (g) Notes for all Tables. 1. Member sizes at spacings other than in- dicated are to be determined as specified in §1926.652(c), "Design of Protective Systems." 2. When conditions are saturated or sub- merged use Tight Sheeting. Tight Sheeting refers to the use of specially -edged timber planks (e.g., tongue and groove) at least three inches thick, steel sheet piling, or similar construction that when driven or placed in position provide a tight wall to re- sist the lateral pressure of water and to pre- vent the loss of backfill material. Close Sheeting refers to the placement of planks side -by -side allowing as little space as pos- sible between them. 3. All spacing indicated is measured center to center. 4. Wales to be installed with greater di- mension horizontal. 5. If the vertical distance from the center of the lowest crossbrace to the bottom of the trench exceeds two and one-half feet, uprights shall be firmly embedded or a mudsill shall be used. Where uprights are embedded, the vertical distance from the center of the lowest crossbrace to the bot- tom of the trench shall not exceed 36 inches. When mudsills are used, the vertical dis- tance shall not exceed 42 inches. Mudsills are wales that are installed at the toe of the trench side. 6. Trench jacks may be used in lieu of or in combination with timber crossbraces. 7. Placement of crossbraces. When the vertical spacing of crossbraces is four feet, place the top crossbrace no more than two feet below the top of the trench. When the vertical spacing of crossbraces is five feet, place the top crossbrace no more than 2.5 feet below the top of the trench. 385 r f i �f co 00 TABLE C-1.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A Pa = 25 X H + 72 psf (2 ft Surcharge) SIZE (ACTUAL! AND & OF MEMBERS ** DEPTH UPRIGHTS OF HORIZ. WIDTH OF TRENCH FEET VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING TRENCH (FEET) SPACING SPACING SIZE SPACING FEET UP TO UP TO UP TO UP TO 1 UP TO (FEET) 4 6 9 12ll 15 (FEET) (IN) (FEET) UP TO I Not 5 6 4X4 04 4X6 6X6 6X6 4 R 'd 2X6 UP TO Not TO 8 4X4 4X4 4X6 6X6 6X6 4 Re 'd 2X8 UP TO 10 4X6 4X6 4U— 6X6 6X6 4 8X8 4 2X6 UP TO 12 4X6 4X6 6X6 6X6 6X6 4 8X8 4 2X6 UP TO Not 10 6 4X4 4X4 4X6 6X6 I 6X6 4 R --- UP TO TO 8 4X6 4X6 6X6 6X6 6X6 4 8X8 4 2X6 UP TO 15 10 6X6 6X5 6X6 6X8X 2X6 UP TO 12 6X6 6X6 6X6 6X8 6X8 4 10X 0 4 UP TO 15 6 6X6 6X6 6X6 6X8 I 6X8 4 6X8 4 1 3X6 UP 70 TO 8 6X6 6X6 6X6 6X8 6X8 4 8X8 4 3X6 UP TO 20 X X X x 0 4 4 UP TO 12 8X8 8X8 8X8 8X8 8X10 4 1OX10 4 3X6 OVER 20 SEE NOTE 1 * Mixed oak or equivalent with a bending strength not less tnan uau psi. ** Manufactured members of equivalent strength may by substituted for wood. X co 00 a TABLE C-1.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE B P a - 45 X H + 72 psf (2 ft. Surcharge) ** DEPTH CROSS BRACESWAL!S UPRIGHTS OF TRENCH WIDTH F VERT. VERT MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING (FEET) CLOSE 2 3 (FEET) 4 6 9 12 15 (FEET) (IN) (FEET) 5 UP 6 TO 4X6 4X6 6X6 6X6 6X6 5 6X8 5 2X6 UP TO TO 6X6 6X6 6X6 6X8 6X8 5 1 8X10 1 5 UP TO 10 10 6X6 6X6 6X6 6X8 6X8 5 1OX10 5 2X6 See UP 10 6T0 6X6 6X6 6X6 6X8 6X8 5 8X8 5 2X6 UP TO 8 6X8 6X8 6X8 8X8 8X8 5 10X10 5 2X6 TO UP TO 15 5 1OX12 5 2X6 See Note 1 UP TO 15 6 6X8 6X8 6X8 8X8 8X8 5 8X10 5 3X6 UP TO TO 8 8X8 8X8 8X8 8X8 8XI01 5 SOX12 5 3X6 UP TO 10 8X10 8X10 BX10 8X10 1OX10 5 12X12 1 5 3X6 20 See Note 1 OVER 20 SEE NOTE 1 * Mixed oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may by substituted for wood. -v Y co 00 DO TABLE C-1.3 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE C P = 80 X H + 72 psf (2 ft. Surcharge) a DEPTH ** OF CROSS BRACES UPRIGHTS TRENCH HORIZ. WIDTH OF,TRENCH (FEET) MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET See Note 2 CLOSE (FEET) 4 6 9 12 1 15 FEET IN. (FEET) UP TO 5 6 6X8 6X8 6X8 8X8 8X8 5 8X10 5 2X6 UP TO TO 8 8X8 8X8 8X8 8X8 8X10 5 1OX12 5 2X6 UP TO 10 10 8X10 8X10 8X10 8X10 10X10 5 12X12 5 2X6 See Note 1 UP TO 6 8X8 8X8 8X8 8X8 8X10 5 1OX12 5 2X6 10 UP TO TO 8 8X10 8X10 8X10 8X10 1OX10 5 12X12 5 2X6 See Note 1 15 See Note 1 15 UP 6 TO 8X10 8X10 8X10 8X10 10X10 5 12X12 5 3X6 See Note I .TO See 20 Note 1 See Note i OVER SEE NOTE 1 20 * Mixed Oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may be substituted for wood. Y co 00 CD TABLE C-2.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A P a - 25 X H t 72 psf (2 ft. Surcharge) DEPTH SIZE ** OF CROSS BRACES WATYRUPRIGHTS TRENCH •HORIZ. WIDTH OF TRENCH VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP'TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET CLOSE 4 5 6 8 (FEET) 4 6 FEET UP TO I Not Not 5 6 4X4 4X4 4X4 4X4 4X6 4 Req'd Req'd 4X6 UP TO Not Not TO 4X4 4X4 4X4 4X6 4X6 4 Req'd 'd 4X8 UP TO 10 10 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4X6 UP12TO 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4X6 10 UP TO 6 4X4 4X4 4X4 6X6 6X6 4 Req d R eq� d 4X10 UP TO TO 8 4X6 4X6 4X6 6X6 6X6 4 6X8 4 4X6 P TO 10 6X6 6X6 6X6 6X6 6X6 4 8X8 4 4X8 15 p TO 12 6X6 6X6 I 6X6 6X6 6X6 4 BX10 4 4X6 4X10 P 15 6T0 6X6 6X6 6X6 6X6 6X6 4 6X8 4 3X6 tip TO6X6 TO 8 6X6 6X6 6X6 6X6 L 4 8X8 4 3X6 4X12 UP TO 20 10 6X6 6X6 6X6 6X6 6X8 4 8X10 4 3X6 P TO 12 6X6 6X6 6X6 6X8 6X8 4 8X12 4 3X6 4X12 OVER SEE NOTE 1 zo1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. n ..-„77 7771 +.W.w.._.,m 177, � a-rl"..._..k ate. ,� ... ...... ...... ..' TABLE C-2.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE B P - 45 X H t 72 psf (2 ft. Surcharge) a SIZE S45 AND SPACING OF MEMBERS ** DEPTH OF TRENCH HORIZ.F4X6 WIDTH OF TRENCH FEET VERT. ART, MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING (FEET) CLOSE 2 3 4 6 (FEET) 6 9 12 15 (FEET) (IN.) 3X12 5 UP 6 TO 4X6 4X6 6X6 6X6 5 6X8 5 4X8 4X12 UP TO 8 4X6 6X6 6X6 6X6 5 8X8 5 3X8 4X8TO UP TO 10 lO 4X6 4X6 6X6 6X6 6X8 5 8X10 5 4X8 See Note 1 UP TO 10 6 6X6 6X6 6X6 6X8 16X8 5 8X8 5 3X6 I 4X10 UP TO TO 8 6X8 6X8 6X8 8X8 SX8 5 1OX10 5 3X6 4X10 UP TO 15 10 6X8 6X8 8X8 8X8 8X8 5 11OX12 5 3X6 4X10 See Note 1 UP TO 15 6 6X8 6X8 6X8 6X8 8X8 5 8X10 5 4X6 UP TO TO 8 6X8 6X8 6X8 8X8 8X8 5 1OX12 5 4X6 UP TO 10 SX8 8X8 8X8 8X8 8X8 5 112X12 5 4X6 2O See Note 1 OVER SEE NOTE 1 20 t * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. x b in, z 0 a O o [i %i N �.�. 0 £y o ° d pp o t,d �w P �bmm z O 0Ox"�U� mt7'� m ID, CD n y pwPDC 9`3 y fv G b C"iCD Q O �] CD ct 0 P o CAD N CD CD 0 10 CD to w CD -.0 � o v a ti CD � n quo N'I 0 n (yam <D a7 cPN v N Y N G N N a - o Cw A o W ro m CD O b m m P. ct Id nCD o _ cat :. M a p 0 m � p cY -1 n CD D pCC .1 row�.� CA N 0 P M ID rA m C m n CD P 9CDCD Ct n O° TABLE C-2.3 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE C P a n 80 X H t 72 psf (2 ft. Surcharge) DEPTH SIZE ** OF CROSS UPRIGHTS HORIZ. WIDT 0 VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING TRENCH (FEET) SPACING UP TO UP TO UP TO UP TO UP TO SPACING SIZE SPACING (FEET) CLOSE (FEET) 4 6 9 12 15(FEET) UP TO 5 6 6X6 6X6 6X6 6X6 8X8 5 8X8 5 3X6 UP TO TO 8 6X6 6X6 6X6 8X8 8X8 5 1OX10 5 3X6 UP TO 10 10 6X6 6X6 8X8 8X8 8X8 5 1OX12 5 3X6 See Note 1 UP TO 10 6 6X8 6X8 6X8 8X8 8X8 5 1OX10 5 4X6 UP TO TO 8 8X8 8X8 8X8 8X8 8X8 5 12X12 5 4X6 15 g Note 1 See Note 1 UP TO 15 6 8X8 8X8 8X8 8X10 8X10 5 1OX12 5 4X6 See TO te 1 e 20 te 1 [SEE e 1 OVER 20 NOTE 1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. u Pt. 1926, Subpt. P, App. D first be determined using the soil classifica- tion method set forth in appendix A of sub- part P of part 1926. (c) Presentation of Information. Information is presented in several forms as follows: (1) Information is presented in tabular form in Tables D-1.1, D-1.2, D-1.3 and F-1.4. Each table presents the maximum vertical and horizontal spacings that may be used with various aluminum member sizes and various hydraulic cylinder sizes. Each table contains data only for the particular soil type in which the excavation or portion of the excavation is made. Tables D-1.1 and D- 1.2 are for vertical shores in Types A and B soil. Tables D-1.3 and D1.4 are for horizontal waler systems in Types B and C soil. (2) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appen- dix. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. (4) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations (footnotes) re- garding Table D-1.1 through D-1.4 are pre- sented in paragraph (g) of this appendix. (6) Figures, illustrating typical installa- tions of hydraulic shoring, are included just prior to the Tables. The illustrations page is entitled "Aluminum Hydraulic Shoring; Typical Installations." (d) Basis and limitations of the data. (1) Vertical shore rails and horizontal wales are those that meet the Section Modulus re- quirements in the D-1 Tables. Aluminum material is 6061-T6 or material of equivalent strength and properties. (2) Hydraulic cylinders specifications. (1) 2- inch cylinders shall be a minimum 2-inch in- side diameter with a minimum safe working capacity of no less than 18,000 pounds axial compressive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product manufaturer. (ii) 3-inch cylinders shall be a minimum 3- inch inside diameter with a safe working ca- pacity of not less than 30,000 pounds axial compressive load at extensions as rec- ommended by product manufacturer. (3) Limitation of application. (i) It is not intended that the aluminum hydraulic specification apply to every situa- tion that may be experienced in the field. These data were developed to apply to the situations that are most commonly experi- enced in current trenching practice. Shoring systems for use in situations that are not covered by the data in this appendix must be otherwise designed as specified in §1926.652(c). (ii) When any of the following conditions are present, the members specified in the Ta- 29 CFR Ch. XVII (7-1-07 Edition) bles are not considered adequate. In this case, an alternative aluminum hydraulic shoring system or other type of protective system must be designed in accordance with §1926.652. (A) when vertical loads imposed on cross braces exceed a 100 Pound gravity load dis- tributed on a one foot section of the center of the hydraulic cylinder. (B) when surcharge loads are present from equipment weighing in excess of 20,000 pounds. (C) When only the lower portion or a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables D-1.1, D-1.2, D-1.3 and D- 1.4. The members of the shoring system that are to be selected using this information are the hydraulic cylinders, and either the vertical shores or the horizontal wales. When a waler system is used the vertical timber sheeting to be used is also selected from these tables. The Tables D-1.1 and D-1.2 for vertical shores are used in Type A and B soils that do not require sheeting. Type B soils that may require sheeting, and Type C soils that always require sheeting are found in the horizontal wale Tables D-1.3 and D-1.4. The soil type must first be determined in ac- cordance with the soil classification system described in appendix A to subpart P of part 1926. Using the appropriate table, the selec- tion of the size and spacing of the members is made. The selection is based on the depth and width of the trench where the members are to be installed. In these tables the vertical spacing is held constant at four feet on center. The tables show the maximum horizontal spacing of cylinders allowed for each size of wale in the waler system tables, and in the vertical shore tables, the hydrau- lic cylinder horizontal spacing is the same as the vertical shore spacing. (f) Example to Illustrate the Use of the Tables: (1) Example 1. A trench dug in Type A soil is 6 feet deep and 3 feet wide. From Table D-1.1: Find vertical shores and 2 inch diameter cylinders spaced 8 feet on center (o.c.) horizontally and 4 feet on center (o.c.) vertically. (See Figures 1 & 3 for typical installations.) (2) Example 2: A trench is dug in Type B soil that does not require sheeting, 13 feet deep and 5 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinders spaced 6.5 feet o.c. horizontally and 4 feet o.c. vertically. (See Figures 1 & 3 for typical installations.) (3) A trench is dug in Type B soil that does not require sheeting, but does experience some minor raveling of the trench face. The 392 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D trench is 16 feet deep and 9 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinder (with special oversleeves as designated by footnote #B2) spaced 5.5 feet o.c. horizontally and 4 feet o.c. vertically, plywood (per footnote (g)(7) to the D-1 Table) should be used behind the shores. (See Fig- ures 2 & 3 for typical installations.) (4) Example 4: A trench is dug in pre- viously disturbed Type B soil, with charac- teristics of a Type C soil, and will require sheeting. The trench is 18 feet deep and 12 feet wide. 8 foot horizontal spacing between cylinders is desired for working space. From Table D-1.3: Find horizontal wale with a sec- tion modulus of 14.0 spaced at 4 feet o.c. vertically and 3 inch diameter cylinder spaced at 9 feet maximum o.c. horizontally. 3x12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Example 5: A trench is dug in Type C soil, 9 feet deep and 4 feet wide. Horizontal cylinder spacing in excess of 6 feet is desired for working space. From Table D-1.4: Find horizontal wale with a section modulus of 7.0 and 2 inch diameter cylinders spaced at 6.5 feet o.c. horizontally. Or, find horizontal wale with a 14.0 section modulus and 3 inch diameter cylinder spaced at 10 feet o.c. hori- zontally. Both wales are spaced 4 feet o.c. vertically. 3x12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (g) Footnotes, and general notes, for Tables D-1.1, D-1.2, D-1.3, and D-1.4. (1) For applications other than those listed in the tables, refer to § 1926.652(c)(2) for use of manufacturer's tabulated data. For trench depths in excess of 20 feet, refer to § 1926.652(c)(2) and § 1926.652(c)(3). (2) 2 inch diameter cylinders, at this width, shall have structural steel tube (3.54.5x0.1875) oversleeves, or structural oversleeves of manufacturer's specification, extending the full, collapsed length. (3) Hydraulic cylinders capacities. (i) 2 inch cylinders shall be a minimum 2-inch in- side diameter with a safe working capacity of not less than 18,000 pounds axial compres- sive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product man- ufacturer. (ii) 3-inch cylinders shall be a minimum 3- inch inside diameter with a safe work capac- ity of not less than 30,000 pounds axial com- pressive load at maximum extension. Max- imum extension is to include full range of cylinder extensions as recommended by product manufacturer. (4) All spacing indicated is measured cen- ter to center. (6) Vertical shoring rails shall have a min- imum section modulus of 0.40 inch. (6) When vertical shores are used, there must be a minimum of three shores spaced equally, horizontally, in a group. (7) Plywood shall be 1.125 in. thick softwood or 0.75 inch. thick, 14 ply, arctic white birch (Finland form). Please note that plywood is not intended as a structural member, but only for prevention of local rav- eling (sloughing of the trench face) between shores. (8) See appendix C for timber specifica- tions. (9) Wales are calculated for simple span conditions. (10) See appendix D, item (d), for basis and limitations of the data. J 393 Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-07 Edition) ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. 1 FIGURE NO. 2 VEIITX7AL ALYIMY MrDRAIAID EMORIM VERT" ALIYMY /SPOT EAADEw HYDRAIAIO EMOM10 / C." PLYWOOD) HORIZONTAL SPACING ./// HORIZONTAL / S PACIXG ,J le" MArl- V::T ICAL SCING MAX) . 2' MAX. FIGURE NO. 3 VERTICAL ALUfAN MYDRAUU0 SHO MO (STACMEDI 4ti Sv! !y a` ,LO a� a° VERTICAL SPACING 4' MAX. 2' MAX. VERTICAL RAIL VERTICAL RAIL 'I N TO RAULIC CY LINGER Ie�MI11 I YERI ICAL SPACING 4MAX. 2' MAX. FIGURE NO. 4 ALUUNM HYDRAMC $WWMO W "SYSTEM "YMOAU HORIZONTAL SPACING e IERTICAL RAIL 2' MAX. HYDAULIC CYLIRNDER VERTICAL SPACING 394 HYDRAULIC CYLINDER PLYWOOD UPRIGHT SHEETING co to 01 TABLED - 1.1 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE A HYDRAULIC CYLINDERS WIDTH OF TRENCH (FEET) DEPTH MAXIMUM MAXIMUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) (FEET) OVER 5 UP TO 8 10 OVER 10 g 4 2INCH 2INCH 3INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 7 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Note (1): See Appendix D, Item (g) (1) Note (2): See Appendix D, Item (g) (2) u OM co cc M TABLE D - 1.2 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE B HYDRAULIC CYLINDERS WIDTH OF TRENCH (FEET) DEPTH MAXIMUM MAXIMUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) (FEET) OVER 5 UP TO 8 10 OVER 10 6.5 4 2INCH 2INCH 3INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 5.5 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D. Item (g) Note (1): See Appendix D, Item (g) (1) Note (2): See Appendix D, Item (g) (2) N �0 N a Nf C U 13 D .3 13 V co co TABLE D -1.3 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE B WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS WIDTH OF TRENCH (FEET) MAX.HORIZ.SPACING DEPTH * (ON CENTER) UP TO 8 OVER 8 UP TO 12 OVER 12 UP T015 SOLID 2 FT. 3 FT. OF TRENCH VERTICAL SPACING SECTION MODULUS HORIZ, CYLINDER HORiZ. CYLINDER HOAR. CYLINDER SHEEr (FEET) (FEET) (IN') SPACING DIAMETER SPACING DIAMETER SPACING DIAMETER 2 IN OVER 3.5 8.0 2 IN 8.0 NOTE(2) 8.0 3IN IN 5 42 7.0 9.0 21N 9.0 NOTE(2) 9.0 3IN - - 3x12 UP TO 14.0 1 12.0 3IN 12.0 3IN 12.0 3IN 10 2 IN OVER 3.5 6.0 6.0 Np� 2 6.0 3 IN 7.0 8.0 8.0 3IN 8.0 3IN 10 UP TO 4 3x12 - 14.0 10.0 10.0 3IN 10.0 3IN 15 ]�� 2 IN OVER5.5 3.5 5.5 NpTE 2 5.5 3IN 7.0 6.0 6.0 3IN 6.0 3IN 15 TO20 4 3x12UP 14.0 9.0 9.0 3IN 9.0 3IN OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Notes (1): See Appendix D, item (g) (1) Notes (2): See Appendix D, Item (g) (2) * Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. u TABLE D -1.4 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE C WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS DEPTH w WIDTH OF TRENCH (FEET) MAX.HORtZ SPACING (ON CENTER) UP TO 8 OVER 8 UP TO 12 OVER 12 UP TO 15 SOLID 2 FT. 3 FT. OF TRENCH VERTICAL SPACING SECTION MODULUS HORIZ. CYLINDER HORIZ. CYLINDER HORTZ. CYLINDER SHEEf (FEET) (FEET) (IN3) SPACING DIAMETER SPACING DIAMETER SPACING DIAMETER OVER 5 UP TO 4 3.5 6.0 2 IN 6.0 NOTE 2 6.0 3 IN 3x12 - - 7.0 6.5 2IN 6.5 21N NOTE(2) 6.5 3IN 14.0 10.0 3IN 10.0 3IN 10.0 3IN 10 2 IN OVER 3.5 4.0 2 IN 4.0 NOTE(2) 4.0 3 IN 7.0 5.5 3 IN 5.5 3 IN 5.5 3 IN 10 UP TO 4 3x12 - - 14.0 8.0 3IN 8.0 3IN 8.0 3IN 15 OVER 3.5 3.5 2 IN 3.5 NOTE 2 3.5 1 3IN 7.0 5.0 3IN 5.0 3IN 5.0 3IN 15 UP TO 4 302 - - 14.0 6.0 3IN 6.0 3IN 6.0 3IN 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Notes (1): See Appendix D, item (g) (1) Notes (2): See Appendix D, Item (g) (2) * Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. M Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. E APPENDIX E TO SUBPART P OF PART 1926—ALTERNATIVES TO TIMBER SHORING Figure 1. Aluminum Hydraulic Shoring 18" M VER1 SPAC 4' MA iRTICAL RAIL YDRAULIC CYLINDER Figure 2. Pneumatic/hydraulic Shoring 0 00 0 0 399 Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-07 Edition) Figure 3. Trench Jacks (Screw Jacks) Figure 4. Trench Shields APPENDLY F TO SUBPART P OF PART part P for excavations 20 feet or less in 1926—SELECTION OF PROTECTIVE depth. Protective systems for use in exca- SYSTEMS vations more than 20 feet in depth must be designed by a registered professional engi- The following figures are a graphic sum- neer in accordance with § 1926.652 (b) and (c). mary of the requirements contained in sub- 400 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. F Is the excavation more -than 5 feet in depth? Is there potential for cave—in? NO seiectea. Go to Figure 2 Is the excavation entirely in stable rock? Excavation may be made with vertical sides. Excavation must be sloped, shored, or shielded. Shoring or shielding selected. I- rGo to Figure 3 FIGURE 1 — PRELIMINARY DECISIONS 401 Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-07 Edition) ISloping selected as the method of protection Will soil classification be made in accordance with 31926.652 (b)? Excavation must comply with one of the following three options: Option 1: 1926.652 (b)(2) which requires Appendices A and B to be followed Option 2: S1926.652 (b)(3) which requires other tabulated data (see definition) to be followed. Option 3: ,f1926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. 402 Excavations must comply withf1926.652 (b)(1) which requires a slope of IkH:1V (340). FIGURE 2 - SLOPING OPTIONS Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. F Shoring or shielding selected as the method of protection. Soil classification is required when shoring or shielding is used. The excavation must comply with one of the following four options: Option 1 ,C1926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). Option 2 §1926.652 (c)(2) which requires manufacturers data to be followed (e.g. hydraulic shoring,trench jacks, air shores, shields). Option 3 .S1926.652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). Option 4 S1926.652 (c)(4) which requires the excavation to be designed by a registered professional engineer (e.g. any designed system). FIGURE 3 - SHORING AND SHIELDING OPTIONS 403