Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2010-R0150 - Construction Contract (No. 9403) W_ West Texas Paving, Inc. For Site Improvement - 03_25_2010
Resolution No. 2010—RO150 March 25, 2010 Item No. 5.27 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Unit Price Construction Contract No. 9403 for McAlister Park roadway and site improvements per ITB 10-054- DD, by and between the City of Lubbock and West Texas Paving, Inc. of Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on March 25, 2010 TOM MARTIN, MAYOR ATTEST: Rebeccaarza, City Secretary APPROVED AS TO CONTENT: cn" C='t &' Scott nider, Assistant Citidmanager Community Services APPROVED AS TO FORM: Weaver, Assistant City Attorney vw:ccdocs/RES. Contract -West Texas Paving, Inc. March 11, 2010 No Text CITY OF LUBBOCK SPECIFICATTONS-FOR McAlister Park Roadway and Site Improvements ITB 10-054-DD Contract 9403 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.thereDroductioncomijany.com Phone: (806) 763-7770 U-1. CITY OF LUBBOGK Lubbock, Texas w Page Intentionally Left Blank ggYS L U 0 4F rq ITB 10-054-DD McAlister Park- Roadway and Site Improvements, Addendum 1 City of Lubbock PURCHASING AND CONTRACT MANAGEMENT SUITE 204, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806)775-2168 FAX: (806)775-3326 http://purchasing.ei.lubbock.tx.us DATE ISSUED: CLOSE DATE: ADDENDUM 1 ITB-10-054-DD McAlister Park Roadway and Site Improvements February 2, 2010 March 2, 2010 @ 3:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders must submit the REVISED BID SUBMITTAL FORM, attached. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ddos.';O,mylubbock.us. THANK YOU, eCIITTY OF LUBBOCK Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidders responsibility to advise the Purchasina Manaeer if anv laneuaee. requirements, etc.. or anv combinations thereof. inadvertentiv restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB-10-054-DDadl Page Intentionally Left Blank i` I' f ' "REVISED" BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: ITB-10-054-DD- McAlister Park - Roadway and Site Improvements Bid of (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 a McAlister Park Restroom and Improvements, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The 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. Estimated Item Quantity No. & Unit Description of Item Total Amount BASE BID 1. 1 LS Mobilization/demobilization, move-in/move-out related costs, complete. TOTAL ITEM 1: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 2. 1 LS Earthwork, including grading, embankment fill, topsoiling, clearing and grubbing, complete TOTAL ITEM 2: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shalt govern.) 3. 1 LS Demolition, including the removal and proper disposal of all items shown in the plans TOTAL ITEM 3: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4. 1 LS Furnish and install concrete slab for CXT Restroom Building (including plumbing), complete TOTAL ITEM 4: $ /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials No Text Item Estimated No. Quantity & Unit Description of Item Total Amount 1 LS Furnish and install electrical work as shown and specified, complete in place TOTAL ITEM 5: $ /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 6. 1 LS Grass seeding as specified, complete in place TOTAL ITEM 6: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 7. 1,990 SF Install concrete sidewalk as shown on plans, complete in place TOTAL ITEM 7: $ /SF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 8. 8,000 LF Furnish and install concrete curb and gutter as shown on plans, complete in place TOTAL ITEM 8: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 9. 50 LF Furnish and install 4-inch, approved gravity sewer pipe, complete in place TOTAL ITEM 9: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 10. 315 LF Furnish and install 2-inch, approved water line pipe, complete in place TOTAL ITEM 10: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 11. 1 EA Furnish and install ADA ramp at Skate Park Road, complete in place TOTAL ITEM 11: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 12. 285 SY Asphalt pavement repair, as specified, complete in place TOTAL ITEM 12: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 13. 1 LS Parking lot striping, as shown in plans for the north addition to the Legacy Play Village Parking Lot, complete in place TOTAL ITEM 13: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials No Text i Item Estimated No. Quantity & Unit Description of Item Total Amount 14. 315 LF 6-inch irrigation sleeves, complete in place TOTAL ITEM 14: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 15. 1 LS Decomposed granite (sand tan color), complete in place TOTAL ITEM 15: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern,) 16. 1 LS Install concrete medians as shown on plans TOTAL ITEM 16: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case ofdiscrepancy, the amount shown in words shall govern.) 17. 65 CY Caged riprap, complete in place TOTAL ITEM 17: $ /CY( ) pp (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 18. 2 EA Permanent barricades as shown on plans TOTAL ITEM 18: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 19. 16,900 SY 6-inch subgrade preparation, complete in place TOTAL ITEM 19: $ /SY( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 20. 16,900 SY 6-inch flexible base, complete in place TOTAL ITEM 20: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 21. 1,860 TON 2-inch HMAC, complete in place TOTAL ITEM 21: $ /TON( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 22. 1 LS Furnish and install electrical components as shown on plans, complete in place TOTAL ITEM 22: $ /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials t Page Intentionally Left Blank TOTAL BASE BID, ITEMS 1- 22: MATERIALS: LABOR: $ TOTAL BASE BID ITEMS 1 - 22: $ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ADDITIVE OPTION:1 Al-1. 16, 900 SY (Asphalt Overlay / Parking Lot Striping), as shown in plans, complete in place TOTAL ADDITIVE OPTION: TOTAL ADDITIVE OPTION Al-1 $ (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ADDITIVE OPTION:2 A2-1. 1,860 TON (Additional South Parking Lot), as shown in plans shall include but not limited to asphalt pavement, curb and gutter, sidewalk, concrete medians, striping, ADA ramp, and ADA signage, complete in place TOTAL ADDITIVE OPTION: TOTAL ADDITIVE OPTION A2-1: $ (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 150 (ONE HUNDRED FIFTY) CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $500 (FIVE HUNDRED) PER DAY in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, Bidder's Initials Page Intentionally Left Blank payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within 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: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Telephone: Fax: Zip Code FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American I Other S eci Page Intentionally Left Blank city of lubbock �..., TEXAS ADDENDUM No. 2 ITB 10-054-DD McAlister Park Roadway and Site Improvements DATE ISSUED: March 2, 2010 CLOSE DATE: March 9, 2010 @ 3:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders must submit the "REVISED" BID SUBMITTAL FORM, attached. 2. Bidder's attention is invited to the Engineer's Addendum #2, attached. Note: If you would like a copy of the Addendum #2 with the drawings in full size, please contact The Reproduction Company at 2102 Avenue Q, Lubbock, Texas 79411 or they be reached (806) 763-7770 at e-mailed at\vww.thereproductiorlcoi-npany.com All requests for additional information or clarification must be submitted in writing and directed to: Marta Alvarez, Purchasing Manager, Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to malvarez(a?myiubbocLus. THANK YOU, Marta Alvarez CITY OF LUBBOCK It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the bidder's responsibility to advise the Citv of Lubbock Purchasing Manager if anv language, requirements, etc., or anv combinations thereof, inadvertently restricts or limits the requirements stated in this RFP 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 a 806.775.2171 - Purchasing and Contract Management Page Intentionally Left Blank � {j ! � E! . � r, � � l DATE: "REVISED" BID SUBMITTAL FORM UNIT PRICE BID CONTRACT PROJECT NUMBER: ITB-10-054-DD- McAllister Park - Roadway and Site Improvements Bid of (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 a McAlister Park -Roadway and Site Improvements, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The 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. Estimated Item Quantity No. & Unit Description of Item Total Amount BASE BID 1. 1 LS Mobilization/demobilization, including insurance, bonds and move-in/move-out related costs, complete. TOTAL ITEM 1: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 2. 1 LS Earthwork, including grading, embankment fill, topsoiling, clearing and grubbing, complete TOTAL ITEM 2: $ /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 3. 1 LS Demolition, including the removal and proper disposal of all items shown in the plans TOTAL ITEM 3: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4. 1 LS Furnish and install concrete slab for CXT Restroom Building (including plumbing), complete TOTAL ITEM 4: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials Page Intentionally Left Blank CEstimated Item Quantity F. No. & Unit Description of Item Total Amount 1 LS Furnish and install electrical work as shown and specified, complete in place TOTAL ITEM 5: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 6. 1 LS Grass seeding as specified, complete in place TOTAL ITEM 6: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 7. 1,990 SF Install concrete sidewalk as shown on plans, complete in place TOTAL ITEM 7: $ /SF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 8. 8,000 LF Furnish and install concrete curb and gutter as shown on plans, complete in place TOTAL ITEM 8: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 9. 50 LF Furnish and install 4-inch, approved gravity sewer pipe, complete in place TOTAL ITEM 9: $ /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 10. 315 LF Furnish and install 2-inch, approved water line pipe, complete in place TOTAL ITEM 10: $ /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 11. 1 EA Furnish and install ADA ramp at Skate Park Road, complete in place TOTAL ITEM 11: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the atnount shown in words shall govern.) 12. 285 SY Asphalt pavement repair, as specified, complete in place TOTAL ITEM 12: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 13. 1 LS Parking lot striping, as shown in plans for the north addition to the Legacy Play Village Parking Lot, complete in place TOTAL ITEM 13: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials Page Intentionally Left Blank i_ i Item Estimated No. Quantity & Unit Description of Item Total Amount 14. 315 LF 6-inch irrigation sleeves, complete in place TOTAL ITEM 14: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 15. 1 LS Decomposed granite (sand tan color), complete in place TOTAL ITEM 15: $ /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 16. 1 LS Install concrete medians as shown on plans TOTAL ITEM 16: _ _ $ /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 17. 65 CY Caged riprap, complete in place TOTAL ITEM 17: $ /CY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 18. 2 EA Pennanent barricades as shown on plans TOTAL ITEM 18: $ /EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 19. 16,900 SY 6-inch subgrade preparation, complete in place TOTAL ITEM 19: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 20. 16,900 SY 6-inch flexible base, complete in place TOTAL ITEM 20: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 21. 1,860 TON 2-inch HMAC, complete in place TOTAL ITEM 21: $ /TON( 1 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials Page Intentionally Left Blank TOTAL BASE BID, ITEMS 1- 21: MATERIALS: $ LABOR: $ TOTAL BASE BID ITEMS 1 - 21: $ (unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ADDITIVE OPTION:1 Al-1. 1 LS (Asphalt Overlay / Parking Lot Striping), as shown in plans, complete in place TOTAL ADDITIVE OPTION: TOTAL ADDITIVE OPTION A 1-1 $ (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ADDITIVE OPTION:2 A2-1. 1 LS (Additional South Parking Lot), as shown in plans shall include but not limited to asphalt pavement, curb and gutter, sidewalk, concrete medians, striping, ADA ramp, and ADA signage, complete in place TOTAL ADDITIVE OPTION: TOTAL ADDITIVE OPTION A2-1: $ (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 150 (ONE HUNDRED FIFTY) CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $500 (FIVE HUNDRED) PER DAY in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, Bidder's Initials Page Intentionally Left Blank payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within 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: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: - FEDERAL TAX 1D or SOCIAL SECURITY No. M/WBE Firm: Woman Black American Native American His anic American Asian Pacific American Other (Specify) 0 Patte Intentionally Left Blank 0lubbc'o"'Ck TEXAS ENGINEER'S ADDENDUM # 2 ITB 10-054-DD McAlister Park Roadway and Site Improvements 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 original documents dated December 20p. ,,� , AA., . 1 I. CHANGES TO BID PROPOSAL: A. Section 00300, Proposal 1. Page 4, Item 22: Delete in its entirety. II. CHANGES TO PLANS: r ...:......................: ! . KRISTI RENEE LAVER; r � N1.�............................ ' �0505© . �Q.:.gSIaD tlitNoue Os-'r 3•Z-10 A. Sheet G-002, Location Map, Vicinity Map, & Sheet Index: Project location revised. See sheet G-002, revision Addendum 2. B. Sheet C-110, Below Floor Piping: The 8-inch water line changed to a 2-inch water line. See attached drawing Sheet C-110, revision Addendum 2. C. Sheet C-501, Miscellaneous Details: Detail DI, Typical Perimeter Footing added. See Sheet C-501, revision Addendum 2. III. CLARIFICATIONS: A. Reseeding of disturbed areas is dependent upon the limits of construction. Areas disturbed during construction, including but not limited to construction stockpiles, staging areas or temporary roads, shall be reseeded and established to its pre - construction state. B. Contractor will be responsible for construction staking and layout as shown on the plans. C. Plumbing permit will be required under City Plumbing Codes Inspection. D. There is no bid item for SWPPP. Contractor will be responsible for localized runoff from the site. E. The electrical components to be furnished and installed shall be a lump sum bid item to include all electrical service entrance components as noted on the drawings to include; excavation, backfill, conduit, wiring, disconnects and all other related equipment. F. For Additive Option #1, the overlay shall consist of 2-inches. END OF ADDENDUM NO.2 Page Intentionally Left Blank CITY OF LUBBOCK SPECIFICATIONS -FOR McAlister Park Roadway and Site Improvements ITB 10-054-DD Contract 9403 Plans & Specifications may be obtained from THE REPRODUCTION -COMPANY v,rww.thergproductioncoMpany.com Phone: (806) 763-7770 CITY %(J'fro LUBBOCK Lubbock, Texas Pap,e Intentionally Left Blank C.I-TY OF LUBBOCK INVITATION TO BID FOR TITLE: MCALISTER PARK ROADWAY AND SITE IMPROVEMENTS ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 10-054-DD Contract-9403 PROJECT NUMBER: 91203.9246.30000 CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE Page Intentionally Left Blank _ City of Lubbock, TX Purchasing_and-Contract--Management Office Contractor Checklist for ITB-10=054-DD 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. 1. 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. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. 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. 2. 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. 3. 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. ` 4. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 5. Clearlymark the bid number, title, due date and time and our company name and address on the Y P Y outside of the envelope or container. 6. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. Complete and submit the 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 YOUR BID SUBMITTAL. (Type or Print Company Name) Paee IntenifionaBy Left Blank 2 I 1. 2 3. 4. } 5. 6. 7. 8. 9. 10. 11. 12. l; t I_rj 0_wl NOT -ICE TO BIDDERS GENERAL_INSIR-U-CT-IONS TO BIDDERS 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 LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT DAVIS.BACON WAGE DETERMINATIONS SPECIAL CONDITIONS OF APPLICABLE) SPECIFICATIONS 3 Paee IntentionaHv Left Blank NOTICE TO BIDDERS 1 Page Intentionally Left Blank N NOTICE TO BIDDERS ITB-10-054-DD Sealed bids addressed to Marta Alvarez, Purchasing Manager, 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., March 2, 2010 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: "McAlister Park —Roadway-and Site Improvements" 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 Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 3:00 P.M., March 2, 2010, and the City of Lubbock City Council will consider the bids -on -March 25; 2010-at the Municipal- Building, 1625-13th Street; Lubbock, Texas, or as soon thereafter - as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. The bonds must 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. 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, 2010 at 9:00 A.M., in Parks Conference Room,10104h 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 g! 7 documents are returned in good condition within S�ty-f60) days after the opening -of bids. Additional sets (l of -plans and specifications may -be -obtained at the bi-dder.'s-expense. t ;i Attention of each bidder is particularly called to the schedule of -general prevailing rate of per diem— l 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_attentionis- further_dir_eoted 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-regar&to any contract entered into pursuant to -this advertisement, minority and women--business-enterprises-shal-l-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) 775-2168 or write to t Post Office Box 2000, Lubbock,—T-exas 79457-at-least 48-hour-s in advance of the meeting. CITY OF LUBBOCK MARTA ALVAREZ PURCHASING AND CONTRACT MANAGEMENT OFFICE GENERAL INSTRUCTIONS TO BIDDERS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO BIDDER'S- 1 BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to-fumish MGAL�ST t-PA�tK - ROADWAY AND SITE IMPROVEMENTS per the attached specifications and contract documents. Sealed bids will be received no later than &00 P.M., March 2, 2010 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.: "-ITB40=054=1)1), McAlister Park - Roadway and Site. -Improvements" and the -bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: DarIene_Doss,_Buyer City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management Office. Mailing of a bid does not ensure -that the-bid-wi-11 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-wi-Hfie-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 conference will be held at February 16. 2010 at 9:00 A.M., in Parks Conference Room, 10104h 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,-o.r_clar-ifcations-to_the I-T-B are made-by_AD2DEND.A-information_.avai.lab-le-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. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing 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 received by the City of Lubbock Purchasing and l _ Contract Management Office no later than five (5) calendar days before the bid closing date. 4 G 3.3 All addenda, amendments, and interpretations-ofthis-solicitation shall be in -writing. The City of Lubbock shall not be legally bound by ari-y--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 opening of bids. 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 1 Records Act. (... 7 LICENSES, PERMITS,—T-AXES The price or prices for the work shall include full compensation for all -taxes, permits--etc.-that--the-- id -der 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:I 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. l I 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. i 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 any language, LJ requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a sinele source. Such notification must be submitted in writing and must be received by the City of Lubbock -Purchasing arid -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 j BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Darlene Doss, Buyer City of Lubbock Purchasing and Contract Management Office I 1625 131h Street, Room 204 Lubbock Texas 79401 Fax: 806-775-2164 Email: ddoss(iilmylubbock.us Bidsync: www.bidsvnc.com { 10 13 14 15 f61 lJ TIME AND ORDER FOR COMPLETION-- 13A The construction covered --by-the contract --documents shall be substantially, completed within ONE 1 : HUNDRED FIFTY (150) CALENDAR DAYS -from -the date specified in the Notice to Proceed issued �' by the City of Lubbock to the -successful bidder. 13.2 The Contractor will be permitted to prosecute the-work-in-the--order--of-his--own-choosing- provided, however, the Cityreserves 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 J 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 peci-fied. a PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AI-FIDAVITS-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 k 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. 17 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 ON-E-year--from-date-of.final_acceptance-of-the_work-as-a-result of defective -materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. I 17A 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 maybe specified in this Contract, its appendices its schedules,, -its -annexes or any document incorporated in this Contract by reference. . $ 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract -documents -for -use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies -of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK i_ The Contractor shall be responsible for the care, preservation, conservation, and protection-of--all--materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and -before -the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. ' 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could -be damaged by Contractor during the construction of the project contemplated by these contract .documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor-dunng_the_prosecution-of-the-.work contemplated .by-this--contract-shall-be-repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result 12 24 25 Wei 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-l-i-fe -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-shal-1 be-the-duty-of-the-C-ontractor tomotify-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 AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SI ALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 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 13 may applicable. Construction work under -the -contract -requiring an inspector -shall not be performed -on weekends or holidays unless-the-following_cond.itions-exist: 26.1.1 The project -being -constructed is-essentiaFto-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-withinthe-ail-otted-time. 26.2 -Before construction work requiring an inspector_ is to be performed on weekends_- or holidays, -the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and -obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition -so that -it -is -no -longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees-engaged-in--work-on-the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, 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. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the q P J J -bidder-without being -considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to 3 do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price l written in figures, the price written in words shall govern. Li 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 4 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. `' 14 30 31 P . 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 (McAlister Park Restroom and Improvements, ITB-10-054-DD). 29.4 —B-id-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-a"]tered 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. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessaryfacilities, ability, and financial resources to provide the service specified therein J 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 investigationsIt 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 rejected -if the evidence submitted -by, or investigation of; the 1 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 f Before contract award, the recommended contractor for this project may be required to show that he has i_ ' 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. In J 15 l addition, the Contractor -nay -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 22 plus the sum of any Alternate Bids or Options the City may select. t 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 i result in disqualification -of -the -bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest -bid submitted-by---a-responsible Texas bidder by the same margin or amount that a Texas -bidder - would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. ti# 33 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-C—I-T-Y. 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 U11 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. L34 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 supervision or direction. A worker is employed on a public work if the 16 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 _IegaLholiday_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 l U. S. Department of Labor web site -at the following web-address=to-obtain the rates to be used in Lubbock -County: httn://www. gpo. gov/davisbacoiVall states.htrnl �q. 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. 17 BID SUBMITTAL FORM I Page Intentionally Left Blank "REVISED" BID SUBMITTAL FORM i UNIT PRICE BID CONTRACT DATE:-1 O PROJECT ER: ITB-10-054-DD- McAllister Park - Roadway and Site Improvements PBid of "S J v /11 .L C . (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 a McAlister Park -Roadway and Site Improvements, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The 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. Estimated ` 1 Item Quantity No. & Unit ;' Description of Item Total Amount BASE BID 1. 1 LS Mobilization/demobilization, including insurance, bonds and move-in/move-out related costs, complete. Ai 44 TOTAL ITEM l: %H`/ftTy 7'HOOSX .D &>v",g/?jQr p, $ 300Oa/Ls( 30nbo (Unit Price Amounts shall be sho4 in both -words and numerals. In case of discrepancy, the amount sh wn in words shall (�m) 2. 1 LS Earthwork, including grading, embankment fill, topsoiling, clearing and grubbing, complete TOTAL ITEM 2: EH/RTy _ Foter-rhoOxm'* vuiaa $3Y600 /LS(39000 (Unit Price Amounts shall be shown in both -words and numerals. In case of discrepancy, the amoun(shown in words shall gbvem.) 3. 1 LS Demolition, including the removal and proper disposal of all items shown in the plans TOTAL ITEM 3: % E N ?f/t) uSANl� d' rep be &*+AJ $LD,Dbb /LS(_%0. _d (Do � (Unit Price Amounts shall be shown in both€words and numerals. In case of discrepancy, the amount shown in words shall 1(vem.) 4. 1 LS Furnish and install concrete slab for CXT Restroom Building (including plumbing), complete TOTAL ITEM 4: F0 U R T H,) U.s iui3 I UCH AU DROP d 1/ryo (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the t -6 a /LS( shown in words Bidder's Initials Estimated Item Quantity No. & Unit Description of Item Total Amount 5. 1 LS Furnish and install electrical work as shown and specified, complete in place TOTAL ITEM 5: $ )o o e ILS 0 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amou t shown in words shalYgov 6. 1 LS Grass seeding asi specified, complete in place TOTAL ITEM 6: 71400 -rH0(A5AND ,D N_44& $-2,000.. /Ls( o (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amo ntU shown in words shall 7. 1,990 SF Install concrete sidewalk as shown on plans, complete in place TOTAL ITEM7: icokR nOLLA a���D $ l /SF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall �0lz_ e rn.) ee IZiD 8. 8,000 LF Furnish and install concrete curb and gutter as shown on plans, complete in place b0 � TOTAL ITEM 8: el, E VC IV � a L L,- As d- a% 6 $I/ /LF( �? 9,00 p � (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall gov m.) 9. 50 LF Furnish and install 4-inch, approved gravity sewer pipe, complete in place TOTAL ITEM 9: VUJ,CN t� FIUe- 04L- /U d' Zn-- $�� /LF( 1250 v V ) (Unit Price Amounts shall be s own in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 10. 315 LF Furnish and install 2-inch; approved water line pipe, complete in place CP TOTAL ITEM 10: f"W FL- ✓E L>6- * v` N trQ $ /LF (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words sh: 11. 1 EA Furnish and install ADA ramp at Skate Park Road, complete in place TOTAL ITEM I I: FO Lt(L ?Ld DUSf1N" pdc e�s 4�p $ YO60 /EA( 4066 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the hmount shown in words shal govem.) a� 12. 285 SY Asphalt pavement repair, as specified, complete in place Q� r� TOTAL ITEM 12: _hW_rill U CJG,H7- b au.AR-s It �pl $ ? F /SY(��_ � (Unit Price Amounts shall be shoA in both words and numerals. In case of discrepancy, the amount shown in words shall/govern.) 13. 1 LS Parking lot striping, as shown in plans for the north addition to the Legacy Play Village Parking Lot, complete in place iv TOTAL ITEM 13:GtJ a Tid0 u.sfthtD .� tJ GG�tr V,Xiu D (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the nn god' /Ls( ;2000 0.a shown in words shall .ovem.) -Bidder's Initials i ,7 Item Estimated No. Quantity & Unit Description of Item Total Amount 14. 315 LF 6-inch irrigation sleeves, complete in place o� TOTAL ITEM 14: f "W e l4 a SEVEN QOLt R/ p�a $ 27 ,. /LF YQ, ) (Unit Price Amounts shall be shownin both words and numerals. In case of discrepancy, the amount shown in words shall overn.) 15. 1 LS Decomposed granite (sand tan color), complete in place TOTAL ITEM 15: 7`W O _rq D u.SR'N P P0WARjQ �,�io $ �Z O 60../LS(p? 0 J (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amouni shown in words shall govem.) 16. 1 LS Install concrete medians as shown on plans .. � aq TOTAL ITEM 16: ice/ Ve 7-4C)t .5 k-N D O O "A rt,s d z"Vo $ ,I-Dbo BLS( 5_0 0 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amou t�shown in words shall govern.) 17. 65 CY Caged riprap, complete in place , o , TOTAL ITEM 17: 7"&t)O e141054 D A&W-Alzi d /r�� $ 200 /CY( 1 jobD y ) (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.) 18. 2 EA Permanent barricades as shown on plans TOTAL ITEM 18: J" % �E H UnlD R eA . QoZ Ink2s /re a $=_/EA (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shah govem.) i 19. 16,900 SY 6-inch subgrade preparation, complete in place I M TOTAL ITEM 19: /SY o ) (Unit Price Amounts shall be shown in both words and numerals, in case of discrepancy, the amount shown in words shall vem.) i 20. 16,900 SY 6-inch flexible blase, complete in place TOTAL ITEM 20:_ �� UE O b L LA ILs +- a __ $ /SY(0 � •• (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) a 21. 1,860 TON 2-inch HMAC, complete in place TOTAL ITEM 2-1: /!�/YTy Fr v D tic �► �s r �j" $ S,� /TON Sz lDD (Unit Price Amounts shall be shdWn in both words and numerals. In case of discrepancy, the amount shown in words shall gov m ) Vim, Bidder's Initials TOTAL BASE BID, ITEMS 1- 21: MATERIALS: —r/wz rs I,htNa lte.D -rgb tsANA Y 7m D 7'W o 14uND!izA + -TffilRxy 40,!6/f1, 7"!"USAND +. LABOR: Wyk HU1yD*.000 ,r SEvEN7a 1�1d� .t Nl�• $ •Z3&./%S TOTAL BASE BID FU14 �- 7/f%/t 7 tY [ %GN'r ThuusRni� ITEMS 1 -21: 6NF HUND1tFD v EVENTy lF/UE rt A'y,o $ 538 7.5 (Unit Price Amounts shall be shown in both words and numerals. in casfi of discrepancy, the amount shown in words shall govem.) ADDITIVE OPTION:1 A 1-1. 1 LS (Asphalt Overlay / Parking Lot Striping), as shown in plans, complete in place i I TOTAL ADDITIVE OPTION: - 6" TOTAL ADDITIVE OPTION A 1-I ONE HUN,000 V" FI0 T#045,WD 107toS 3' DD Q _ (Amounts shall be shown°in both words and numerals. In case of discrepancy, the amount shown in wor s shall govern.) ADDITIVE OPTION:2 A24. 1 LS (Additional South Parking Lot), as shown in plans shall include but not limited to asphalt pavement, curb and gutter, sidewalk, concrete medians, striping, ADA ramp, and ADA signage, complete in place TOTAL ADDITIVE OPTION: el TOTAL ADDITIVE OPTION A2-1: n/1`lE ffGt40400 n11-074144 ,4tiQV*$ Qsd Q J)_ (Amounts shall be shownin both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 150 (ONE HUNDRED FIFTY) CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $500 (FIVE HUNDRED) PER DAY in excess of the time set forth herein above for completion of this project, all aspore fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that. this bid shall be good and may not be withdrawn -for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. 1 Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond fro a r liable surety company, I Bidder's Initials it s i payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, --obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this bid is a s ck or Certified Check for Dollars ($ ) or a Bid Bond the sum of Dollars ($ ), which it is agree s a e 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 SUBMT;t'TAL FORM PRIOR TO BID OPENING. f®' (Seal if Bidder is a Corporation) ATTEST: Secret Bidder acknowledges receipt of the following addenda: Addenda No. �_ Date 2-Z - l0 Addenda No. -Z Date 3- Z / 0 Addenda No. Date k Addenda No. Date Authorized S)94ture --i4 - L Fi �RLYtFG�i�t (Printed or Typed Name) State Telephone: 6 Fax: f 4 - Zip Code � - g&3 3 sso d' 1 J- I SSa INC. FEDERAL TAX ID or SOCIAL SECURITY No. Sao7s6S'a NMBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) Western Surety Company BID BOND Bond No. 3210 KNOW ALL MEN BY THESE PRESENTS, that we, West Texas Paving, Inc., as Principal (hereinafter called the "Principal"), and Western Surety Company, P.O. Box.5077, Sioux Falls, SD 57117-5077(hereinafter called the "Surety"), are held and firmly bound unto City of Lubbock, as Obligee, (hereinafter called the "Obligee"), in the sum of 5% of the amount of the bid described below but not to exceed Fifty Thousand Dollars ($50,000) 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 firmly by these presents. WHEREAS, the Principal has submitted a bid to Obligee for Construct Parking lot roads & Restroomt. NOW, THEREFORE, If the contract be timely awarded to the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid or, in the event of the failure of the Principal to enter into such a contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and the next low bid received by the Obligee for the work covered by Principal's bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 2nd day of March, 2010. West Principal Title Western Surety Company Robert E. Blackburn Attorney -in -Fact Western SuretyCompany ! POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All -Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Shelia Terry, .Cindy Ash, David A. Lon -house, Robert A. Johnson, Cagan Morgan, Robert E. Blackburn, Wayne K. Justice, Benjamin R. Burge, Individually of Dallas, TX, its true and lawful Attorneys) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts ofsaid Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power or Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 18th day of August, 2008. WESTERN SURETY COMPANY � oSEI+�'1P Paul • . BruFlat. Senior Vice President State of South Dakota ss County of Minnehaha On this 18th day of August. 2008, before me personally came Paul T. BruFlat. to me known, who. being by me duly s%vom. did depose and say: that he resides in the City of Sioux falls. State or South Dakota: that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument that he knows the seal of said corporation: that the seat affixed to the said instrument is such corporate seal: that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority. and acknowledges same to be the act and deed of said corporation. My commission expires + r D. KRELL i November 30.2012 SEAL NOTARY PUBLIC SEAL Srt SOUTH DAKOTA r +.s.,titi., Yob ti.,.s 4+ti'sSStiti., h'+++ + Ila 7��L� D. Krell, Notary Public CERTIFICATE 1. L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the B%I-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this p�day of AW I -A' r 1.6/0 L. '- Form Fa3SO-99,,6 S"SURETy�• 4�j Ppq ;3" 5 �4 ,^•Ts .,wp�T popµoly o� WESTERN SURETY COMPANY Ison. Assistant � ecretary 1 r . e U.S. Department of Labor Occupational Safety and Health Administration Citation and Notification of Penalty Inspection Number: 310690409 Inspection Dates: 04/ 10/2007 - 04 / 10/2007 Issuance Date: 04/ 12/2007 Company Name: West Texas Paving, Inc. Inspection Site: Overton Park Project, 9th and Ave. R, Lubbock, TX 79401 Citation 1 Item 1 Type of Violation: Serious . oT pp - q res of 29 CFR 1926.21(b)(2): The employer did not instruct each em to ee in the recognition and avoidance of unsafe condition(s) and the regulation(s) applica le to his work environment to control or eliminate any hazard(s) or other exposure to illness or injury: Avenue R and 9th Street: On or about 4/10/07, employees were exposed to cave-in hazards while working inside an excavation that was between 8 and 14 feet in depth without employee protection systems in place. The employees were not trained on the hazards of excavations. Note: Abatement certification and supporting documentation are required for this item. Date By Which Violation Must be Abated: 04/24/200 Proposed Penalty: $ 15 .00 Citation 1 Item 2 Type of Violation: Serious 29 CFR 1926.100(a): Employees were not protected by protective helmets while working in areas where there was a possible danger of head injury from impact, or fring—llior fl g objects, or from electrical shock and burns: Avenue R and 9th Street: On or about 4/10/07, employees were exposed to overhead hazards while working inside an excavation that was between 8 and 14 feet in depth without wearing hard hats. The employees were not trained on the hazards of excavations. Note: Abatement certification and supporting documentation are required for this item. Date By Which Violation Must be Abated: 04/18/2 7 Proposed Penalty: $ 4 .00 3 See pages 1 through 4 of this Citation and Notification of Penalty for information on employer and employee rights and responsibilities. 4 Citation and Notification of Penalty Page 5 of 7 OSHA-2 (Rev. 9/93) U.S. Department of Labor m Occupational Safety and Health Administration Inspection Number: 310690409 oWrQt�."T OF ,m9 Inspection Dates: 04/ 10/2007 - 04/ 10/2007 Issuance Date: 04/12/2007 9r�TE9 OF Citation and Notification of Penalty Company Name: West Texas Paving, Inc. Inspection Site: Overton Park Project, 9th and Ave. R, Lubbock, TX 79401 1 Item' Type of Violation: Serious 29 CFR 1926.651(k)(1): Daily inspections of excavations, the adjacent areas, and protective systems were not made by a competent person for evidence of a situation that could have resulted in possible cave-ins, indications of failure of protective systems, hazardous atmospheres, or other hazardous conditions: Avenue R and 9th Street: On or about 4/10/07, employees were exposed to cave-in hazards while working inside an excavation that was between 8 and 14 feet in depth without employee protection systems in place. Inspections were not made by a competent person to avoid excavation hazards on this jobsite. Note: Abatement certification and supporting documentation are required for this item. Date By Which Violation Must be Abated: Proposed Penalty: 04/24/2007 $ 1 .00 10do See pages 1 through 4 of this Citation and Notification of Penalty for information on employer and employee rights and responsibilities. Citation and Notification of Penalty Page 6 of 7 OSHA-2 (Rev. 9/93) a U.S. Department of Labor Occupational Safety and Health Administration Inspection Number: 310690409 Inspection Dates: 04/ 10/2007 - 04/ 10/2007 Issuance Date: 04/12/2007 Citation and Notification of Penalty Company Name: West Texas Paving, Inc. Inspection Site: Overton Park Project, 9th and Ave. R, Lubbock, TX 79401 Type of Violation: Serious VENT Oa O 9 r ae 9TAris 29 CFR 1926.652(a)(1): Each employee in an excavation was not protected from cave-ins by an adequate protective system designed in accordance with 29 CFR 1926.652(b) or (c): Avenue R and 9th Street: On or about 4/10/07, employees were exposed to cave-in hazards while working inside an excavation that was between 8 and 14 feet in depth without employee protection systems in place Employees were working without employee protection systems in place. Note: Abatement certification and supporting documentation are required for this item. Date By Which Violation Must be Abated: 04/ Proposed Penalty: $ A. 7*701� \ ya �. RIC F. TAPIO Area Director U See pages 1 through 4 of this Citation and Notification of Penalty for information on employer and employee rights and responsibilities. Citation and Notification of Penalty Page 7 of 7 OSHA-2 (Rev. 9/93) T -CITY OF-L-UBBOCK INSURANCE REQUIREMENT -AFFIDAVIT 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 with the below identified 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 insunmce certificate to the City meeting all of the requirements defined in this bid. I- k r u rJ1JJAA0-&-J— WC--S-r -I GIBS a Jai 6- lot Cont ctor ( 01al Si ature) Contractor (Print) CONTRACTOR'S FIRM NAME: Di YWt, & TAk?J A-& 04 (Print or Type) CONTRACTOR'S FIRM ADDRESS: 7j k!i(A6 c - to 'Ifq 4 Y Name of Agent/Broker: 41'uF604;s _ ti3Gt MW er r, Agent / BrokeetSignature) Address of Agent/Broker- 62'yo City/State/Zip: 4 a d a. cc / to 7f t,4 r AgentB.r-oker-T-elephone-Number:--( Date: / NOTE TO CONTRACTOR hIf the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing " I and Contract Manap-ement Office for the Citv of Lubbock at (806) 775-2168. r ITB-10-054-DD McAlister Park - Roadway and Site Improvements r } , .� � Page Intentionally Left Blank 2j \ �\ SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435--of-the-L-oca_l-Government Code, and consider -the -safety -records -of potential -contractors prior to awarding bids on City -contracts. Pursuant -to Section .r 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for -determining the safety record -of a bidder for this consideration shall -be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidence involving -worker safety or safety of the citizens -of --the City of Lubbock, be it related or- -caused by environmental; -mechanical, operational, supervision or any -other cause or factor. Specifically, -the City ma--y_considec,am.ong 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 Agenc-y-(BRA),-t-he Texas -Commission on Environmental -Quality (TCEQ)-,the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the-TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES_L_ 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. s4 A?9,ac,4 "D 6� - Bidder's Initials QUESTION TWO Has the bidder, or the firm corporation, partnership, or institution -represented -by resentedlb_ the bidder, or anyone actin for such_ > rP � P P> P Y � Y g f rm;- corporation, partners-]np or institution, received- citations for violations of -environmental-protection laws or I regulations, of any kind or type, within the past five years? Citations include -notice of violation, notice of enforcement, i 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 f If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid g submission, the following information with respect -to -each -such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, -within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO ✓� If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that 1 have made no willful misrepresentations in this Questionnaire nor have 1 withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire shall be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. Signs — PA --- ;r I-D Title 2 " SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB —Circular A-11"0) prohibits non -Federal entities from contracting with or { making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards -of $25,000 or more and all sub -recipients must certify that -their organization and its principals are -not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: A r-4 V//Y IVC FEDERAL TAX ID or SOCIA URITY N 7sa 0 L E G gL Signature of Company Official: —?.Printed name of company official signing abov(IL�)� G I AiCMA61od Date Signed: 3 ` l — I fl 3 Pase Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. s. 9. 10. 12. _.. 13. 14. 15. 16. j fil Company Name and City Z,4 G LIST OF SUB -CONTRACTORS Minority Owned Yes or No ❑ ❑ 0 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED WITH BID IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO 2 Page Intentionally Left Blank PERFORMANCE BOND Page Intentionally Left Blank Bond 22771712 5TA'.1'tl"TORY PERFORNMANCE BOND PURSUANT'TO SECTiON 2253.021(a) Oi+ THETEXAS EXAS GOVI=RNMENT CODI: (CONTRACTS MORE Ti TANS 100,000) West Texas Paving, Inc. KNOW ALL MEN RY THP.SE PRESENTS, that (hercinaficr called the Principol(s), us Principal(s), and Western Surety Company (hereinafter called the Surety as S t r , r� held and,tirmly ound unto the City of Lubbock (hereinafter called the even m $b —E ht Thous 748,175 lnwtul moat of the Obligcc), in the amount ot`�e`��Pf1 C,P ve--. �Ilars ($_ _) 'y United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors rind assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Ohliga;, dated the25thday of _March 12010 1c)_ Roadway and Site Improvements at McAlister Park and said principal under the law is required bcibre commencing the work provided for in said contract to execute a bend in the amount of said contract which contract is hereby referred to and made_ a part hereol' as fully and to the same extent as if copied at lcn&nh herein, NOW, THERL'FORE. THE CONDI-1.10N OF THIS OBLIGATION IS SUCH, that if the said Principal shall lbithfully 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, IIOW.WEVER, That this bond is executed pursuant to the provisions of Section 2253.021(a) of the Tcxas Government Code, and all liahilitics on this bund shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. iN W11TIL-'SS WI-1ERT:0F, the said Principal (s) and Surety (s) have signed and scaled this instrument this 31st day of March _, 2010. Western Surety Company Suret 3y -. (Title) Michael N . Ru berg Atty—in—Fact West Texas Pavina,.—Ilc— (Company Name) 13y:1�f}�-CL L AA4�N (�n ed Nang)� (fide) ure) 2 No Text The undeuigned surety company represents that it is duly qualified to do business in Texas, and hereby designates D Jarna in anzg=tusideatin 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... Western Surety Company Surety *By; �Am. JA.1JP '�Pj (Title)Atty 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. r_ G ' If PAYMENT BOND Bond No. 2277171. STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY 1MSE PRESENTS, that West Texas Paving,Irr.(hcreinafter called the Principal(s), as Principal(s), and Western Surety Company- hcy (hereinafter called the Suret s Seri t zis�'red o ^-t f ft `hutnd unto the City of Lubbock (hereinafter called the -; Obligee), in the atnount of Dollars ($748,175 ) lawful money of the United Status for the pa teot 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 25th day of March, logo to Roadway and Site Improvements at McAlister Park 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 wlveh 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 'PHIS OBLIGATION IS SUCH, that if the said Principal shall pay 01 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 frull force: and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Tcxas Govenunmt 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 Icngth herein. JN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 31st d.,yof March �2010. Western Surety Company Surety L b ('Title) Mich-1 N . Rudbe g , Atty—in—Fact West Texas Paving , Ina. (Company Name) By: (M L L J'if ,DNA G IN (Si aturc;) (LzS ID 14 (Title) No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby desiglates D Jarnacrin anagentvesident n.L-ubbock-County to whom any requisite notices may be dclivered.and:on whom service of proccss may be had in man rs Aryising out of such suretyship. _Western Surety Company Surety . *]3y: �44�4 Ad4 (Title)Att —in—Fact7� Approved as to Form City of L By: City Attorney " Note: If signed by an Office of the Surety Company, there must be on file a ac rtif jed extract from the by-laws showing that this person has authority to sign such obligation. 1f signed by an Attorney in Fact, we must have copy of power of attorney for our files. 3 POWER OF ATTORNEY Know All Men by These Presents: (Irrevocable) No. SP- 22771712 AL That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by th•approving officer if desired. That Western Surety Company, a corporation, does hereby make. constitute and appoint the following T"RE r= E_:::�:] authorized individuals: AUTHORIZED INDIVIDUALS AUTHORIZED INDIVIDUALS JILL KRISTEN ALLEN MICHAEL NORMAN RUDBERG SUSAN E CRAIN ;j :i in the City of , State of ��� with limited authority, its true and lawful Attorneys) to ac[ wt full power and authority hereby conferred, [o sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond: BID, PERFORMANCE, AND/OR PAYMENT BOND, IN ADDITION THE RELATED TRANSACTIONS SUCH AS CONSENTS OF SURETY, RIDERS, AND LETTERS OF INTENT, MAINTENANCE AND WARRANTY BONDS, PROVIDING THE BOND PENALTY DOES NOT EXCEED FIVE MILLION AND N0/100 DOLLARS (**5,000,000.00). ********************************************************************** ********************************************************************** The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this — Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of F E n R ttvPcR Y 2 8 ,2g Ki , but until such time shall be irrevocable and in full force and effect. :_1" t.,,.;,. wFSTERN=SURETY COMPANY further certifies that the following is a true and exact copy of Section 7 of the By Laws of Western Surety Company, duly adopted and now in foree;-.to-wit': "Section 7:-Ali bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by.the President, Secretary,- any -Assistant Secretary, Treasurer. or any Vice President, or by such other officers as the Board of Directors may authorize. The President. any Vice President, Secretary, .any, Assist uir_4ecretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The'corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Anorney or other obligations of the corporation. The signature of any such officer and' the corporate seal may be printed by facsimile." i "The penal amount of the bond Herein described may be increased if there is attached to this Power, written authority so authorizing in the form of an endorsement, letter or telegram signed by the Underwriting- Manager, Underwriting Consultant, Underwriting Specialist. Underwriter, President, Vice President, Assistant Vice President, Treasurer, Secretary orAssistant Secretary of Westem,Surety Company specifically authorizing said increase. �,R4 WITNESS WTIEREOF,-western Surety Company has caused these presents to be executed by its Senior Vice President with its corporate seal affixed this I Ith daYof' December 2006 WESTERN SURETY COMPANY STATE OF SOUTH DAKOTA1 1 ss. By � / (��� COUNTY OF MINNEHAHA Senior Vice Preside On this 11 th w. of December in the year 2006 , before me. a Notary Public. personally appeared Paul T. Bmflat, who being by me duly sworn, acknowledged that he signed the above Potyer of Attorney as the aforesaid officer of WESTER' SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation. /t D.KRELL NOTARY PUBLIC SEAL SOUTH DAKOTA SEAL _ Notary Public, South Dakota 'Ay Commission Expires November 30, 2012 1. the undersiened officer of Western Surety Company. a stock corporation of the State of South Dakota. do hereby terrify that the attached Power of Attorney is in full torte and effect and is irrevocable: and furthermore, that Section 7 of the By -Laws of the eom many as set forth in the Pou'er of .�uorney. is now in force. In testimony whereof. I have hereunto set my hand and the seal of Western Surety Coecan, this, 3 1st-- of March 2010 IMPORTANT: This date must be filled in before it is attached NESTER ; SURETY COMPANY to the bond and it must be the same date as the bond. By 1— Q Form 749-12-2006 c Senior Vice Preside NOTICE: -..s border must be BLUE. If it is not BLUE, this is not a certrfied copy. ---- No Text ACORDCERTIFICATE OF LIABILITY INSURANCE a 6` 2010 ' _"RODUCER (806) 792-5564 FAX: (806) 792-9344 anford & Tatum Insurance Agency g cy 6303 Indiana Ave. P.0. Box 64790 :ubbock TX 79464 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC# SURED West Texas Paving, Inc., DBA: Darrell Jarnagin ? . 0. Box 64187 Lubbock TX 79464 INSURER A, National American Ins. 366 INSURERB:Texas Mutual Insurance 22945 INSURER C: INSURER D: INSURERE: E 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. AQQRF(-,, kTE LIMITS SHOWN MAY HAVE BE 4 REDUCED BY PAID CLAIMS. I SR �juGENERAL ADD'L TYPE OF INSURANCE POLICY NUMBER D TEYMMIDD/YYE POLICY DATE MM/ D/YY EXPIRATION LIMITS LIABILITY EACH OCCURRENCE$ 1,000,000 DAMAGE To RENToccurED PREMISES (E. $ 100,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR MP05310342 1/5/2010 1/5/2011 MEDEXP (Any one erson $ 5,000 -4A PERSONAL a ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PA $ 2,000,000 X POLICY PRO-LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 ANY AUTO (Ea accident) BODILY INJURY A ALL OWNED AUTOS MP05310342 1/5/2010 1/5/2011 X SCHEDULED AUTOS (Per person) $ BODILY INJURY $ X HIRED AUTOS X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ OTHER THAN EAACC $ ANY AUTO $ 1 AUTO ONLY: AGG EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ I 4' OCCUR FI CLAIMS MADE AGGREGATE $ $ $ DEDUCTIBLE $ RETENTION `B WORKERS COMPENSATION AND X WC STATU- I TORY S1 OTH- LIMIT EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 OFFICER/MEMBEREXCLUDED? TSF-0001129850 4/7/2010 4/7/2011 14 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER kSCRIPTION OF OPERATIONSILOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS RE: McAllister Park Roadway 6 Site Improvements CITY OF LUBBOCK, ITS OFFICERS, AGENTS AND EMPLOYEES ARE NAMED AS PRIMARY ADDITIONAL INSUREDS ON GL (INCLUDING ,bRODUCTS 6 COMPLETED OPERATIONS PER GL2045 1/03) S AUTO LIABILITY POLICIES WITH A WAIVER OF SUBROGATION IN FAVOR OF HE CITY OF LUBBOCK ON WC, GL AND AUTO POLICIES. CITY OF LUBBOCK OFFICE OF PURCHASING P. 0. BOX 2000 LUBBOCK, TX 79457 CANCELLA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Douglas Sanford/TJM RD 25 (2001108) 75 rn,nm np� 0 ACORD CORPORATION 1988 Pass 1 of 2 ADDITIONAL NAMED INSUREDS NAME (First Named & Other Named Darrell Jarnagin Darrell Jarnagin Darrell Jarnagin Doing Business As Doing Business As Doing Business As OFAPPINF COPYRIGHT 2000, AMS SERVICES INC I IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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 endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) f 4S025 (o1 o8p8a Page 2 of 2 CERTIFICATE OF INSURANCE ' 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) $ A UTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ O All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only -'Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK O 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. IJ 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. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CON -TRACTOR -CHECKLI-ST _ A CONTRACTOR SHALL: f i< a (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; T d (2) provide a certificate of coverage showing workers' compensation -coverage -to --the governmental entity prior to beginning work on the project; r, ., (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the -governmental -' entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after �- the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; -J (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 1.4+ 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 l 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 -i 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. TI- E ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE-P-RODUCTS AND COMPLETT OPERATIONS. J REQUIRED WORKERS' COMPENSA TDN CaV RACE "The law requires that each person working on this site or providing services related to -this construction project must (see reverse) be covered b-y—w-or-kers' 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 A H with the certificate of coverage to be provided to the person for whom the paragraphs ( )-( )� g P P Y �w i are providing services. Page Intentionally Left Blank No Text Page Intentionally Left Blank CONTRACT 9403 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 25th day of MARCH 2O10. 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 WEST TEXAS PAVING. INC, of the City of LUBBOCK, County of LUBBOCK and the State of TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: ITB-10-054-DD MCALISTER PARK - ROADWAY AND SITE EAPROVEMENTS 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. WEST TEXAS PAVING INC.'S bid dated MARCH 9. 2010 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: COMPLETE ADDRESS: Company W A,3 714rAA-z R04'" Address 1? L, BOX 6 y(g ? City, State, Zip j,.OAzA T, 71yt Y ATTEST: CorporatA Secretary CITY OF LUBBOCK, TEXAS (OWNER): By: MAYOR ATTEST: City Se etary APPROVED AS TO CONTENT: Director City Attorney Page Intentionally Left Blank +r 4 GENERAL CONDITIONS OF THE AGREEMENT Paf,c 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 WEST TEXAS PAVING. INC. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNERS REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative CRAIG WUENSCHE PARK DEVELOPMENT MANAGER, 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 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 L I 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 party who gives the notice. �'' 4 14. OWNER'S REPRESENTATIVE'S AUTHORITY ANI) 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 s ali,—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-sha-1-l--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. i 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-Gontractor. 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 r 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. 6 1.8. In 20 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 w-or-k,-shal-l-be= orb- the-C- ontractor avits-o-wn cost and -expense. CHARACTER OF WORKERS The -Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work_ required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, iii Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or other -wise 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. CON-SfRUQ-'JONPL-A-NT 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. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location -wherever such work is in preparation or progress. —Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as -to the time -each part of the work 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 Repre-sentative-teas-pr-e-viousl-y accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests 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 a tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and - shall be corrected at the Contractor's -expense. Neither observations -by - _the Owner or Owner's Representative, -nor-inspections, tests, or approvals made. by Owner, Owner's Representative, or other.--persons-authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the -contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected- for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice -thereof from the -Owner's -Representatives forthwith-remove-such-mteriai-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 hereinabov.e-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- itJn-- 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 b Contractor's bid, except as provided under Changes and Alterations herein. Y P P g 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 t_ 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. 25 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" -ls -hereby-defined. to -include the cost of all workmen, such as -foremen, timekeepers; mechanics- and=laborers, materials-,suppzlies�teams, trucks, rentals on machinery and equipment, for the time-_actuall_y-_ernployed_or used on.such extra nrTplus actual transportation charges necessarily -incurred, together with all expenses incurred directly on account of such extra work, including Social Security7,701d 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-ofthe 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. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening -of -bids, then -it shall -be deemed -that -the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 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. 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-;n t17e Gtste 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 super -vision 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-coveringtheoperation ofeach-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 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 DOCUMEN3'S INCLUDING- WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 10 A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The__contractor_-sha1L_have Comprehensive —General Liabilit_y___Insurance—with-lknits__-of_$1.,000,000._ Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury J Y g J rY - Heavy Equipment Endorsement , XCU Endorsement B ------ Own er's-and-Centfact or`s-Prot ec-ti-ve Li-abilit-y Insurance --NOT REQUIRED C. 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, $500,000 Combined -Single Limit, to include all -owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater -Insurance NOT -REQUIRED E. Umbrella Liability Insurance -NOT REQUIRED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for (__x 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. } t` 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 1_ undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to I provide services on the project. "Services" include, without limitation, providing, hauling, or i 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 11 i i t 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. i 3_ The Contractor -_must provide a certificate of coverage to_the-go-vernmental 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 showirrg_that-coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certific-ate -af--coverage, pr-io to-th"r-son—beginning—work-on—th"r-ojeet; 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-eeverage—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. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.01](44) for all of its employees providing services on the -project, -for -the -duration -of th"roject; (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; () g �P P g g P j and Mi .; 12 (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--en-fle-for- the -duration --of the project and for one year thereafter; �- a (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 Fill 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. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1)--- The --name and address of the insured. (2) The location of the operations to which the insurance applies. 1...J (3) The -name -of -the —policy -and -type or types of--insur-ance-in--force-thereunder-on--the--date-bome—by such certificate.) (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured ;-_ at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (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: 13 a' (a) provide coverage for its employees providing services on a project, for the duration of the '- project based on proper reporfiiig of classificati-on-codes-and-payroll amounts and-filling --of-any coverage agreements; (b) -provide a-ce-r-t=i-fcate of-cove-r-age—s#i&Wing-woi-ke-rs-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—vi-ll-have- on-file-certifreates--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-certi-ficate 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 1.0 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 ormaterials, 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 512-804- 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: _.f (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; ` 14 t_ ; QI 30 (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-gover-amen-tal entity -I aU-aff 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 (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. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its 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 15 0 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-ber-einabove designated have been paid; discharged or waived. 31. PROTECTION AGAINST ROYAL-T-IESLOR-RATENT-INVEN-T-ION The -Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered byletters 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 DThereof, 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 —requiredrin-these-contract documents=b weer; provided, howevei, if e-of-altemate-design;-devices 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 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. 1...� 16 35 36 37 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-af-this-contract, the Owner may withhold -permanently —from- Contractor's-Ioa al -compensation, the sum of-$5004-FI-V-E-H-UNDRED)-P1E.R== DAY, not -:as -a -penalty, but-as.liquidate-d_damage--s for the breach of -the -contract as herein seLfbAh-.for-eac]Land 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 -aver -age -climatic range and conditions and usual -industrial -conditions -prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein -is a reasonable forecast of the amount necessary--to---render just compensation to Owner, and is expressly agreed to be not -disproportionate-to actual -damages as measured -at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE_ CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. TIME AND -ORDER OF COMPLETI.ON- ]t 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. 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, Owners -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. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein t 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 17 i 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 Representati-v-e-that-is-caused-by such stoppage shall.be-pai-d-by-Owner--to-Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured -or. computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, —then Owner and -Contractor agree that this contract, including the specifications, plans and other contract documents are intended -to -show -clearly -all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the -probable- cost of the work and for comparing their -bids -offered -for -the -work. In -tire-event-the-amount-of-workrto--be-done-md-materialh-ed-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. r 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. 18 43-. 44. 45. 42. PAR I -AL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative -an application _for partial -payment --or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to -be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare -a -certificate for partial payment showing as completely as practical the total value of the work done -by the Contractor up to and -including the_last-day of -the preceding month-.- The determination of the partial -payment by the Owners 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%o-slral-F-be retained until final payn=t; and -further, less-ali-previous-payments and -all-f-urther-sums-that may -be -retained -by Owner -under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, —to -be -performed and/or materials delivered hereunder, including, but limited to; work --to which said partial payment is attributable. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 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 -pay -merit; nor any provisions in the -contract documents shall relieve the Contractor -of -the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and 19 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--th"ate--of certification of final completion by Owner's J -Representative. 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. Whenthe-above-g-rounds-ar-e-r-emoved, or -the. Contractor provides-a-surety-bond-satisfador-y-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. I- 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 e 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: 20 (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as saidXFwner_m&y--deem necessary to complete the work and .charge the -expense -of such labor, machinery--, equipment; ools, materials and- supplies to said Contractor; and -the ex-pense-so-char-gedLshall be deducted and paid--by-the Owner-out_of.such-moneys as may be-dueoLthat may thereafter at anytime become due to the Contractor under and by virtue of this Agreement:-4-n--case such -expense -=is --less- than the sum which would have been payable under this contract, if the same had been completed--by-4he- Contractor, then said Contractor shal-l-receive the difference. In case such expense is greater than the -sum which would have been payable under this contract, if the same had been completed --by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess -to -the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions -which are provided in this contract. In case of any increase in cost -to the Owner under the new contract as compared to what would--have-been-the cost under this -contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract- prove -.to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to -complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified -and -certification -of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such -notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell -such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. 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. 21 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of- 00% 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 1-00%-of-the-t-otal-contract price in -the -event that said-eentraet-price-exeeeds--$25,.000: All -bonds -shall be submitted on forms supplied by the Owner, and executed by an approved_ Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so 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 I 56. 57 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-of4he-P-roject,=or-.tb-a Ito place -and/or --otherwise locate -upon the -site of the -Project -or other property of_the—City,_a_.Hazardous-Substanc-e, hyd:rocarbons_..or_...o.ther_petr_oleum.-products or - byproducts ---and/or asbe-stos;-Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to --such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of -Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said -request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of1lazardous--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. 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. 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 i the right to audit Contractor's records and books relevant to all services 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. 23 DAVIS BACON WAGE DETERMINATIONS Page Intentionally Left Blank EXHIBIT A GENERAL DECISION: TX20080028 02/08/2008 TX28 Date: February 8, 2008 General Decision Number: TX20010028 02/01/2008 Superseded General Decision Number: TX20070028 State: Texas Construction Types: Heavy and Highway YP : Y 9 Y L", 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 02/08/2008 * 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 ................$ Roller Operator, Pneumatic, 13.36 0.00 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-Fl-oat.....$ 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 conforma-nce (addit-i-onal-- classi-f- ca-tion 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 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 award 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 I Page Intentionally Left Blank t' 'I l EXHIBIT B i Prevailing Wage Rates Overtime -Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C 1 Prevailing Wage Rates Legal Holiday Rate ' The rate for legal holidays shall be as required by the Fair Labor Standards Act. Paae Intentionally Left Blank SPECIFICATIONS I Page Intentionally Left Blank S p e c if i-c atno-ns City of Lubbock McAlister -Park Improveme-nts Lubbock, Texas � ,�p 0 �`�� � T�k9c1✓f *. */ LEONARD W. NAIL F-560 �! December 2009 PARKHILLSMITH&COOPER PSC Project # 01044609 Page Intentionally Left Blank McAlister Park Improvements -City of Lubbock TABLE OF CONTENTS_. . DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION -NotUsed DIVISION 1 - GENERAL REQUIREMENTS -01%0 Summary of -Work 01025 Measurement and Payment 01300 Submittals 01400 Quality Control 01410 Testing Laboratory Services 01420 References 01500 Temporary Facilities & Controls 01555 Barricades, Signs and Traffic Handling 01560 Environmental Protection 01600 Material and Equipment 01700 Contract Closeout DIVISION 2 - SITE WORK 02200 Demolition, Removal and Salvaging of Existing Materials 02223 Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling 02260 Excavation Support and Protection 02317 Excavation and Backfill for Utilities 02320 Utility Backfill Materials 02577 Pavement Markings 02720 Aggregate Base Course 02741 Hot Mix Aspbalt Paving 02751 Reinforced Concrete for Site Work 02920 Lawns and Grasses DIVISIONS 3 — CONCRETE 03300 Cast -In -Place Concrete DIVISIONS 4 —15 Not Used a 01044609 TABLE OF CONTENTS PAGE - 1 12/09 McAlister Parklmprovements City bf L:ubbock- DIVISI.ON_16_-ELECT-RI.C,&L 16000 Basic Electrical Methods 16111 Conduit 16123 Wire and Cable 16170 Grounding and Bonding 16195 Electrical Identification APPENDICES APPENDIX A: Taos Precast Concrete Flush Toilet Building produced by CXT Incorporated Sealed Drawings APPENDIX B: Taos Precast Concrete Flush Toilet Building produced by CXT Incorporated Special Conditions APPENDIX C: Taos Precast Concrete Flush Toilet Building produced by CXT Incorporated Sealed -Drawings . 01044609 TABLE OF CONTENTS PAGE - 2 12/09 McAlister Park --Improvements City of Lubbock --DESIGN PROFESSIONAL RESPONSIBILITY The specification -sections authenticated by my seal and signature are limited to the following: DIVISION 1k ELECTRICAL 16000 Basic Electrical Methods r-ij, 16111 -Conduit 16123 Wire and Cable 1617.0 Grounding and Bonding rd 16195 Electrical Identification ............................. TROY D. SWINNEY .4 .............................. 80058 C E N St F-560 01044509 DESIGN PROFESSIONAL RESPONSIBILITY TDS- I 12/09 Page Intentionally Left Blank McAlister Park Improvements City -of -Lubbock SECTION 01010 SUMMARY OF WORK PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings; Gener-al Conditions of the Contract for Construction, Supplementary -Conditions and Division-l---General Requirements apply to the work of -this Section. 1.2 SECTION INCLUDES A. Work covered by Contract Documents B. Contractor use of site. C. Owner -occupancy. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: McAlister Park Improvements. 1. Location: Lubbock, Texas. 1 Owner: City of Lubbock. B. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is as follows: Concrete slab construction for a new restroom facility manufactured by CXT precast products, including site grading, water, sewer and electrical service inside and outside the building, perimeter road paving for the park, and improvements to Skate Park Road. C. The work will be constructed under a single prime contract. 1.4 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. PART 2 - PRODUCTS Not Used E�l 01044609 SUMMARY OF WORK 01010 - l 12/09 McAlister Park Improvements City -of -Lubbock PART-3 - EXECUTION Not Used END OF SECTION 01044609 SUMMARY OF WORK 01010 - 2 12/09 -W-Alister Park Improvements City=of=L=ubbock SECTION-01025 MEASUREMENT AND PAYMENT PART 1- GENERAL 1.1 BID PRICE The unit price or lump sum price bid -on -each item, as stated in the proposal, shall include famishing all labor-, superintendence, machinery, equipment and materials necessary or -incidental to complete -the - various items of work in accordance with the plans and specifications. The quantities listed in -the -Bid-. Sheet are estimated for the purpose of comparing bids. Payment for each item will be made for actual field measured quantities. Cost of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the bid price with the most applicable item(s). 1.2 UNIT COST ITEMS Unit cost -items not -otherwise included in this section to be paid -for ate unit-costper unit-shakinclude 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. 1.3 LUMP SUM ITEMS Lump sum items to be paid for at a lump sum price per job 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. 1.4 MOBILIZATION/DEMOBILIZATION Mobilization and demobilization shall include costs associated with move-in/move-out related equipment and labor, bid bond, performance bond and insurance required for this project. Total 3 mobilization/demobilization costs allowed in the bid sheet shall be limited to 5% of the total bid price. 1.5 ELECTRICAL No measurement for electrical improvements will be made. Payment shall be made at the unit price bid per unit and shall be full compensation for furnishing and installing, complete, submersible pump, panels, starters, etc. and connection of electrical power from utility. 1.6 CLEANUP No measurement or separate payment will be made for site cleanup. Cost for cleanup shall be included as a part of the cost of the various items of work involved. END OF SECTION 01044609 MEASUREMENT AND PAYMENT 01025 - 1 12/09 Page Intentionally Left Blank 3 McAlister Park Improvements City of -Lubbock SECTION 01300 SUBMITTALS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings; Gene -Conditions of the Contract for Construction, -Supplementary Conditions and Division_1..- GeneraLRequirements apply to the work of this Section.-- 1.2 SECTION INCLUDES A. Submittal procedures. B. Construction progress schedules. C. Proposed -products list. D. Shop drawings. E. Product data. F. -Samples.- G. Manufacturers' instructions. H. Manufacturers' certificates. I. Construction photographs. 1.3 RELATED SECTIONS A. Section 01410 — Testing Laboratory Services. B. Section 01700 - Contract Closeout. 1.4 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. B. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s)� and specification Section number, as appropriate. C. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance -with -the requirements of the Work and Contract -Documents. D. Schedule submittals to expedite the Project, and deliver to Engineer at his business address. Coordinate submission of related items. E. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. F. Provide space for Contractor and Engineer review stamps. G. Revise and resubmit submittals as required, identify all changes made since previous submittal. H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. I. Submittals not requested will not be recognized or processed. 01044609 SUBMITTALS 01300 - 1 12/09 McAlistefPack-Improvements Citv of Lubbock - 1.5 RE -SUBMITTAL REQUIREMENTS IJ A. Revise -initial submittal -as required -and -resubmit to -meet requirements as specified. B. Mark as RESUBMITTAL. C. Re -use original transmittal number and supplement with sequential alphabetical suffix for each - re -submittal. l 1 1.6 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate for Engineer within 15 days after date established in Notice to Proceed. B. --Submit revised -schedules -with -each A-pplic-ation -for-Raymen�-identifying--changes-since previous version. C. Submit a horizontal bar chart with separate line for each section of Work, identifying first work day of each week. D. Show complete sequence of construction by activity, identifying Work of separate stages and other logically -grouped activities Indicate the early and late start, early -and late finish, float dates, and -duration. E. Indicate estimated percentage of completion for each item of Work at each submission. F. Indicate submittal -dates required for shop drawings, product data, samples, and product delivery dates, including those furnished by Owner. 1.7 PROPOSED PRODUCTS LIST t J A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.8 SHOP DRAWINGS A. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. B. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which Contractor requires, plus four copies which will be retained by Engineer. C. Drawing size shall be minimum 8 1/2 x 11 inches and maximum of 30 x 42 inches. D. Draw details to a minimum size 2 inches equal to 1 foot. E. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article above and for record document purposes described in Section 01700 - Contract Closeout. 1.9 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus four copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. C. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. D. Include notation of special coordination requirements for interfacing with adjacent work. 01044609 SUBMITTALS 01300 - 2 12/09 )) l� NreA-lister Park Improvements OtwofLubboek E. After -review, -distribute -in -accordance with Article -on Procedures above and provide copies for Record Documents described in Section 017.00 - Contract -Closeout. 1.10 SAMPLES - A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment deviees.C-oordin-ate-sample-submittals—for-interfacing-work. B. Submit samples of finishes -from the full range of manufacturers' standard colors or in custom colors, textures, and patterns, as specified, for Engineer's selection. C. Where variations in color, pattern or texture are inherent in the material or product, submit multiple -samples to indicate the approximate range or variations. D. Include -fill P-roject-information-and�dentificat-ion-0f-manufacturer,-model-number,-type,-style and color on each sample. E. Submit the numberor samples specified in individual specification Sections; one of which will be retained by Engineer. F. Reviewed samples which may be used in the Work are indicated in individual specification Sections. 1.11 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. C. Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. 1.12 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. PART- -2--PRODUC-T-S Not Used PART 3 - EXECUTION Not Used END OF SECTION 01044609 SUBMITTALS 01300 - 3 12/09 Page Intentionally Left Blank tj McAlister Park Improvements City of Lubbock SECTION 01400 QUALITY CONTROL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General -Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -. Gener..alequirements-apply_.to_the work of this Section. 1.2 SECTION INCLUDES A. Quality assurance and control of installation. B. Inspection and testing laboratory services. C. Tolerances D. Field Samples- 1.3 RELATED-SEC—T-ION.S A. General Conditions of the Agreement. B. Section 01300 - Submittals: Submission of Manufacturers' Instructions and Certificates. 1.4 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Secure Products -in place -with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. F. Perform work by persons qualified to produce workmanship of specified quality. 1.5 INSPECTION AND TESTING LABORATORY SERVICES A. The Contractor will perform inspections, tests, and other services specified in individual specification Sections and as required by the Engineer. B. Reports will be submitted by the Contractor to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Retesting required because of non-conformance to specified requirements shall be performed on instructions by the Engineer. Payment for retesting will be charged to the Contractor. �J 01044609 QUALITY CONTROL 01400 - 1 12/09 McAlister Park=Improvements City of Lubbock L6 TOLERANCES - A. Monitor -tolerance control-6f=installed--P-roducts-to-produce-acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers'tolerances. Should manufacturers'tolerances conflict with Contract Documents, request clarification from Engineer before proceeding. C. Adjust -Products to -appropriate -dimensions; position before securing Products in place. 1.7 FIELD SAMPLES A. Install field samples at the -site as required by individual -specifications Sections -for review. B.--Acceptable-samples r-epresent a -quality -level -for -theme -Work. C. Where field sample is specified in individual Sections to be removed, clear area after field sample has been accepted by Engineer. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01044609 QUALITY CONTROL 01400 - 2 12/09 McAlister Park Improvements -City=ot Lubbock SEC—T-ION-01410 TEST-ING—LABORATORY SERVICES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract -for Construction, Supplementary Conditions and Division 1---General-Requirements-apply to work of this Section: 1.2 SECTION INCLUDES A. Selection and payment. B. Contractor submittals. C.- Laboratory responsibilities. D. Laboratory reports. E. Limits on -testing laboratory authority. F. Contractor responsibilities.-- G. Schedule of inspections and tests. 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Manufacturer's certificates. B. Section 01700 - Contract Closeout: Project Record Documents. C. Individual Specification Sections: Inspections and tests required, and standards for testing. 1.4 REFERENCES A. ANSI/ASTM D3740 - Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. B. ANSI/ASTM E329 - Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 1.5 SELECTION AND PAYMENT A. Owner-shal -employ and -pay for services of an independent testing laboratory to perform specified inspection and testing. B. Employment of testing laboratory shall in no way relieve Contractor of obligation to perform work in accordance with requirements of Contract Documents. 1.6 QUALITY ASSURANCE A. Comply with requirements of ANSI/ASTM E329 and ANSI/ASTM D3740R. B. Laboratory: Authorized to operate in State of Texas. 01044609 TESTING LABORATORY SERVICES 01410 - 1 12/09 McAlister Park Improvements City of Lubbock C. Laboratory Staff. -Maintain a full time registered -Engineer on staff to review services. _.-_- D. Testing Equipment: Calibrated -at -reasonable -intervals with devices of an accuracy traceable to either National Bureau -of Standards (NBS) standards or accepted -values -of -natural physical constants. 1.7 CONTRACTOR SUBMITTALS A. Prior to start of Work, -submit testing laboratory name, address, and telephone number, and names of full time registered Engineer and responsible officer. 1.8-LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. Cooperate with Engineer and Contractor in performance of services. C. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. D. Ascertain compliance-ofmaterials and mixes with requirements of Contract Documents. E. Promptly notify Engineer--and-Contractor of -observed irregularities or non-conformance of Work or Products. F. Perform additional inspections and tests required by Engineer. G. Attend preconstruction conferences and progress meetings. 1.9 LABORATORY REPORTS A. After each inspection and test, promptly submit three copies of laboratory report to Engineer, and to Contractor. B. Include: 1. Date issued, 2. Project title and number, 3. Name of inspector, 4. Date and time of sampling or inspection, 5. Identification of product and Specifications Section, 6. Location in the Project, 7. Type of inspection or test, 8. Date of test, 9. Results of tests and 10. Conformance with Contract Documents. C. When requested by Engineer, provide interpretation of test results. 1.10 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of Contractor. D. Laboratory has no authority to stop the Work. 01044609 TESTING LABORATORY SERVICES 01410 - 2 12/09 t.... McAlister Park Improvements City of Lubbock- 1.11 CONTRACTOR RESPONSIBILITIES A. De -Fiver -to -laboratory -at -designated -location, adequate samples of materials proposed -to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work and to manufacturer's facilities. -C. Provide -incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate -tests and -inspections, -- storage and curing of test samples. D. Notify Engineer and -laboratory 24 hours prior to expected time for operations requiring inspection and -testing -services. E. P-aycosts-of-testing4aboratory-"--vices from AHowance-specified-in-Section-0101-9-on-approval of invoices by Engineer- F. Employ services of a separate qualified testing laboratory, arrange with laboratory -and -pay -for additional samples and tests required by Contractor beyond specified requirements. 1--.12- SCHEDULE OFIN-SPECTIONS_AND TESTS A. At the -time of final inspection and tests of the power and lighting system, -all -connections at panels, switches, circuit breakers, etc., and all splices shall be complete. B. Each power, lighting and control circuit shall be tested and proven free of breaks, short circuits or grounds. On all conductors rated at 600 volts, Megger shall be used to test circuits. C. As indicated in individual Specification Sections. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END -OF SECTION 01044609 TESTING LABORATORY SERVICES 01410 - 3 12/09 Page Intentionally Left Blank I' McAlister Park Improvements City— REFRRENC-ES PART 1= GENERAL 1.1 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey Engineer's action .on Contractor's submittals, applications, and requests, "approved" is limited to Engineer's duties and responsibilities as stated in the Coffiffons of -the -Contract. C. "Directed": A command or instruction by Engineer. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown,'"'noted;" "scheduled," and "specified!' -have the same meaning as "indicated." . E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Operations at Project site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. H. "Provide": Furnish and install, complete and ready for the intended use. I. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.2 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. B. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless -otherwise -indicated. C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. 1.3 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities indicated in _ Gale's "Encyclopedia of Associations" or in Columbia Books' "National Trade & Professional Associations of the United States." 01044609 REFERENCES 01420 - 1 12/09 McAlister Park Improvements Citv of Lubbock S: 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. AA Aluminum Association, Inc. (The) AAA -DM American Association -of Automatic Door Manufacturers AABC Associated Air Balance Council AAMA American Architectural Manufacturers Association AASHTO American Association of -State -Highway and Transportation Officials AATCC American Association of Textile Chemists and Colorists ABAA Air Barrier Association -of. -America ABMA American Bearing Manufacturers Association ACI American Concrete -Institute ACPA American Concrete Pipe Association AEIC Association of Edison Illuminating Companies, Inc. (The) AF&PA American Forest & Paper Association AGA American Gas Association AGC Associated General Contractors of America (The) AHAM Association of Home Appliance Manufacturers AHRI Air -Conditioning, Heating, and Refrigeration Institute Al Asphalt Institute AIA American Institute of Architects (The) AISC American Institute of Steel Construction AISI American Iron and Steel Institute ATTC American Institute of Timber Construction ALSC American Lumber Standard Committee, Incorporated AMCA Air Movement and Control Association International, Inc. ANSI American National Standards Institute 01044609 REFERENCES 01420 - 2 12/09 McAlister Park Improvements City of -Lubbock AOSA Association of Official Seed Analysts, Inc. APA Architectural Precast Association APA APA - The Engineered Wood Association API American Petroleum Institute ARI Air -Conditioning -&-Refrigeration Institute (Now AHRn- ARMA Asphalt Roofing Manufacturers Association ASCE American Society of Civil Engineers ASCE/SEI American -Society of Civil Engineers/Structural Engineering Institute (See ASCE) ASHRAE Am-m-eric-an Society -of Heating, Refrigerating and Air -Conditioning -Engineers ASME ASME International (American Society of Mechanical Engineers International) ASSE American Society of Safety Engineers ASSE American Society of Sanitary Engineering ASTM ASTM International (American Society for Testing and Materials International) ATIS Alliance for Telecommunications Industry Solutions AWCI Association of the Wall and Ceiling Industry AWCMA American Window Covering Manufacturers Association (Now WCMA) AWI Architectural Woodwork Institute AWPA American Wood Protection Association (Formerly: American Wood Preservers' Association) AWS American Welding Society AWWA American Water Works Association BHMA Builders Hardware Manufacturers Association BIA Brick Industry Association (The) 01044609 REFERENCES 01420 - 3 12/09 McAlister Park Improvements C- twof— Lubbock --BICSI- ----BICSI, Inc. BIFMA BIFMA-International (Business and Institutional Furniture Manufacturer's Association International) BISSC Baking Industry Sanitation Standards Committee BWF Badminton World Federation (Formerly:1BF - International Badminton Federation) -CCC Carpet Cushion Council CDA Copper Development Association CEA Canadian Electricity Association CEA Consumer Electronics Association CFFA Chemical Fabrics & Film Association, Inc. CGA Compressed Gas Association CIMA Cellulose Insulation Manufacturers Association CISCA Ceilings & Interior Systems Construction Association CISPI Cast Iron Soil Pipe Institute CLFMI Chain Link Fence Manufacturers Institute CRRC Cool Roof Rating Council CPA Composite Panel Association CPPA Corrugated Polyethylene Pipe Association - CRI Carpet and Rug Institute (The) CRSI Concrete Reinforcing Steel Institute CSA Canadian Standards Association CSA CSA International (Formerly: IAS - International Approval Services) CSI Cast Stone Institute CSI Construction Specifications Institute (The) CSSB Cedar Shake & Shingle Bureau 01044609 REFERENCES 01420 - 4 12/09 I McAlister Parma Improvements Citv of Lubbock- -- CTI Cooling Technology Institute (Formerly: Cooling Tower Institute) DHI Door and Hardware Institute ECA Electronic Components Association EIA Electronic Industries Alliance EIMA EIFS-Industry Members Association EJCDC-- Engineers Joint Contract Documeuts_Committee-- EJMA Expansion Joint Manufacturers Association, Inc. ESD ESD Association (Electrostatic -Discharge Association) ETL SEMCO Intertek ETL SEMCO FIBA Federation Internationale de Basketball (The International Basketball Federation) F1VB Federation Internationale de Volleyball (The International Volleyball Federation) FM Approvals FM Approvals LLC FM Global FM Global (Formerly: FMG - FM Global) FRSA Florida Roofing, Sheet Metal & Air Conditioning Contractors Association, Inc. FSA - Fluid Sealing -Association FSC Forest Stewardship Council GA Gypsum-Association- GANA Glass Association of North America GRI (Part of GSn GS Green Seal GSI Geosynthetic Institute HI Hydraulic Institute HI Hydronics Institute 01044609 REFERENCES 01420 - 5 12/09 McAlister Park Improvements _ City of Lubbock , HMMA Hollow Metal -Manufacturers Association (Part of NAAMM) HPVA Hardwood Plywood & Veneer Association HPW H. P. White Laboratory, Inc. IAS International Appraval-Services (Now CSA International) IBF International Badminton -Federation (Now-B-MUD ICEA Insulated Cable Engineers Association Inc. g .._ ICRI International Concrete Repair Institute, Inc. IEC International Electrotechnical Commission IEEE Institute of -Electrical- and Electronics Engineers, -Inc. (The) IES Illuminating Engineering Society t IESNA Illuminating Engineering Society of North America - (Now IES) IEST Institute of Environmental Sciences and Technology IGCC Insulating Glass Certification Council IGMA Insulating Glass Manufacturers Alliance ILI Indiana Limestone Institute of America, Inc. - ISO International Organization for Standardization Available from ANSI 1 ISSFA International -Solid-SurfaceFabnc-ators Association- ITS Intertek Testing Service NA (Now ETL SEMCO) ITU International Telecommunication Union KCMA Kitchen Cabinet Manufacturers Association LPI Lightning Protection Institute MBMA Metal Building Manufacturers Association MFMA Maple Flooring Manufacturers Association, Inc. F 01044609 REFERENCES 01420 - 6 `J 12/09 i McAlister Park Improvements C-ity-of-Lubbock MFMA Metal Framing Manufacturers Association, Inc. MH Material Handling (Now MHIA) MHIA Material-I-4andli:ng Industry of America MIA Marble Institute of America MPI Master Painters -Institute MSS Manufacturers Standardization Society of The Valve and Fittings Industry Inc. NAAMM National Association of Architectural Metal Manufacturers NACE NACE-International (National Association of Corrosion Engineers International) NADCA -National-Air-Duct-Cleaners Association NAGWS National Association for Girls and Women in Sport NAIMA North American Insulation Manufacturers Association NBGQA National Building Granite Quarries Association, Inc. NCAA National Collegiate Athletic Association (The) NCMA National Concrete Masonry Association NCPI National Clay Pipe Institute NCTA National Cable & Telecommunications Association NEBB National Environmental Balancing Bureau NECA National Electrical-Contractor-s-Associ-ation NeLMA Northeastern Lumber Manufacturers' Association NEMA National Electrical Manufacturers Association NETA InterNational Electrical Testing Association NFHS National Federation of State High School Associations NFPA NFPA (National Fire Protection Association) NFRC National Fenestration Rating Council 01044609 REFERENCES 01420 - 7 12/09 McAlister Park Improvements City+ -of L=ubbock- NGA National Glass -Association NHLA National Hardwood Lumber Association NLGA National Lumber Grades Authority NOFMA NOFMA: The Wood Flooring Manufacturers Association (Formerly: National Oak Flooring Manufacturers Association) NOMMA National Ornamental & Miscellaneous Metals.Assoeiation- NRCA National Roofing Contractors Association NRMCA National Ready Mixed Concrete Association NSF NSF International (National Sanitation--Foundation-International) NSSGA National Stone, Sand-&-Gravel-Association NTMA National Terrazzo & Mosaic Association, Inc. (The) NTRMA National Tile Roofing Manufacturers Association (Now TRI) NWFA National Wood Flooring Association NWWDA National Wood Window and Door Association (Now WDMA) PCI Precast/Prestressed Concrete Institute PDCA Painting & Decorating-Contractorsof America PDI Plumbing & Drainage Institute -PGI PVC Geomembrane Institute PLANET Professional Landcare Network PTI Post -Tensioning Institute RCSC Research Council on Structural Connections RFCI Resilient Floor Covering Institute RIS Redwood Inspection Service SAE SAE International 01044609 REFERENCES 01420 - 8 12/09 McAlister Park Improvements Citv of Lubbock SCTE Society of Cable Telecommunications -Engineers SDI Steel Deck Institute SDI Steel Door Institute SEFA Scienlilic Equipment and-FurnitureAssociation SEVASCE Structural Engineering Institute/American Society of Civil Engineers (See ASCE) SGCC Safety Glazing -Cent Lion -Council SIA Security Industry Association SJI Steel Joist Institute SMA Screen Manufacturers Association SMACNA Sheet Metal and Air Conditioning- Contractors' National Association SMPTE Society of Motion Picture and Television Engineers SPFA Spray Polyurethane Foam Alliance SPIB Southern Pine Inspection Bureau SPRI Single Ply Roofing Industry SSINA Specialty Steel Industry of North America SSPC SSPC: The Society for Protective Coatings STI Steel Tank Institute SWI Steel Window Institute SWRI Sealant, Waterproofing, & Restoration Institute TCNA Tile Council of North America, Inc. TIA/EIA Telecommunications Industry Association/Electronic Industries Alliance TMS The Masonry Society TPI Truss Plate Institute, Inc. TPI Turfgrass Producers International TRI Tile Roofing Institute 01044609 REFERENCES 01420 - 9 12/09 McAlister Park Improvements City -of -Lubbock UL Underwriters Laboratories Inc. UNI Uni-Bell PVC Pipe Association USAV USA Volleyball USGBC U.S. Green Building -Council USITT United States Institute for Theatre Technology, Inc. WASTEC Waste -Equipment -Technology Assoc-iation WCLIB West Coast Lumber Inspection Bureau WCMA Window Covering Manufacturers Association WCSC Window Covering Safety Council WDMA Window & Door Manufacturers Association WI Woodwork Institute (Formerly: WIC - Woodwork Institute of California) WIC Woodwork Institute of California (Now WI) WMMPA Wood Moulding & Millwork Producers Association WSRCA Western States Roofing Contractors Association WWPA Western Wood Products Association C. 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. DIN Deutsches Institut f?r Normung e.V. IAPMO International Association of Plumbing and Mechanical Officials ICC International Code Council ICC-ES ICC Evaluation Service, Inc. UBC Uniform Building Code (See ICC) 01044609 REFERENCES 01420 - 10 12/09 McAlister Park Improvements City-ofiL-ubbock- -D. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in -the -following -list Names -are -subject -to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. CE Army Corps of Engineers CPSC Consumer Product Safety Commission DOC Department of Commerce _DOD_ Department -of Defense DOE Department of Energy EPA Environmental Protection Agency FAA Federal Aviation Administration FCC -Federal-Commmnications-Commission FDA Food and Drug Administration GSA General Services Administration HUD Department of Housing and Urban Development LBL Lawrence Berkeley National Laboratory NCHRP National Cooperative Highway Research Program (See TRB) NIST National Institute of Standards and Technology OSHA Occupational Safety & Health Administration PBS Public Buildings Service (See GSA) PHS Office of Public Health and Science RUS Rural Utilities Service (See USDA) SD State -Department TRB Transportation Research Board USDA Department of Agriculture USPS Postal Service 01044609 12/09 REFERENCES 01420 - 11 McAlister Park Improvements City-of-Lubbock- E. Standards -and Regulations: Where abbreviations and -acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list: Names-are-subject-to-change--and-are--believed- to be accurate and up-to-date as of the date of the Contract Documents. ADAAG Americans with Disabilities Act (ADA) Arehiteetural-Barr-ier-s Act -(ABA -)- Accessibility Guidelines for Buildings and Facilities Available from U.S. Access Board CFR Code of Federal Regulations Available -from -Government Printing -Office DOD Department of Defense Military Specifications and Standards Available from Department of Defense Single Stock Point DSCC Defense Supply Center Columbus (See FS) FED=STD Federal Standard (See FS) FS Federal Specification Available from Department of Defense Single Stock Point Available from Defense Standardization Program Available from General Services Administration Available from National Institute of Building Sciences FTMS Federal Test Method Standard (See FS) MIL (See MILSPEC) MIL -STD (See MILSPEC) MILSPEC Military Specification and Standards Available from Department of Defense Single Stock Point UFAS Uniform Federal Accessibility Standards Available from Access Board 01044609 REFERENCES 01420 - 12 12/09 McAlister Park -Improvements City of Lubbock F. State Government Agencies: Where abbreviations-and_acroiryms_are_usedin-Specifications or other Contract --Documents; they -shall mean the recognized name of the entities -in -the follow-ing- ist. Names are subject to -change and -are -believed -to be accurate and-up=to=date as of the date of the Contract Documents. CBHF State of California, Department of Consumer Affairs Bureau of Home Furnishings and Thermal -Insulation J CCR California Code of Regulations CDHS California Department of Health Services (See CDP-H) CDPH California Department of Public Health, Indoor Air Quality Section CPUC California Public Utilities Commission l�J TFS Texas Forest Service Forest Resource Development FJ' PART 2 - PRODUCTS Not Used ,= z PART 3 - EXECUTION Not Used END OF SECTION L A �1 01044609 REFERENCES 01420 - 13 12/09 Page Intentionally Left Blank McAlister Park Improvements City of -Lubbock SECTION-01500 T-EMPORAR-Y-F`AC-1L-IES-BrCON-T-ROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract -for -Construction, Supplementary Conditions and Division 1 - General Requirements apply-to_work_of_this Section. 1.2 SECTION INCLUDES A. Temporary Utilities: Electricity, lighting, heat, ventilation, telephone service, water, and sanitary facilities. B. Temporary -Controls: Barriers, enclosures and fencing, protection of the Work, and water control. C. Construction Facilities: Access roads, Parking, progress cleaning, project signage, and temporary -buildings. 1.3 RELATED SECTIONS A. Section 01700 - Contract Closeout: Final Cleaning. 1.4 TEMPORARY ELECTRICITY A. Connect to existing power service. Power consumption shall not disrupt Owner's need for continuous service. B. Provide temporary electric feeder from existing building electrical service at location as directed. Power consumption shall not disrupt Owner's need for continuous service. C. Owner will pay cost of energy used. Exercise measures to conserve energy. D. Power Service Characteristics: As indicated on drawings. E. Provide power outlets for construction operations, with branch wiring and distribution boxes as required. Provide flexible power cords as required. F. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electric Code. G. Permanent convenience receptacles may be utilized during construction. H. Provide adequate distribution equipment, wiring, and outlets to provide single phase branch circuits for power and lighting. 1. Provide 20 ampere duplex outlets, single phase circuits for power tools for every 2000 sq ft of active work area and at specific locations as required. 2. Provide 20 ampere, single phase branch circuits for lighting. 1.5 TEMPORARY LIGHT-T-ING A. Provide and maintain lighting for construction operations to achieve a minimum lighting level of 2 watts/sq ft. B. Provide and maintain 1 watt/sq ft lighting to exterior staging -and storage areas after dark for security purposes. 01044609 TEMPORARY FACILITIES & CONTROLS 01500 - 1 12/09 McAlister Park Improvements City-of-L-ubbock- C. Provide -and -maintain 0.25-watt/sq-ft U-J.D. lighting to interior work areas after -dark for security purposes. D.-P-fov-ide-branch=wiring from -power--source to -distnbutioii-boxes-with-lighting-conductors; pigtails, and lamps as required. E. Maintain lighting and provide routine repairs. F. Permanent building lighting may be utilized during construction. 1.6 TEMPORARY VENTILATION A. Ventilate enclosed- areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. -.B,-P-rovide-temporary. fan -units -as -required to maintain-Glean-air-for-constmc-Lien-operations. 1.7 TELEPHONE SERVICE A. Provide, maintain and pay for telephone service to field office at time of project mobilization. B. As a minimum, provide mobile telephone service for the on -site -superintendent and home office telephone service. 1.8 TEMPORARY WATER SERVICE A. Connect to existing water source for construction operations. B. Owner will pay cost of water used. Exercise measures to conserve water. C. Extend branch piping with outlets located so water is available by hoses with threaded connections. Provide temporary pipe insulation to prevent freezing. 1.9 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Existing facilities shall not be used B. At end of construction, return facilities to same or better condition than originally found. 1.10 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas, to allow for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide barricades and covered walkways required by governing authorities for public rights -of -way and for public access to existing building. C. Provide protection for plant life designated to remain. Replace damaged plant life. D. Protect non -owned vehicular traffic, stored materials, site and structures from damage. 1.11 FENCING A. Construction: At Contractor's option, commercial grade chain link fence or solid wood fence, painted. B. Provide 6 foot high fence around materials storage areas. Equip with vehicular and pedestrian gates with locks. 01044609 12/09 TEMPORARY FACILITIES & CONTROLS 01500 - 2 , [ _! McAlister Park Improvements City of Lubbock 1.12 WATER CONTROL A. Grade site to drain. Maintain excavations free -of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.13 EXTERIOR ENCLOSURES A. Provide temporary insulated weather -tight closure of exterior openings to accommodate acceptable working -conditions and protection for Products, to allow for temporary heating and maintenance of required -ambient temperatures-iderrtiif e d i i i i i idividualspecifimatimi Sections, and to prevent entry -of -unauthorized persons. Provide access doors with self -closing hardware and locks. 1.14 PROTECTION OF INSTALLED WORK A. Protect installed -Work and provide special protection where specified in individual specification Sections.- B. Provide tempor-ary--and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Provide protective coverings at walls, roof, and soffits of openings. D. Protect finished walkways, drives, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 1.15 PARKING A. Existing paved areas may be used for parking provided it does not interfere with Owner's continued operations. 1.16 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Remove waste materials, debris, and rubbish from site and dispose off -site at intervals as required to maintain clean site. 1.17 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities, and materials as soon as permanent facilities can be utilized. B. Remove underground installations to a minimum depth of 2 feet. 01044609 TEMPORARY FACILITIES & CONTROLS 01500 - 3 12/09 ................... ..... ... McAlister Park Improvements City of Lubbock C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction-to-on.g.inal-condition:Restore permanent facilities -used -during construction to specified condition. .X PART 2-PRODUCTS Not Used M1 PART 3 - EXECUTION Not Used A END OF SECTION 01044609 TEMPORARY FACILITIES & CONTROLS 01500-4 12/09 McAlister Park Improvements City of Lubbock SECTION 01555 BARRICADES; SIGNS AND TRAFFIC HANDLING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for -Construction, Supplementary Conditions and Division 1 - General Requirements apply -to work oPthis Section. 1.2 DESCRIPTION A. This Item shall govern for providing, installing, moving, replacing, maintaining, cleaning fi 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 CONSTRUCTION METHODS 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. PART 3 - EXECUTION 3.1 GENERAL A. The Contractor shall propose his own Traffic Control Plan (TCP) as necessary for phased construction. Contractor -proposed TCP shall bear the seal of a Texas Licensed Professional Engineer. If his 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. 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 01044609 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 1 12/09 Page Intentionally Left Blank McAlister Park Improvements COY of Lubbock SECTION 01560 ENVIRONMENTAL-PROTECTI ON - PART 1 - GENERAL 1.1 REFERENCES The publications listed -below form a part of this specification to the extent referenced. The publications are referred toin-the text by the basic designation only. CODE OF FEDERAL REGULA-T-IONS (CFR) 29 CFR 1910-SUBPART G Occupational Health and Environmental Control CORPS OF ENGINEERS-(C-OE) COE EP-1165-2-304 1976 Flood Plain Regulations for Flood Plain Management 1.2 DEFINITIONS A. Sediment Soil and other debris that have eroded and have been transported by runoff water or wind. B. Solid Waste Rubbish, debris, garbage, and other discarded solid materials resulting from industrial, commercial, and agricultural operations and from community activities. C. Rubbish Combustible and noncombustible wastes such as paper, boxes, glass, crockery, metal, lumber, ` cans, and bones. D. Debris Combustible and noncombustible wastes such as ashes and waste materials resulting from construction or maintenance and repair work, leaves, and tree trimmings. E. Chemical Wastes This includes salts, acids, alkalies, herbicides, pesticides, organic chemicals, and spent products which serve no purpose. F. Sanitary Wastes 1. Sewage Wastes characterized as domestic sanitary sewage. 2. Garbage Refuse and scraps resulting from preparation, cooking, dispensing, and consumption of food. G. Oily Waste 1. Petroleum products and bituminous materials. 1.3 ENVIRONMENTAL PROTECTION REQUIREMENTS Provide and maintain, during the life of the contract, environmental protection as defined. Plan for and provide environmental protective- measures to control pollution that develops during normal construction practice. Plan for and provide environmental protective measures required to correct 01044609 ENVIRONMENTAL PROTECTION 01560 - 1 12/09 McAlister Park Improvements City of -Lubbock ®, conditions that develop during the construction of permanent or temporary environmental features associated with the project. Comply with Federal, state, and -local -regulations -pertaining to the environment -including -but not limited to water, air, and noise pollution. A. Preconstruction Survey Perform a preconstruction survey of the project site with the Engineer, and pollution -prevention measures necessary to assess existing environmental conditions in, and adjacent to the site. PART 2 - PRODUC—TS Not —Used PART 3 - EXECUTION 3.1 PROTECTION OF NATURAL RESOURCES Preserve the natural resources within the project boundaries and outside the limits of permanent work. --Restore .to -an -equivalent or improved condition upon completion -of work. Confine construction activities to within the limits of the -work indicated or specified. A. Land Resources Except in areas to be cleared, do not remove, cut, deface, injure, or destroy trees or shrubs without the Engineer's permission. Do not fasten or attach ropes, cables, or guys to existing nearby trees for anchorages unless authorized by the Engineer. Where such use of attach ropes, ti cables, or guys is authorized, the Contractor shall be responsible for any resultant damage. 1. Protection Protect existing trees which are to remain and which may be injured, bruised, defaced, or otherwise damaged by construction operations. Remove displaced rocks from uncleared" areas. By approved excavation, remove trees with 30 percent or more of their root t_ systems destroyed. 2. Replacement Remove trees and other landscape features scarred or damaged by equipment -operations, and replace with equivalent, undamaged trees and landscape features. Obtain Engineer's IJ approval before replacement. 3. Temporary Construction -Remove-traces-of-temporary-construction facilities -such -as -haul -roads; -work --areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, and other signs of construction. Grade temporary roads, parking areas, and similar temporarily used areas to conform with surrounding contours. B. Water Resources_ 1. Oily Wastes - Prevent oily or other hazardous substances from entering the ground, drainage areas, or local bodies of water. Surround all temporary fuel oil or petroleum storage tanks with a temporary earth berm of sufficient size and strength to contain the contents of the tanks in the event of leakage or spillage. i 01044609 ENVIRONMENTAL PROTECTION 01560 - 2 12/09 t CY McAlister Pack -Improvements Citv.of Lubbock 3.2 EROSION AND SEDIMENT CONTROL -MEASURES A. Bumoff I. Bumoff of the ground cover is not permitted. B. Borrow Areas I . Manage and control borrow areas to prevent sediment from entering nearby streams or lakes. 2. Restore areas, including those outside the borrow--areas,-disturbed by borrow and haul operations. 3. Restoration includes grading, replacement of topsoil, and establishment of a permanent vegetative cover. C. Protection -of -Erodible Soils - I. Immediately finish the earthwork brought to a final -grade, as indicated or specified. 2. Immediately protect the side slopes and back slopes upon completion of rough grading. 3. Plan and conduct earthwork to minimize the duration of exposure of unprotected soils. D. Temporary Protection of Erodible Soils I. Mechanically retard and control the rate of runoff from the construction site. This — includes construction of diversion ditches, benches, and berms to retard and divert runoff to protected drainage courses. 3.3 CONTROL AND DISPOSAL OF SOLID AND SANITARY WASTES �..., Pick up solid wastes, and place in containers which are regularly emptied. Do not prepare, cook, or dispose of food on the project site. Prevent contamination of the site of other areas when handling and disposing of wastes. On completion, leave the areas clean. Control and dispose of waste. A. Disposal of Rubbish and Debris Dispose of rubbish and debris in accordance with the requirements specified in area as directed by Owner. B. Garbage Disposal Place garbage in approved containers, and move to a pickup point or disposal area, where directed. 3.4 DUST CONTROL Contractor will be fully responsible for dust control along all haul roads and in the project area. Keep dust down at all times, including during nonworking periods. Sprinkle or treat, with dust suppressants, the soil at the site, haul roads, and other areas disturbed by operations. END OF SECTION 01044609 ENVIRONMENTAL PROTECTION 01560 - 3 12/09 Y McAlister Park Improvements City of Lubbock SECTION 01600 MATERIAL AND EQUIPMENT - PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary -Conditions and Division 1 - General Requirementsapply to the 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. General Conditions. B. Information to Bidders: Product options and substitution procedures. C. Section 01400 - Quality Control: Product quality monitoring. 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. B. Provide interchangeable components of the same manufacturer, for similar components. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer`s original, -unopened containers or packaging, witifidentifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. -Store sensitive products in weather -tight, climate controlled enclosures. LJ 01044609 MATERIAL AND EQUIPMENT 01600 - 1 12/09 McAlister Park Improvements City -of -Lubbock 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 pre -vent soiling, disfigurement, or damage. 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. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. B. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. C. A request constitutes a representation that the Contractor: 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. D. 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. E. 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. 01044609 MATERIAL AND EQUIPMENT 01600 - 2 12/09 McAlister Park Improvements -City-of Lubbock PART 2- PRODUCTS Not Used PART 3 - EXECUTION Not Used END -OF SECTION 01044609 MATERIAL AND EQUIPMENT 01600-3 12/09 Page Intentionally Left Blank McAlister Park Improvements -City of Lubbock SECTION 01700 CONTRACT CLOSEOUT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the -Contract for Construction, Supplementary Conditions -and Division 1 - General Requirements -apply to work of this Section-. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. G. Spare parts -and maintenance materials. 1.3 RELATED SECTIONS A. Section 01500 - Temporary Facilities and Controls: Progress cleaning. 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 interior and exterior glass and surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. C. Clean equipment and fixtures to a sanitary condition. D. Replace filters of operating equipment. E. Clean debris from roofs, gutters, downspouts, and drainage systems. F. Clean site; sweep paved areas, rake clean landscaped surfaces. G. Remove waste and surplus materials, rubbish, and construction facilities from the site. H. Repair, patch and touch-up marred surfaces to match adjacent finishes. I. Clean ducts, blowers and coils if air conditioning units were operated during construction. 01044609 CONTRACT CLOSEOUT 01700 - 1 12109 io( and unhindered operation. In- its; record actual- revisions to the vt Ict. 1p] construction. t sq ion description of actual Products item to record actual construction Irst floor datum. Page Intentionally Left Blank ound utilities and appurtenances, %rl ances concealed in construction, ork. pli aon for Payment. inch text pages, bound in three cer comments. Revise content of inspection. [ON AND MAINTENANCE of inder when multiple binders are dividers, logically organized as sir rced laminated plastic tabs. with each Product or system ne embers of Architect, Contractor, 01700-2 McAlister Park Improvements City-ofL-ubbock SECTION 02200 JDEMOLITION, REMOVAL AND SALVAGING OF EXISTING -MATERIALS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the -Contract for Construction, Supplementary Conditions and Division-1 - General Requirements apply -to the work of this Section. 1.2 GENERAL This item shall consist of the demolition, removal, and salvage or disposal of certain portions of existing paving materials, including existing asphalt surfacing and base material and existing concrete median, in accordance with these specifications--and-in-conformity-with-the-dimensions and typical cross sections shown on the plans and with the fines and -grades established -for the project. 1.3 CLASSIFICATION No consideration shall be given to differences in thickness or volume of material for each material removed. All pavement of each type to be removed shall be considered as being the same and equal i. and no consideration shall be given to differences in thickness of material. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 GENERAL Where applicable, all lines separating pavement to be removed from that to remain in place shall be cut neatly and in a straight line, or shall be separated at an existing expansion or construction joint. Cuts -shall -be -made -by -means of sawing,-.or-other-methods-approved-b-y-the-Owner-Representative which will produce a satisfactory edge. In no case shall the line be cut with a motor grader blade. 3.2 REMOVING EXISTING TREES The Contractor shall coordinate with the Owner for removal of all trees, roots, etc. within construction limits shown on the plans. 3.3 REMOVING EXISTING ASPHALT SURFACING AND BASE MATERIAL All existing materials to be removed and disposed of under this item shall be removed by the f Contractor, and shall be disposed of in appropriate disposal areas off the Owner's property. Removal operations shall be accomplished in such a manner to minimize disturbance of existing underlying 01044609 DEMOLITION, REMOVAL AND SALVAGING 02200 - 1 12/09 OF EXISTING MATERIALS McAlister Park Improvements City of Lubbock courses -and adjacent pavement structures or improvements -to -remain in place. Any underlying_courses. disturbed during removal operations shall be reworked, recompacted and regraded -to -the satisfaction of the -Engineer. Any damage to adjacent pavement structures or improvements to -remain -in -place shall be repaired to the satisfaction of the Engineer. 1 END OF SECTION a 01044609 DEMOLITION, REMOVAL AND SALVAGING 02200 - 2 12/09 OF EXISTING MATERIALS _ _ McAlister Park Improvements CiLy-of-Lubbock SECTION 02223 EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOII.ING ---P-ARC' 1--GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Constriction, Supplementary -Conditions and- -Division l Gener-aLlZequirements apply -to -the -work of -this- Seetion. 1.2 GENERAL A. This item shall consist of excavation, subgrade preparation, grading, embankment and topsoiling of all materials within the limits--of-the work required -to -complete the -constriction of the various items included in this project in accordance with these specifications and in conformity with the dimensions and typical sections shown on the plans and with the lines and grades established -for the project. B. All suitable material taken from excavation shall be used in the formation of embankment, subgrade, and for backfilling as indicated on the plans or as directed by the Owner's Representative. C. Fill material shall be supplied from borrow sites approved by the Owner's Representative at the Contractor's expense. If the volume of excavation material removed from the project construction area exceeds that required to construct the project to the grades indicated, the excess material shall become the property of the Contractor and shall be properly disposed of in areas off the construction site at the Contractor's expense. 1.3 CLASSIFICATION A. All material excavated shall be defined as unclassified excavation and shall include all excavation performed under this item regardless of the material encountered. Existing asphaltic concrete pavement and base material and concrete median be salvaged or removed in accordance with Section 02200, DEMOLITION, REMOVAL AND SALVAGING OF EXISTING MATERIALS, of these specifications. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 GENERAL A. The rough excavation shall be carried to the necessary depth to obtain the specified depth of subgrade densification shown on the plans. Likewise, on embankments, the depth of subgrade densification shall be as shown on the plans. Should the Contractor, through negligence or 01044609 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 1 12/09 EMBANKMENT AND TOPSOILING McAlister Park-1�mP rovements __' City -of L--ubbock= other fault, excavate belo..w the_designated--lines, heshall-replace the excavation with approved- materi-als--in—an approved manner and condition, at his own ---expense. The Owner's Representative shall have complete control over the excavation, moving, placing, and disposition of all materiaLand shall determine the suitability of material to be placed in embankments. All material determined unsuitable shall be disposed of in waste areas or as directed. Topsoil shall not be used in fills or in subgrades but shall be handled and placed as directed. J£ B. The Contractor shall inform and satisfy himself as to the.character, quantity, and distribution of -- all material to be excavated. No payment will be made for any excavated material which is used for purposes other than those designated. All spoil areas shall be leveled to a uniform line and section and shall present a neat appearance before project acceptance. C. Those areas outside of the pavemenrareas-in-which-the top layer of soil material -becomes compacted, due to hauling or to any other activity of the Contractor, shall be scarified and -.-disced-to-a'depth of 4 inches, as directed, to loosen and pulverize the soil. D. If it is necessary to interrupt existing surface drainage, sewers or underdrainage, conduits, utilities, or similar underground structures, or parts thereof, the Contractor shall be responsible for and--shall-take all --necessary precautions to -protect and preserve or provide temporary �. services. The Contractor shall, at his own expense, satisfactorily repair all damage to such facilities or structures which may result from any of his operations during the period of the contract. 3.2 EXCAVATION A. Excavation shall be performed as indicated on the contract plans to the lines, grades, and elevation shown or as directed by the Owner's Representative, and shall be made so that the requirements for formation of embankments can be followed. No excavation or stripping shall be started until the Owner's Representative has taken cross -sectional elevations and _ measurements of the existing ground surface, and has set control base lines for the proposed tJ work. All material encountered within the limits indicated shall be removed and disposed of as directed. During the process of excavation, the grade shall be maintained so that it will be well drained at all times. When directed, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. B. When selective grading is specified or required as indicated on the plans, the excavated material -- shall be handled to allow the selected material to be properly placed in the embankment and in the capping of pavement subgrades as determined from the soil profile and soil characteristics. C. The Contractor shall so schedule the work that excavated material can be placed in its proper section of the pavement construction. If the Contractor for his convenience desires to stockpile material, it shall be stockpiled in approved areas for later use. i_ D. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for subgrades, roads, shoulders, intermediate areas, or any areas intended for turfing shall be excavated to a depth 12 inches below the the the designated minimum of contemplated surface of subgrade or l grades. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to a depth specified, to provide a satisfactory foundation. Unsatisfactory materials shall become the property of the Contractor and shall be disposed of at locations approved by the Owner's Representative at the Contractor's expense. The portion so excavated shall be refilled with suitable selected material as specified, obtained from the grading operations or borrow area and thoroughly compacted by rolling. The necessary refilling E, will constitute a part of the embankment. Where rock cuts are made and refilled with selected - material, or where trenching out is done to provide for a course of pavement, the depths thus created shall be ditched at frequent intervals to provide adequate drainage. 01044609 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 2 12/09 EMBANKMENT AND TOPSOILING Fr McAlister Park Improvements City of -Lubbock E. The Owner reserves the right to make minor adjustments or revisions- inJines=or=grades, if found necessary, as the work progresses due to discrepancies in the plans or to obtain satisfactory construction. F. The removal of existing structures and utilities required to permit the orderly -progress of work will be accomplished by the Contractor as an incidental part of the work, unless otherwise shown on the plans. G. In cut areas, the subgrade under areas to be paved -shall be compacted to the depths and to -the densities at optimum moisture as shown--on-the plans or as specified by the specifications, and as determined by the compaction control tests specified in ASTM D•698. Any unsuitable materials encountered shall be removed. H. In cut areas, the subgrade material -shall -be -removed to the depths indicated on the drawings. The -bottom layer of subgrade shall -be compacted to the depths and density as shown on the drawings. The remaining layers of subgrade-shall-be constructed as embankment as shown on the drawings. I. No payment or measurement for payment will be made for suitable materials removed, manipulated, and replaced in order to obtain density except as specified above. Any removal, manipulation; aeration; -replacement, and recompaction-of suitable materials necessary to obtain the required density, except as specified above, shall be considered as incidental to the excavation and embankment operations, and shall -lie performed by the Contractor at no additional cost to the project. J. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 12 inches of the subgrade. The finished grading operations conforming to the typical cross section shall be completed and maintained ahead of the paving operations. K. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line or finished grade of slope. All cut -and -fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Owner's Representative. L. Blasting will not be permitted. 3.3 PREPARATION OF EMBANKMENT AREA A. Embankment areas shall be cleared and grubbed. All depressions or holes below the ground surface, whether caused by grubbing or otherwise, shall be backfilledmith-suitable material and compacted to ground surface before the construction of the embankment will be permitted to start. B. Immediately prior to the placing of the fill materials, the entire area upon which the embankment is to be placed, except where limited by_rock,-shalLbe-scarified-and_broken_by means of a disc harrow or plow, or other approved equipment, to a depth of 6 inches. Scarifying shall be done approximately parallel to the axis of the fill. All roots, debris, large stones, or objectionable material that would cause interference with the compaction of the foundation or fill shall be removed from the area and disposed of as directed. A thin layer (approximately 3 inches) of the fill material shall be spread over the scarified foundation and the whole area compacted as required in the specifications. C. Where embankments are to be placed on natural slopes steeper than 3-to-1, horizontal benches shall be constructed as directed by the Owner's Representative. Suitable excavated material shall be incorporated in embankments. D. No direct payment shall be made for the preparation of the embankment area. L 22 01044609 EXCAVATION, SUBGRADE PREPARATION, GRADING, 0 23- 3 12/09 EMBANKMENT AND TOPSOILING t McAlister Pazk-lmP rovements City -of -Lubbock 3A STRIPPING A. All -vegetation such as trees, brush, heavy sods, heavy growth of grass, decayed vegetable matter, rubbish, and any other unsuitable material within the area upon which embankment is to be placed shall be stripped or otherwise removed before the embankment is started, and in no case shall such objectionable material be allowed in or under the. embankment. No direct payment will -be made for stripping. 3.5 FORMATION OF EMBANKMENTS A. Embankments shall be formed of satisfactory materials placed in successive -horizontal layers of not-more-than-8-inches-in loose depd for,thefull`width of the cross section. B. The grading operations shall be conducted, and the various soil strata shall be --placed, to produce a soil structure as shown on the typical cross section or as directed. All materials -- entering the embankment shall be reasonably free of organic matter such as leaves, grass, roots, and other objectionable material. Soil, granular material, shale, and any other material permitted for use in embankment shall be spread in successive layers -as -specified. C. Operations on earthwork shall be suspended at any time when satisfactory results cannot be x obtained because of rain, freezing weather, or other unsatisfactory conditions of the field. -The Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. _ D. The material in the layers shall be of the proper moisture content before rolling to obtain the prescribed compaction. Wetting or drying of the material and manipulation when necessary to secure a uniform moisture content throughout the layer shall be required. Should the material be ` too wet to permit proper compaction or rolling, all work on all portions of the embankment thus affected shall be delayed until the material has dried to the required moisture content. Sprinkling shall be done with approved equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. Samples of all J embankment materials for testing, both before and after placement and compaction, will be taken at frequent intervals. From these tests, corrections, adjustments, and modifications of l methods, materials, and moisture content will be made to construct the embankment. E. Rolling operations shall be continued until the embankment is compacted to not less than 95% of the maximum density, at optimum moisture, as determined by the compaction control tests in ASTM D-698. Under all areas to be paved, the embankment shall be compacted to the depths �- and to the densities at optimum moisture as shown on the plans or as specified in the specifications, as determined by the compaction control tests specified in ASTM D-698.On all areas outside of the pavement areas, no compaction will be required on the top 4 inches. Any -- areas inaccessible to a roller shall be consolidated and compacted by mechanical tampers. F. During construction of the embankment, the Contractor shall route his equipment at all times, LJ both when loaded and when empty, over the layers as they are placed and shall distribute the _. travel evenly over the entire width of the embankment. The equipment shall be operated in such - a manner that hardpan, cemented gravel, clay, or other chunky soil material will be broken up into small particles and become incorporated with the other material in the layer. G. In the construction of embankments, starting layers shall be placed in the deepest portion of the -, fill; as placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. 01044609 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 4 J 12/09 EMBANKMENT AND TOPSOILING McAlister l?4k Improvements ---�itLof-L-ubbock H. When_r-ockcand-other-embankment material are excavated at approximately the same time, the rock shall be incorporated- into the -outer portion of the embankment and the other materials shall -be -incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimension will not be allowed in the top 12 inches of the subgrade. Rockfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material to form a dense, compact mass. Rock -or boulders shall -not be disposed of outside of -the excavation or embankment areas, except at places and in the manner designated by the Owner's Representative. I. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. 1. The Contractor shall be responsible for the stability of all embankments made under the contract -and -shall -replace -any portion -which, in the opinion of the Owners Representative, has become displaced due to carelessness or negligence on the part of the Contractor. K. There will be no separate measurement or payment for compacted embankment, and all costs incidental to placing in layers, compacting, discing, watering, mixing, sloping, and other necessary operations of the embankments will be included in the contract price for excavation. L. When stockpiling -of -excavated material and later rehandling of such material is done -for the -convenience of the Contractor, no extra payment will be made for the rehandling of stockpiled materials. 3.6 EQUIPMENT A. The Contractor may use any type of earth -moving, compaction, and watering equipment he may desire or has at his disposal, provided the equipment is in a satisfactory condition and is of such capacity that the construction schedule can be maintained as planned by the Contractor and as approved by the Owner's Representative in accordance with the total calendar days or working days bid for the construction. The Contractor shall furnish, operate, and maintain such equipment as is necessary to control uniform density, layers, section, and smoothness of grade. 3.7 PREPARATION AND PROTECTION OF THE TOP OF THE SUBGRADE A. On areas to be paved, the specified depth in cut areas and the top of embankment shall be compacted to the density specified. When completed, the surface shall be true to the lines, grades, and cross section shown on the plans or as directed by the Owner's Representative. After all drains, structures, ducts, and other underground appurtenances along the edges or under the pavement have been completed, the subgrade shall be compacted to a 6" depth and 95% density (± 2% optimum moisture) according to ASTM D-698. Any irregularities or depressions that develop under rolling shall be corrected by loosening the material at these places and adding, removing, or replacing material until the surface is smooth and uniform. Any portion of the area which is not accessible to a roller shall be compacted to the required density by approved mechanical tampers. The material shall be sprinkled with water during rolling or tamping as required or when directed by the Owner's Representative. B. All soft and yielding material and material which will not compact readily when rolled or tamped shall be removed as directed by the Owner's Representative and replaced with suitable material. After grading operations are complete, all loose stones larger than 2 inches in their greatest dimension shall be removed from the surface of all proposed graded paving areas and disposed of as directed by the Owner's Representative. 01044609 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 5 12/09 EMBANKMENT AND TOPSOILING McAlister Park Improvements City, of Lubbock C. At all times, the top of the subgrade-shall-be-kept in -such -condition that it will drain readily and effectively. Irrhandiing materials, tools,_ and equipment, the Contractor shall protect the subgrade from damage -by -laying planks -when directed and shall take other precautions as needed. In no case will vehicles -be -allowed to travel in a single track. If ruts are formed, the subgrade shall be reshaped and rolled. Storage or stockpiling of materials on the top of the subgrade will not be permitted. Until the subgrade has been checked and approved, no stabilized subgrade, subbase, base, surface -course, or pavement shall be laid thereon. 3.8 HAUL A. No payment will be made separately or directly for haul on any pail of the work. All hauling will -be considered a necessary and incidental -part of the work and its cost shall be considered by the Contractor and included in the contract unit price for the pay items of work involved. 3.9 TOLERANCES A. In those -areas upon which a subbase, base course, or surface course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16-foot straightedge, it shall not show any deviation in excess of 2 inch, or shall not be more than 0.05 foot from true grade as established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials, reshaping, and recompacting by sprinkling and rolling. 3.10 TOPSOIL A. Topsoil shall be salvaged from stripping or other grading operations. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches or more in diameter), clay lumps or similar objects. Brush and other vegetation which will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. B. All areas outside the paved areas within the grading limits shall be topsoiled-unless otherwise shown on the plans or otherwise directed by the Owner's Representative. C. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Owner's Representative before -the --various operations are started. D. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Owner's Representative, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. E. Grades on the areas to be topsoiled, which have been established, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded and the surface left at the prescribed grades in an even and properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. 01044609 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 6 12/09 EMBANKMENT AND TOPSOILING (_._. McAlister ar-Improvements City of Lubbock— F.- Prior to the stripping of topsoil from designated areas, any vegetation, briers, stumps -and -large — roots, rubbish or stones found on such areas, which-mayinterfere with-subseguent operations, s}fall-be removed using methods approved by the Owner's Representative-Heav-y_-sod or other cover, which cannot be incorporated into the topsoil by discing or other means -shall be removed. G. The Contractor shall remove topsoil from the designated areas and -to-the-depth as directed by the Owner's Representative. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the -.Owner's -Representative. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. H. In unpaved excavation areas, at least the upper 4 inches of material shall be topsoil, unless otherwise shown -on the plans or stated in the special provisions. Spreading shall not be done when -the ground-or-topsoii-is-frozen; excessively wetter -otherwise in a condition de-trimental-to the work. Spreading shall be carried on so that tur-fing operations can proceed with a minimum of soil preparation or tilling. I. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign matter shall be raked -up and disposed of by -the -Contractor. After -spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Owner's Representative. The compacted topsoil surface shall conform to the required lines, grades, and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. J. No direct payment will be made for topsoil as such. END OF SECTION 01044609 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 7 12/09 EMBANKMENT AND TOPSOILING I Page Intentionally Left Blank " McAlister Park'Improvements City-of=Lubbock SECTION-02260 EXCAVATION SUPPORT -AND PROTECTION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1_- General Requirements apply to the work of this Section. 1.2 SECTIOI` INCLUDES A. This Section includes temporary excavation support and protection systems. 1.3 RELATED SECTION A. Division 2 Section "Earthwork" for excavating -and -back -filling and for existing utilities. 1.4 PERFORMANCE REQUIREMENTS A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. 1. Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified professional engineer. 2. Prevent surface water from entering excavations by grading, dikes, or other means. 3. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. 1.5 SUBMITTALS A. Shop Drawings for Information: Prepared by or under the supervision of a qualified professional engineer for excavation support and protection systems. 1. Include Shop Drawings signed and sealed by. a Texas Licensed Professional Engineer responsible for their preparation. B. Qualification Data: For Installer and professional engineer. C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of, or the performance of excavation support and protection systems. 1.6 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated. 01044609 EXCAVATION SUPPORT AND PROTECTION 02260 - 1 12/09 McAlister -Park Improvements City of Lubbock B. Survey adjacent structures and improvements,-employirtga-qualified professional engineer or land -surveyor; --establish- exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. 1. During installation of excavation -support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations and positions for comparison with original elevations and positions. Promptly notify Engineer if changes in elevations or positions occur- or if cracks, sags, or other damage is evident in adjacent construction. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Provide materials that are either new or in serviceable condition. B. Structural Steel: ASTM A 36/A 36M, ASTM A 690/A 690M, or ASTM A 992/A 992M. C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/A 572M, or ASTM A 690/ A 690M; with continuous interlocks. 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 that could develop during excavation support and protection system operations. 1. Shore, support, and protect utilities encountered. B. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. C. Locate excavation support -and protection systems clear of permanent construction so that forming and finishing of concrete surfaces is not impeded. D. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence -of -movement -to -ensure -that -excavation -support and protection -systems remain stable. E. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 SHEET PILING A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form a continuous barrier. Limit vertical offset of adjacent sheet piling to 60 inches. Accurately align exposed faces of sheet piling to vary not more than 2 inches from a horizontal line and not more than 1:120 out of vertical alignment. Cut tops of sheet piling to uniform elevation at top of excavation. 01044609 EXCAVATION SUPPORT AND PROTECTION 02260 - 2 12/09 McAlister Pdrk'Improvements -C-ity_of Lubbock 3.5 TRENCH BOXES A. Provide -Engineer -approved trench boxes sufficient for depth and width -of open=cut- trench. All exposed trench shall -be protected. 3.4 TRENCHING PROCEDURES Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. A. Proceed with work in an orderly fashion. Install trench bracing systems as soon -as -possible after opening trenches. Do not allow workers -in trench prior to installing trench bracing systems. B. Backfill trenches as soon as possible after completion of work. C. Stockpile excavated materials at three feet away from edge of trench. D. Maintain barricades and signage as required by State and Local codes to protect open excavations. E. Do not allow surface water to enter excavations. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. F. -If-cutback method -is allowed -by Owner andis employ-ed,_maintain a clear distance -of three - feet from edge of cut to avoid allowing loose material- to enter trench. Cut back method may not be used where there is insufficient work area to employ it. G. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty feet of edge of excavation. Haul trucks, if needed, may operate closer than twenty feet to trench edge provided the Contractor deems it safe to do so. 3.5 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. END OF SECTION 01044609 EXCAVATION SUPPORT AND PROTECTION 02260 - 3 12/09 Page Intentionally Left Blank McAlister Park Improvements City -of -Lubbock SECTION 02317 EXC—AVATION-AND BACKFIL-L--FOR UTILITIES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General -Conditions of the Contract for Construction, Supplementary Conditions- -and Division 1 - General Requirements apply to the work of -this -Section. 1.2 SECTION INCLUDES A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of utilities, including manholes and pipeline structures. 1.3 RELATED SECTIONS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. B. Section 01555 — Barricades, Signs and Traffic Handling. C. Section 02260 — Excavation Support and Protection. D. Section 02320 — Utility Backfill Materials. 1.4 DEFINMONS 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_ofpipe_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. 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 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. G. Backfill: Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. H. Ground Water Control Systems: Installations external to trench, such as well points, eductors, or deep wells. Ground water control includes dewatering to lower ground water, intercepting seepage which would otherwise emerge from side or bottom of trench excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to Section 02240 - Dewatering. a 01044609 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 1 12/09 McAlister Park -Improvements _ City of Lubbock I. 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. J. Excavation Drainage: Removal of surface and seepage water in trench by sump pumping or other approved means. K. 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-trenehes-extending-below-ground water level. �(n 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 -a ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving or loss of density. L. 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. 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. O. Trench Safety Systems include both protective systems and shoring systems as defined in - Section 02260 - Excavation Support and Protection. `f P. Trench -Shield -(T-rench-Bo)cA-portable-worker-safety-structure moved alongthe-trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. Q. Shoring System: A structure that supports sides of an excavation to maintain stable soil -- conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. I "_J 01044609 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 2 12/09 McAlister Park Improvements Qtv-of-L-ubbock 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-3O17 - Test Method for Water Content of Soil and Rock in Place by Nuclear Methods -(Shallow Depth). G. A-S-TM-D-348-west Method-for--L-iquid-L-imit,=Plastic Limit; and -Plasticity Index=of-Soi s-. 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 01300 - Submittals. 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 backfill material sources and product quality information in accordance with requirements of Section 02320 - Utility Backfill Materials. D. Submit record of location of pipe as installed, referenced to survey control points. Include locations of utilities encountered that are not shown on drawings or rerouted for the convenience -of -the -Contractor. Give -stations, coordinates, -elevations, -inverts, -and -gradients of installed pipe, casing, etc. E. Submit field density tests of trench backfill. F. Submit laboratory density compaction curves for each material. 1.8 TESTS A. Perform backfill material source qualification testing in accordance with requirements of Section 02320- Utility Backfill Materials. B. Perform field density tests of trench backfill representative of each 150 linear feet of trench and each compacted layer. 01044609 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 3 12/09 McAlister Park Improvements QIL-aftubboc-k C. Once within pavement_subgrade depth under paved areas, perform field density tests of -subgrade at the frequency specified in Section 02223 Excavation, Subgr-ade Preparation, Grading, Embankment -and Topsoiling. D. The Owner will perform his own check of field densities at random intervals at Owner's expense for passing tests. Failing tests will be charged to the Contractor. PART 2 - PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable -for achieving. the requirements of this Section. B. Use only hand -operated tamping equipment until a minimum cover of 12 inches is obtained over pipes, conduits, and ducts. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use vibratory_equipment until 5 feet of cover over pipes, conduits and ducts is obtained. Do not use vibratory -equipment if adjacent structures are affected. C. Use trench shields or other protective systems or shoring systems which are designed and operated -to -achieve -placement-and-compaction of backfill directly -against undisturbed native soil. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 02320 - Utility Backfill Materials. 2.3 ACCESSORIES A. Warning Tape: Install 12 inches below finished grade acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: B. .Continuously coated 10-ga. locating wire. See Plans for specific location. 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. PART 3 - EXECUTION 3.1 INSTALLATION A. Install flexible pipe to conform to the trench details shown in the drawings. B. Install rigid pipe to conform with the trench details shown in the drawings. 01044609 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 4 12109 -McAlister Park Improvements Citv=of=L-ub-b 3.2 PREPARA-TION- A Establish traffic -control-to-conform with requirements of Sectiorr-01-53-5-= Barricades, Signs and Traffic Handling and the drawings. B. Perform work to conform with applicable safety standards and regulations. Employ a trench safety system as specified in Section 02260 - Excavation Support and Protection. C. Immediately-notif-y--the-agency-or-company-owning-any-existing-utility line -which -is damaged, broken, or disturbed. Obtain approval from the Engineer and agency for any repairs or relocations, either temporary or permanent. D. Maintain permanent benchmarks, monumentation, and other reference points. Unless otherwise directed in writing, replace those which are damaged or destroyed. 3.3 PROTECTION A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of grading limits and within the grading limits as designated on the Drawings. B. -Protect and support -above -grade and below -grade utilities -which -are -to remain. C. Restore damaged permanent facilities to pre -construction -conditions -unless replacement or abandonment of facilities are indicated on the Drawings. D. Take measures -to -minimize erosion of -trenches. Do not allow water to pond in trenches. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, recompact, and pave those areas at no additional cost to Owner. 3.4 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. Determine trench excavation widths based on the requirements shown on the plans. C. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and pumps where depth of trench makes it uneconomical or impractical to pump from the surface elevation. Provide sufficient space between shoring cross braces to permit equipment operations and handling of forms, pipe, embedment and backl-ill, and other 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. E. - Shoring of-Trench-W-alls. 1. Install Special Shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times. 2. For all types of shoring, support trench walls in the pipe embedment zone throughout the installation. Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out from behind the trench wall support. 01044609 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 5 12/09 McAlister Park Improvements City of -Lubbock 3. Unless otherwise directed by the Engineer-;-lea-ve-sheeting--driven-into-or below the pipe embedment zone---in--place to preclude loss of support of foundation -and embedment materials. Leave rangers, walers, and braces in place as long as required to support sheeting, which has been cut -off, -.and the trench wall in the vicinity of the pipe zone. 4. Employ special methods for maintaining the integrity of embedment or foundation material. Before moving supports, place and compact embedment to sufficient depths to provide protection -of pipe and stability of trench walls. -As supports are moved, finish placing and compacting embedment. 5. If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe -foundation and embedment materials by subsequent removal. Maximum thickness -of -removable sheeting-e�ng-into-the-embedment-zone-shall-be-the equivalent of-aAAneh=thick steel plate. Fill voids left on removal of supports with compacted backfill material. F. Use of Trench Shields. When a trench shield (trench box) is used as a worker safety device, the following requirements apply: 1. Make trench excavations-of-suff-ieient width to allow shield to be lifted or pulled freely, without damage to the trench sidewalls. 2. Move trench -shields so that pipe, and backfill materials, after placement and compaction, are not damaged nor disturbed,- boi the degree of compaction reduced. 3. When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. For backfill above bedding, lift the shield as each layer of backfill is placed and spread. Place and compact backfill materials against undisturbed trench walls and foundation. 4. Maintain trench shield in position to allow sampling and testing to be performed in a safe manner. 5. Contractor shall provide trench shield for Owner's tests within the trench as required in paragraph 3.11.B. 3.5 HANDLING EXCAVATED MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming with Section 02320 - Utility Backfill Materials. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. 3.6 TRENCH FOUNDATION A. Excavate -bottom --of -trench--to-uniform-grade-to-achieve-stable--trench conditions and satisfactory compaction of foundation or bedding materials. 3.7 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 embedment including bedding, haunching, and initial backfill as shown on Drawings. 01044609 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 6 12/09 I McAlister Park Improvements City of Lubbock C. For pipe -installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. Do not allow-materials--to-free4all-from heights ---greater than 24 inches above top of pipe. Perform- placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. D. Do not place trench shields or shoring within height of the embedment zone unless means -to-maintain the density of compacted embedment material are used. If moveable supports are used in embedment zone, lift the supports incrementally --to allow- placement -.and compaction of the material against undisturbed soil. E. Do not damage coatings or wrappings of pipes during --backfilling and compacting operations: When -embedding coated- or wrapped pipes, do not use crushed stone or other shark —angular aggregates. F. Place haunching material manually around the pipe and compact_it3o—provide-uniform bearing and side support. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable means during compaction of haunch areas and placement beside the pipe. G. Shovel in -place and compact embedment material using .pneumatic -tampers in-restrieted- areas, and vibratory -plate compactors -or engine -powered jumping -jacks in -unrestricted areas. Compact each lift before proceeding with placement of next lift: Water tamping and watei jetting are not allowed-. H. For flowable fill, such as cement stabilized backfill, vibrate flowable-backfill with concrete vibrator to consolidate material under haunches. 3.8 TRENCH ZONE BACKFILL PLACEMENT AND COMPACTION A. Place backfill for pipe or conduits and restore surface as soon as practicable. 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. Native Material/Borrow Material (Pipe Installation) a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by trench sheep's foot or by vibratory equipment to a minimum of 95 percent of the maximum dry density determined according to ASTM D 698. Use of vibratory equipment limited as specified -in paragraph 2.1.B. c. ---Moisture content within 2% of optimum determined according to ASTM D 698. 2. Native Material/Borrow Material (Leaching Chamber Installation) —a. Wall -native-material-into-haunches and -compact -underfoot: b. Material from top of chamber to top of trench shall be hand compacted to 85 % density per ASTM D-698. 3. Topsoil a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by sheep's foot, by steel wheel roller or by vibratory equipment to a minimum of 85 percent of the maximum dry density determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.1.B. C. Moisture content within 2% of optimum determined according to ASTM D 698. 01044609 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 7 12/09 3 McAliste-rPark Improvements City of -Lubbock 4. Bedding Material a.-- Sand bedding shall be loosely placed in trench as shown on drawings. 3.9 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. 3.10 FIELD QUALITY CONTROL A. Test for material source qualifications as- defined --in --Section 02320 - Utility Backfill Materials. 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-110-E. Additional classification -tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least -three tests for moisture -density relationships will be performed initially for backfill- - materials in accordance with ASTM-D 698. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. In -place density tests of compacted pipe foundation, embedment and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM — D 3017, and at the following frequencies and conditions. 1. A minimum of one test for every 150 linear feet of compacted trench zone backfill material for each compacted layer. 2. Density tests will be distributed among the placement areas. Placement areas are: foundation, bedding, haunching, initial backfill and trench zone. 3. The number of tests will be increased if inspection determines that soil type or moisture content are not uniform or if compacting effort is variable and not l considered sufficient to attain uniform density, as specified. 4. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptancetrejection. 5. Two verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. 6. Recompacted placement will be retested at the same frequency as the first test series, t_.. including verification tests. F. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not - meet specified compaction requirements. For hardened cement stabilized backfill with _? nonconforming density, core and test for compressive strength at Contractor's expense. - G. Acceptability of crushed rock compaction will be determined by inspection. 01044609 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 8 12/09 it I _WcAZister Park Improvements --�ily-ofLubbock 3.11 DISPOSAL -OF EXC—ESS MATERIAL �- A. Dispose of excess materials in accordance with requirements of Section 01576 — Waste Material Disposal --END-OF-SECTION EXCAVATION AND BACKFILL FOR UTUJFIES 02317 - 9 Page Intentionally Left Blank McAlister Park Improvements City of Lubboek SECTION 02320 UTILITY-BACKFILL MATERIALS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General -Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General=Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. This Section of the specifications covers materials related to the backfill of utilities. Included are the following: 1. "Concrete" sand. (for use a base for leaching chambers) 2. Native soil materials. 3. Topsoil. 4. Borraw material. 5. Crushed Stone 1.3 RELATED SECTION A. Section 02317 — Excavation and Backfill for Utilities. 1.4 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Utilities. 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 Methodfor-Sie-ve-Annaly-sis_of-Fine and -Coarse -Aggregates. F. ASTM C 142 - Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3). H. ASTM D 1140 - Test Method for Amount of Materials in Soils Finer Than No. 200 Sieve. I. ASTM D 2487 - Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 - Standard Practice for Description and Identification of Soils (Visual - Manual Procedure). K. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. L. ASTM D 4643 - Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. M. TxDOT Tex- 101-E - Preparation Uf-Soil and Flexible Base Materials for Testing. N. TxDOT Tex-104-E - Test Method for Determination of Liquid Limit of Soils (Part 1). 01044609 UTILITY BACKFILL MATERIALS 02320 - 1 :' 12/09 McAlistef Park Improvements City_ of Lubbock O. TxDOT Tex-106-E - Test Method.. -.Methods of Calcdlating Plasticity Index of Soils. P. T-xDOT Tex-140-E - Determination of Particle Size Analysis of Soils. 1.6 SUBMITTALS A. Conform to requirements of Section 01300 - Submittals. B. Submit -a- descriptio"f-source, material-ciassification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials. D. 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. 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. PART 2 - PRODUCTS 2.1 MATERIAL DESCRIPTIONS A. "Concrete" Sand 1. Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C33. 2. Gradation shall conform to ASTM C 136 and the following limits. N C. s Sieve Percent Passing 318" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10-0 30 No. 100 2 to 10 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. Topsoil 1. Provide topsoil material that is free of stones greater than 3 inches, free of roots, waste, trash, debris, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. 2. Surface should be made clear of rock and other debris before planting. 3. Use top 3 feet 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. Borrow 1. Use Class A borrow under roadways and Class B elsewhere. 01044609 UTILITY BACKFILL MATERIALS 02320 - 2 12109 I k McAlister Park Improvements City3 Lubbock E. Crushed Stone 1. Crushed stone shall be free of waste, trash, debris, -organic material, unstable material, or other non -gravel matter. 2.2 MATERIAL TEST-ING 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 Arse-ssanTies-for-each-souree-md-mter-ial-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: l . Gradation: _Complete sieve analyses shall be reported regardless- of the specified -- control sieves. The range of sieves shall be from the largest particle through the No.-200 sieve. 2. Plasticity of material passing the No. 40 sieve. 3. Los Angeles abrasion wear of material retained on the No. 4 sieve. 4. Clay lumps. 5. Lightweight pieces 6. Organic impurities C. Production Testing. Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. D. Assist the Engineer in obtaining material samples for verification testing at the source or at the production plant. E. Native material requires testing 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-appro-vedsource.-Top3_feet-of excavated material -shall --be used as topsoil. 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. 01044609 UTILITY BACKFILL MATERIALS 02320 - 3 i l 2/09 .........._ McAlister Park Improvements City- of Lubbock 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations in areas shown on plans for practical material handling and control, and verification testing by the .Engineer in advance of final placement. B. 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. C. Pea gravel shall be consolidated upon placement by using rodding or pneumatic vibratory methods. Shovel slicing -shall be used as necessary to ensure filling of voids, filling around and -under --haunches of pipe -and -filling of spaces between corrugations. 3.3 FIELD QUALITY CONTROL A. Quality Control 1. The Engineer may sample-and-test-back-fl-1-at: a. Sources including borrow pits, production plants and Contractor's designated off -site stockpiles. b. On -site stockpiles. C. Materials placed in the Work. 2. The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with Owner and Engineer in allowing access to materials. END OF SECTION 01044609 UTILITY BACKFILL MATERIALS 02320 - 4 12/09 .... McAlisterrkZmprovements City -of Lubbock SECTION- 02577 PAVEMEN-TLMA-RKINGS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions -of -the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work -of this Section. 1.2 SECTION INCLUDES A. This section covers the painting stripes and installation of traffic buttons on the surface of parking areas applied in accordance with this specification and at the locations shown on the plans. 1.3 RELATED SECTION A. Division 2 Section 02741 - "Hot -Mix Asphalt Paving". PART 2 - PRODUCTS 2.1 PAINT A. Paints for parking areas shall conform to Fed. Spec. TT-P-1952, color shall be as shown on the plans. B. Paint shall be in sealed containers that plainly show the designated name, formula or specification number, batch number, color, date of manufacture, manufacturer's name, formulation number and directions, all of which shall be plainly legible at time of use. The paint shall be homogenous, easily stirred to smooth consistency, and shall show no hard settlement or other objectionable characteristics during a storage period of six -months. 2.2 TESTING A. Materials will be-approved-for-use-based-on-either---of-the following-data-fumished-by--the Contractor: 1. A test report showing that the proposed batch meets all specified requirements. 2. A test report showing that a previous batch manufactured using the same formulation as that used in manufacturing the proposed batch met all specified requirements, and a report showing rest results on the proposed batch for the following properties required in the material specifications: weight per gallon, viscosity, fineness of grind, drying time and gradation. �3 01044609 PAVEMENT MARKINGS 02577 - l 12/09 McAlister -Park Improvements _ City -of -Lubbock L 2.3 EQUIPMENT A:- -General All equipment for the work shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, and such auxiliary hand painting equipment as may be `- necessary to satisfactorily complete the job. B. Paint -Applicators 1. The equipment for applying paint to pavements shall be self-propelled or mobile -drawn ' pneumatic spraying machine with suitable arrangements of atomizing nozzles and controls to obtain the specified results. The machine shall -be capable of applying the stripe widths indicated, at the paint coverage rate-specifiedin-paragraph 3.1, and -of -even uniform -thickness with -clear-cut edges-. 2. The paint applicator shall have paint reservoirs or tanks of sufficient capacity and suitable gauges to apply paint in accordance with requirements specified. Tanks shall be - equipped with suitable air -driven mechanical agitators. The spray mechanism shall be equipped with quick -action valves conveniently located, and include necessary pressure '{ t_ regulators. and gauges --in full view and reach -of the operator.. Paint strainers shall be _ installed in paint supply lines to insure freedom from residue and foreign matter that -may cause malfunction of the spray guns. Pneumatic spray guns shall be provided for hand application of paint in areas where the mobile paint applicator cannot be used. C. Abrasive Blasting Equipment f Abrasive blasting equipment shall include an air compressor, hoses and nozzles of proper size and capacity as required for cleaning surfaces to be painted. The compressor shall be capable of - furnishing not less than 150 cfm of air at a pressure of not less than 90 psi at the nozzle for each nozzle used. L_ PART 3 - EXECUTION 3.1 TRAFFIC PAINT _.. A. Surface Preparation New pavement surfaces shall be allowed to cure for a period of not less than 5 days before application of marking materials. All surfaces to be marked shall be thoroughly cleaned before l- application of the paint. Dust, dirt, and other granular surface -deposits shall be removed by sweeping, blowing with compressed air, rinsing with water, or a combination of these methods as required. Rubber deposits, surface laitance, existing paint markings and other coatings adhering to the pavement shall be completely removed -with scrapers, wire brushes, abrasive blasting, approved chemicals or mechanical abrasion as directed. Where oil or grease are present on old pavements to be marked, affected areas shall be scrubbed with several applications of trisodium phosphate solution or other approved detergent or degreaser, and rinsed thoroughly after each application. After cleaning, oil -soaked areas shall be sealed with cut shellac to prevent bleeding through the new paint. If abrasive blasting method is utilized, - then abrasive material shall be of non -silicon type. A B. Layouts and Alignment 1. On those sections of pavements where no previously applied figures, markings or stripes R are available to serve as a. guide, suitable layouts and lines of proposed stripes shall be spotted in advance of the paint application. Control points shall be spaced at such. intervals as will insure accurate location of all markings: - 1 i 01044609 PAVEMENT MARKINGS 02577 - 2 12/09 ji _....... .................... .. . . _ .............. -MI Allister Park -Improvements City of Lubbock- 2. The Contractor -shall -.provide an experienced technician to supervise the location,_ alignment, layout, dimensions and application of the -paint. C. Rate of Application Paint- shall be applied evenly to the pavement surface to be coated at a rate of 105 plus or minus five square feet per -gallon. D. Paint Application Paint shall -be applied to -clean., dry-surfaces_and,-unless-otherwise-approved; only when -air -and pavement temperatures are above 40°F: and less- than 95°F. Paint temperature shall be maintained within these same limits. Paint shall be applied pneumatically with approved equipment at rate of coverage specified herein. The Contractor shall provide guidelines and templates as necessary to control paint application. Special precautions shall be taken in marling numbers; letters-,an"ymbols.—A41-edges-.of-markings-shaH-be-shmply outlined. —The maximum -drying time requirements of the paint_ specifications will be strictly enforced to prevent softening of the bitumen and pick-up, displacement or discoloration by tires of traffic. If there is a deficiency in drying of the markings, painting operations shall be discontinued until cause of the slow drying is determined and corrected. E. Weather-L-imitations- The painting shall be performed only when the existing surface is dry and clean, when the atmospherictemperatureis above 40°F, and when the weather is not excessively windy, dusty or foggy. 1 3.2 DEFECTIVE WORKMANSHIP OR MATERIAL When any material not conforming to the requirements of the specifications or plans has been delivered to the project or incorporated in the work or any work performed is of inferior quality, such material or work shall be considered defective and shall be corrected as directed and shall be corrected as directed by the Engineer. END OF SECTION LJ 01044609 PAVEMENT MARKINGS 02577 - 3 12/09 Page Intentionally Left BIank McAlister -Par Improvements -City-of-L-ubbock SECTION 02720 AGGREGATE BA -SE COURSE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions -of -the -Contract for Construction, Supplementary Conditions -and -Division 1 - General Requirements --apply to work -of this- Section. 1.2 SCOPE A. This section covers excavating, crushing, hauling, and spreading base material and wetting, compacting and shaping it to form a flexible base course for paving, to the lines, grades and typical cross sections shown.on the plans, and as specified herein. The Contractor shall -furnish -all- materials, equipment, tools, labor and superintendence, and incidentals necessary to complete the work. The base material shall be caliche base course, crushed aggregate base course-or-gravel-aggriegate-base-course as specified below: 1.3 RELATED SECTIONS A. Section 02223 — Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling. B. Section 02741 — Hot -Mix Asphalt Paving. C. Section 02751 — Reinforced Concrete for Site Work. 1.4 BASE MATERIAL A. The base material shall consist of argillaceous limestone, calcareous or calcareous clay particles, with or without stone, conglomerate, gravel, sand or other granular materials. Materials for use in constructing the base course shall be furnished by the Contractor from a source approved by the Owner. The Contractor shall be responsible for locating the source of caliche, securing approval of the source, and for making arrangements with the owner of the property, on which the pit is -located, for -use of the material. The pits shall be stripped of all unacceptable material and the stripping shall be disposed of in a manner agreeable to the owner of the property on which the pit is located. The pits shall be opened so as to immediately expose the vertical faces of all-ofthe-various-strata of -acceptable material. Unless otherwise directed, the material shall be secured in successive vertical cuts extending through all of the exposed strata. Any incidental costs, including securing, stripping, or crushing the base material, shall be paid for by the Contractor and shall be included in the bid price. 1.5 MATERIAL TESTS A. -Contractor will provide all preconstruction testing of material to verify it meets the requirements of 2. LA and 2. LB on the next page. 01044609 AGGREGATE BASE COURSE 02720 - 1 12/09 } S 6 McAlister Park Improvements _ City -of -Lubbock -- PART 2 - PRODUCTS 2♦ F-C-AL,IC-HE=MATERIAL All acceptable material shall be screened and the oversized material crushed and returned to the screened material in such a manner that a uniform material is produced. The processed base material shall -meet the-requirements-of-T-xDO-T-Item247;-Flexible-Base,—Type A, Grade 1, which are as follows: A. Sieve Analysis Retained on 1-3/4 inch Sieve......................................0% Retained-ona78-inc-h-Sieve.........................................10-to35% Retained on 3/8 inch Sieve.........................................30 to 50% Retained on No. 4 Sieve..............................................45 to 65% Retained on No. 40 Sieve............................................70 to 85% B. Soil Binder The material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements when prepared in accordance with Test Method TEX-101-E procedure: The liquid limit shall not exceed ................................ 35 The plasticity index .....................................................Minimum 3, Maximum 12 The linear shrinkage shall not exceed ......................... 8.5 Wet Ball Mill..............................................................47 Maximum increase on passing No. 40 ........................20% PART 3 - EXECUTION 3.1 ACCEPTANCE OF SUBGRADE A. Prior to placing any base material the Contractor shall verify that the subgrade has been shaped and compacted to the cross sections and grades in accordance with the plans. The Contractor shall notify the Owner of any deficiencies. By placing base on the subgrade the Contractor accepts the condition of the subgrade as conforming with plans and specifications. 3.2 MATCHING EXISTING PAVEMENT A. In locations where new pavement abuts existing pavement, the Contractor shall saw cut the existing pavement along a straight line approximately 12-inches from the existing edge of pavement. B. Contractor shall remove existing material to top of existing base within 6-inches of saw cut. Beyond 6-inches of the saw cut, existing material shall be removed by the contractor to top of proposed subgrade. C. A smooth transition shall be provided between typical section of new construction and edge of existing pavement. g: 01044609 AGGREGATE BASE COURSE 02720 - 2 J 12/09 McAlister Park Improvements City of Lubbock- 3.3 HAULING AND PLACING A. Equipment: All -equipment --used shall be -suitable for -efficiently and properly -accomplishing -the work in this item. All equipment required for doing the work shall be in first class operating condition and on the project prior to the start of any work under this item. All equipment shall be subject to the approval of the Engineer. B. Flexible base shall be constractedin-one-course.—The-material-shall-be delivered -in -approved — vehicles of uniform capacity, and it shall be the responsibility of the Contractor to supply the amount of material required -to construct the base course to the thickness shown on the plans. Spreading and shaping shall be done in a manner which will thoroughly mix the material and prevent segregation. Sprinkling during this process will be required if necessary to prevent -segregation. When shaping iseampleted-tbe-material-shall-be-uniformiy-well-graded-and-of-the proper -thickness. Material deposited upon the subgrade shall be spread and shaped the same day. In. the -event. inclement weather or other unforeseen circumstances renders impractical the spreading of the material during the day in which it is deposited, the material shall be scarified, mixed and spread as directed by the Engineer. All areas and nests of segregated coarse of fine materials--sUl-becorrected-and.removed- or replaced with well graded material. If -additional or corrective -binder is required, it shall be furnished and applied in the amount directed by the Engineer. Such binder material shall be carefully and evenly incorporated with the material in place by scarifying, harrowing, or other approved method. 3.4 FINLSHING AND COMPACTING A. The processed base course shall be thoroughly compacted by rolling. The rolling shall progress from one side toward previously placed material by lapping uniformly each preceding rear - wheel track by one-half of the width of such track. Rolling shall continue until the material is thoroughly set, the interstices of the material reduced to a minimum and until creeping of the material ahead of the roller is no longer visible. Rolling shall continue until the base material has been compacted to not less than 95 percent density (t 2% optimum moisture), as determined by ASTM D698. Blading and rolling shall be done alternately, as required or directed, to obtain smooth, even and uniformly compacted base. B. The base shall not be rolled when the underlying course is soft or yielding or when the roller causes undulation in the base course. When the rolling develops irregularities that exceed 3/8 inch when tested with a 16-foot straightedge, the irregular surface shall be loosened, refilled with the same material as that being used in constructing the course and rolled again as required. C. In areas inaccessible to the roller, the base course material shall be thoroughly tamped with mechanical tampers. D. The sprinkling during rolling, if necessary, shall be in the amount and by equipment approved by the Engineer. E. Shape base to required elevations and cross section slope grades. F. Surface Test: After the course has been completely compacted, the surface shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be scarified reshaped, recompacted and otherwise manipulated as the Engineer may direct until the required smoothness and accuracy are obtained. The finished surface shall meet requirements of paragraph 3.4 of this Section. G. Protection: Work on the base course shall not be accomplished during freezing temperatures or when the subgrade is wet. When the material is frozen or when the underlying course is frozen the -construction shall be stopped. 01044609 AGGREGATE BASE COURSE 02720 - 3 12/09 4 M Alister Park Improvements City -of -Lubbock -- Hauling equipment may be routed over-completed-portions-0f-the base course, provided no damage results and provided such equipment is -routed over the full width of -the -base -course -to avoid rutting or uneven compaction. However, the Engineer shall have full and specific authority to stop all hauling over completed or partially completed base course when, in his opinion, such hauling is causing damage. Any damage resulting to the base course from routing equipment over the base course shall be repaired by the Contractor-atbis-sole-expense. H. Determine the thickness of the -base -course by depth tests or cores taken by the Owner and observed by the Owner's Representative at intervals so that each test represents no more than 300 square yards. Density tests shall -be made at intervals of not more than 300 square yards. 3.5 IRREG- - LARTFIES,-DEPRESSIONS OR WEAK -SPOTS A. All irregularities, depressions or weak spots which develop during compaction shall be corrected immediately by scarifying the areas affected, adding or removing material as required, reshaping and recompacting by sprinkling and rolling. Immediately prior to placing of surfacing, the base shall be checked for gradeand-cross-section,--md=any-deviation in excess of three -eighths (3/8) inch from grade or true cross section shall be corrected. "Blue tops" set to finished base elevations shall be set -by -the Contractor, in order to check the base for proper grade and -elevation. 3.6 MAINTENANCE A. If the base course is opened to traffic before application of the surfacing, the base shall be satisfactorily maintained by wetting, blading and rolling until the wearing surface is placed thereon. The Contractor shall perform all maintenance work necessary to keep the base course in a condition satisfactory for priming. After priming, the surface shall be kept clean and free from foreign material. The base course shall be properly drained at all times. If cleaning is necessary, or if the prime coat becomes disturbed, any work necessary to correct the deficiency shall be performed at the sole expense of the Contractor. END OF SECTION 01044609 AGGREGATE BASE COURSE 02720 - 4 12/09 McAlister Park Improvements Qtyof-Lubbock SECTION 02741 HOT —-MIX —ASPHALT -PAVING PART 1- GENERAL 1.1 RELATED DOCUMENTS \' A. Drawings, General Conditions-of-the-Contractfor Construction, Supplementary Conditions and -Division 1 - General Requiremenwapply to the 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. 1.3 RELATED SECTION A. Section 02223 - Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling. 1 A DEFINITIONS A. Hot -Mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of terms. '. 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 AIMS-22 Construction of Hot Mix Asphalt Pavements ASTM C 29/C 29M 0991; Rev. A) Unit Weight and Voids in Aggregate a 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 01044609 HOT -MIX ASPHALT PAVING 02741 - 1 12/09 McAlister Park Improvements Gity:-of-Lubboek ASTTM-C`1=27 (1988; R 1993) Specific Gravity -and Absorption o�Coar. P�gp�ate 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 AST1v1 D�0 (1982; R-1990) Speeifie Gravity-of-Semi=Soiicl-Bitanrinaus-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 0996)-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 ASTM D 2027 Standard Specificaton 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 01044609 HOT -MIX ASPHALT PAVING 02741 - 2 12/09 { McAli ster-Park=Improvements City of Lubbock ASTMD 2726 (1996; Rev. A) Bulk- Specif c--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-133-405 Standard Specification for Joint Sealants, Hot -Applied, for Concrete and Asphalt Pavements ASTM D3549 Standard Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Specimens TEX-126-E Molding, Testing and Evaluating Bituminous Black Base Materials TEX-204<F Design of Bituminous Mixtures TEX-224-F Determining Flakiness Index TxDOT Item 300 Asphalt, Oils and Emulsions TxDOT Item 301 Asphalt Antistripping Agents TxDOT Item 340 Specification for Hot Mix Asphaltic Concrete Pavement TxDOT Item 345 Specification for Asphaltic Stabilized Base (Plant Mix) 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 in Chapter III, Marshall Method of Mix -Design —of AI MS=2-Formulas-shall-indicate physical properties of the mixes as shown by tests made by a commercial laboratory approved by the Engineer, using materials identical to those to be provided on this project. Submit formulas with material samples. Job -mix formula for each mixture shall be in effect until modified in writing by the Contractor and approved by the Engineer. Provide a new job -mix formula for each source change. 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 01044609 HOT -MIX ASPHALT PAVING 02741 - 3 i 12/09 L.. McAlister Park Improvements ' City -of -Lubbock s 5. Fine aggregate tests 6. Specific gravity of mineral filler T. Bituminous mixture tests 8. Aggregates tests 9. Bituminous mix tests 10. Pavement courses 1.7. QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM D 3666 for testing indicated, as documented according to ASTM E 54-8. B Asphalt -Paving -Publication. Comply with -T-xDOT-Item 340 "Hot -Mix A-sphait Pavement'. C. Required Data 1. Job -mix formula shall show the following: - a. Source and proportions, percent by weight, of each ingredient of the mixture; b. Correct gradation, the percentages passing each size sieve listed in the specifications for the- mixture -to be--used;-for-the-aggregate and mineral filler from each separate source and from -each different size to be used in the mixture and for the composite -mixture; C. Amount of material passing the No. 200 sieve determined by dry sieving; d. Number of blows of hammer compaction per side of molded specimen; e. Temperature viscosity relationship of the asphalt cement; f. Stability, flow, percent voids in mineral aggregate, percent air voids, unit weight; g. Asphalt absorption by the aggregate; h. Effective asphalt content as percent by weight of total mix; i. Temperature of the mixture immediately upon completion of mixing; j. Asphalt viscosity grade and/or penetration range; and k. Curves for the asphalt stabilized base and hot mix asphalt paving courses. 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. 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 Surface Course: Minimum surface temperature of 60 deg F at time of placement. B. Pavement -Marking Paint: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 40 deg F for oil -based materials, 50 deg F for water -based materials, and not exceeding 95 deg F. 01044609 HOT -MIX ASPHALT PAVING 02741 - 4 12/09 McAlister Park Improvements City- of-L-ubboek 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. P-A-RT 2 - P-RODUC--T-S-- 2.1 MATERIALS l.' A. Aggregate -General: Use materials -and --gradations that have performed satisfactorily in previous -installations. 1. Coarse Aggregate a. The coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, washed, durable fragments of crushed stone of uniform { quality. Mixing or combining of crushed gravel and crushed stone will not be ' permitted. Coarse -aggregate shall be crushed to the extent that produces a minimum of 85% crushed faces for Type "D" HMAC when tested in accordance with TEX-460-A. Part 1 "Determination or Crushed Face Count" 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 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 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 coarse aggregate. Linear shrinkage shall be a maximum of 3%. 3. Mineral Filler a. Mineral filler shall consist of thoroughly dry stone dust, slate 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 Passing No. 30 Sieve 95-100 Percent by Passing No. 80 Sieve 75 minimum Percent by Passing No. 200 Sieve 55 minimum B. Asphalt 1. Asphalt shall be performance grade 64-22 or better. �( 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. 4. The percent asphalt content will be t 0.3% of design during production. 5. If the asphalt content falls to 0.5%, immediately cease production until sufficient evidence is provided that the problem has been corrected. - 01044609 HOT -MIX ASPHALT PAVING 02741 - 5 12/09 �t Page Intentionally Left Blank 0 McAlister -Park Improvements City of -Lubbock SECTION 02751 REINFORCED CON-CRETE-FOR STIE- ORK PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract -for -Construction, Supplementary Conditions and -Division 1 - General Requirements apply-to-work=of- this Section. 1.2 SECTION INCLUDES A. This section includes the following: 1. Driveways. 2. Concrete Slabs. 3. Concrete Sidewalk. 4. Concrete curb and gutter. 5. Valley -Gutter. 6. Miscellaneous reinforced concrete. B. This section applies wherever Contractor has elected to remove, or is required to remove, and replace concrete pavement and driveway as part of the construction. Section applies also for repair or replacement of facilities otherwise damaged by Contractor's operations. 1.3 RELATED SECTIONS A. Section 02223 — Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling. B. Section 02720 — Aggregate Base Course. 1.4 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended- hydraulic cement, expansive hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica.fume. 1.5 SUBMITTALS A. Submit product data in accordance with Section 01300 — Submittal Procedures. B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete pavement mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: 1. Cementitious materials and aggregates. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Admixtures. 5. Curing compounds. 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 1 12/09 McAlister -Park Improvements City -of -Lubbock -6. Applied-finishmaterials-. 7. Bonding agent or adhesive. 8. Joint fillers. E. Shop -drawings for reinforcement detailing, fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. 1.6 QUALITY ASSURANCE A.- -Installer-Qualifivatioi . An experienced -installer who has completed pavement work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: Manufacturer of ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mix Concrete Association's Plant Certification Program. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate from one source. E. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by the requirements of the Contract Documents. F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixes. 1.7 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities and emergency services. PART 2 - PRODUCTS 2.1 FORMS A. Form Materials: Ply -wood, metal, metal -framed plywood, or other approved -panel -type - materials to provide full -depth, continuous, straight, smooth exposed surfaces. 1. Use flexible or curved forms for curves of a radius 100 feet or less. 2. Forms should be no less than 10 ft. in length. B. Form -Release Agent: Commercially formulated form -release agent with a maximum of 350 g/l volatile organic compounds (VOC's) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. C. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that will leave no metal closer than 1-1/2 inches to the plane of the exposed concrete surface. 1. Provide ties that, when removed, will leave holes not larger than 1 inch in diameter in the concrete surface. 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 2 12/09 ......... McAlister Park Improvements City of Lubbock 2.2 STEEL REINFORCEMENT A. Plain -Steel Welded Wire Fabric: ASTM-A .1-85,_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 6151A 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: ASTTM--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, id othet 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-orhorizontal runners where base material will not support chair legs. 2. Space reinforcing -supports at 5'-0" maximum in any direction. 2.3 CONCRETE MATERIALS A. General: Use the same brand and type of cementitious material from the same manufacturer throughout the Project. B. Portland Cement: ASTM C 150, Type I, II, or III or ASTM G 176 IA, IIA, or IIIA for air entrained. C. Aggregate: ASTM C 33, uniformly graded, from a single source, as follows: 1. Class:4M. 2. Maximum Aggregate Size: 1-1/2 inches nominal. 3. Coarse aggregate for Class C or D concrete shall be crushed limestone. Aggregate shall be graded from fine to coarse and shall conform to ASTM C 136. The gradation for aggregate shall meet the following requirements by weight: FINE AGGREGATE COARSE AGGREGATE Sieve Percent Retained -Sieve Percent Retained 3/8 inch 0 1-3/4 inch 0 No. 4 0-5 1-1/2 inch 0-5 No. 1-6 20-55 3/4 inch 30-65 No. 30 45-75 3/8 inch 70-90 No.50 70-90 No.4 95-100 s No.100 98-100 Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM C 87. Maximum amounts of impurities finer than the #200 sieve shall conform to ASTM C 117. Maximum amounts of soft particles shall conform to ASTM C 123. Maximum amounts of friable particles shall conform to ASTM C 142. 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 3 12/09 McAlister -Park Improvements` City -of Lubbock 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-shalLbe_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 (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-950/a-by-m,eight of -particles with one or -more -fractured faces-and-750l0- by weight of particles with two or more fractured -faces. —The aggregate shall be composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM C33. The aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces. A flat or elongated particle is one having__a ratio between -the maximum -and -the -minimum dimensions of a circumscribing rectangular prism-exceeding-5-to 1. D. Water: ASTM C 94. 2.4 ADMIXTURES The -use of any material added to the concrete mix shall be approved by the Owner's Representative. A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cement and to be compatible with other admixtures. B. Air -Entraining Admixture: ASTM C 260. Certified by manufacturer to be compatible with other required admixtures. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F or Type G. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. 2.5 FIBER REINFORCEMENT A. Fiber reinforcement may be used in place of wire mesh only if approved by Engineer and Owner. B. Fiber reinforcement shall be 100% virgin polypropylene, collated, fibrillated fibers, made for use as concrete reinforcement, containing no reprocessed olefin materials, and conforming to ASTM C 1116, Type III. C. Specific gravity - .91 D. Tensile Strength - 70,000 psi to 100,000 psi E. Length - 2" 2.6 COVER MATERIAL FOR CURING A. Curing materials shall conform to one of the following specifications: 1. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM C309, Type 2 (all resin base). 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 4 12109 ) J _.__.. ......... ____. ,. _... ......... __..._ ........ __.__ ...... ............. . .. ......... .. ..... ....... ........ .... McAlistdr-Park Improvements City of -Lubbock ' SECTION 02751 : , 1 ' el VDi EIl 11VIAM 6 9 03M PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract -for -Construction, Supplementary Conditions and -Division 1 - General Requirements apply-to-work=oJ74-his Section. 1.2 SECTION INCLUDES A. This section includes the following: 1. Driveways. 2. Concret"labs. 3. Concrete Sidewalk. 4. Concrete curb and gutter. 5. Valley -Gutter. 6. Miscellaneous reinforced concrete. B. This section applies wherever Contractor has elected to remove, or is required to remove, and replace concrete pavement and driveway as part of the construction. Section applies also for repair or replacement of facilities otherwise damaged by Contractor's operations. 1.3 RELATED SECTIONS A. Section 02223 — Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling. B. Section 02720 — Aggregate Base Course. 1.4 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended- hydraulic cement, expansive hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica.fume. 1.5 SUBMITTALS A. Submit product data in accordance with Section 01300 — Submittal Procedures. B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete pavement mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: 1. Cementitious materials and aggregates. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Admixtures. 5. Curing compounds. 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 1 12/09 McAlister -Park Improvements City-of-Iufibock -6. Appli rl-finish-materials-. 7. Bonding agent or adhesive. 8. Joint fillers. E. Shop -drawings for reinforcement detailing, fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and --arrangement of concrete reinforcement and methods of support. 1.6 QUALITY ASSURANCE A.-hrstaller-Qualifications An experienced -installer who has completed pavement work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: Manufacturer of ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mix Concrete Association's Plant Certification Program. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate from one source. E. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by the requirements of the Contract Documents. F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixes. 1.7 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities and emergency services. PART 2- PRODUCTS 2.1 FORMS A. Form Materials: Ply -wood, metal, metal -framed plywood, or other approved-panel=type- materials to provide full -depth, continuous, straight, smooth exposed surfaces. 1. Use flexible or curved forms for curves of a radius 100 feet or less. 2. Forms should be no less than 10 ft. in length. B. Form -Release Agent: Commercially formulated form -release agent with a maximum of 350 g/l volatile organic compounds (VOC's) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. C. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that will leave no metal closer than 1-1/2 inches to the plane of the exposed concrete surface. 1. Provide ties that, when removed, will leave holes not larger than 1 inch in diameter in the concrete surface. 01044609 12/09 REINFORCED CONCRETE FOR SITE WORK 02751 - 2 e McAlister Park Improvements City of Lubbock 2.2 STEEL REINFORCEMENT A. Plain -Steel Welded Wire Fabric: ASTM-A.1-85,_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: A-S-TM-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. E.-BarSupports: Bolsters; chairs, spacers, wid- other -devices-for-spacing, supporting, and - fastening reinforcement --bars, welded wire fabric, and dowels in place. Manufacture bar supports according to CRSI's ".Manual of Standard Practice" from steel wire, plastic, or precast concrete or fiber -reinforced concrete of greater compressive strength than concrete, and as follows: 1— Equip wire bar-supports--with-sand-plates-or horizontal runners where base material will not support chair legs. 2. Space reinforcing -supports at 5'-0" maximum in any direction. 2.3 CONCRETE MATERIALS A. General: Use the same brand and type of cementitious material from the same manufacturer throughout the Project. B. Portland Cement: ASTM C 150, Type I, II, or III or ASTM G176 IA, HA, or IIIA for air entrained. C. Aggregate: ASTM C 33, uniformly graded, from a single source, as follows: 1. Class:4M. 2. Maximum Aggregate Size: 1-1/2 inches nominal. 3. Coarse aggregate for Class C or D concrete shall be crushed limestone. Aggregate shall be graded from fine to coarse and shall conform to ASTM C 136. The gradation for aggregate shall meet the following requirements by weight: FINE AGGREGATE COARSE AGGREGATE Sieve Percent Retained -Sieve Percent Retained 3/8 inch 0 1-3/4 inch 0 No. 4 0-5 1-1/2 inch 0-5 No. 1-6- 20-55 3/4 inch 30-65 No. 30 45-75 3/8 inch 70-90 No.50 70-90 No.4 95-100 No.100 98-100 Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM C 87. Maximum amounts of impurities finer than the #200 sieve shall conform to ASTM C 117. Maximum amounts of soft particles shall conform to ASTM C 123. Maximum amounts of friable particles shall conform to ASTM C 142. 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 3 y 12/09 E__ } McAlister -Park -Improvements City -of Lubbock Stockpiles shall be protected from dusty conditions by drift fences or other methods - approved by the Engineer. Stockpiling methods- used -shall -not-allow-agg re gate to roll down the slope as it is added to existing stockpiles.Stockpiles-shalLbe_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 (ASTM C-88). 5. The percentage of wear shall be no more than-40 when tested_in-- accordance- with ASTM C-131 or ASTM C-535. 6. Aggregates delivered to the mixer shall consist of crushed stone, crushed gravel, or natural sand. Crushing -shall result in a product in which the coarse aggregate shall have -at least-95%by-weight of -particles with one=or-more-fractured faces-and-75,%- by weight of particles with two or more fractured- faces —The aggregate shall be composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM C33. The aggregate in any size group shall not contain more than 8 percent by weight of- flat or elongated pieces. A flat or elongated particle is one having. -a ratio between -the maximum -and -the -minimum dimensions of a circumscribing rectangular prism-exceeding-5-to 1. D. Water: ASTM C 94. 2.4 ADMIXTURES The --use of any material added to the concrete mix shall be approved by the Owner's Representative. A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cement and to be compatible with other admixtures. B. Air -Entraining Admixture: ASTM C 260. Certified by manufacturer to be compatible with other required admixtures. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F or Type G. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. 2.5 FIBER REINFORCEMENT A. Fiber reinforcement may be used in place of wire mesh only if approved by Engineer and Owner. B. Fiber reinforcement shall be 100% virgin polypropylene, collated, fibrillated fibers, made for use as concrete reinforcement, containing no reprocessed olefin materials, and conforming to ASTM C 1116, Type M. C. Specific gravity - .91 D. Tensile Strength - 70,000 psi to 100,000 psi E. Length - 2" 2.6 COVER MATERIAL FOR CURING A. Curing materials shall conform to one of the following specifications: 1. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM C309, Type 2 (all resin base). 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 4 12109 irre -ll J McAlister Park Improvements City-of=L--ubboek L fO 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. PAR-T-2 - P-RODUC-T-S- 2.1 MATERIALS A. Aggregate -General: Use materials -and --gradations that have performed satisfactorily in previous -installations. 1. Coarse Aggregate a. The coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, washed, durable fragments of crushed stone of uniform quality. Mixing or combining of crushed gravel and crushed stone will not be permitted. Coarse -aggregate shall be crushed to the extent that produces a minimum of 85% crushed faces for Type "D" HMAC when tested in accordance with TEX460-A. Part 1 "Determination or Crushed Face Count" b.---C-oar-se-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 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 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 coarse aggregate. Linear shrinkage shall be a maximum of 3%. 3. Mineral Filler a. Mineral filler shall consist of thoroughly dry stone dust, slate dust, portland cement or other material dust approved by the Engineer. The mineral filler shall be free of foreign-and-otheranjur-ious-matter-and-shall-meet the following gradation: Percent Passing No. 30 Sieve 95-100 Percent by Passing No. 80 Sieve 75 minimum Percent by Passing No. 200 Sieve 55 minimum B. Asphalt 1. Asphalt shall be performance grade 64-22 or better. 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. 4. The percent asphalt content will be ± 0.3% of design during production. 5. If the asphalt content falls to 0.5%, immediately cease production until sufficient evidence is provided that the problem has been corrected. 01044609 HOT -MIX ASPHALT PAVING 02741 - 5 j 12/09 t,' 2 McAlister —Pak —Improvements City -of-L- ubbock -C __P-rime Coat- _. The surface shall be primed -using an application of 0.20 gallons_pgr square -.yard of surface. D. Tack Coat 1. All contact surfaces of curbs, structures and joints shall be painted with a thin uniform tack coat. E. Mix=Design 1. Hot -Mix Asphalt: Dense, hot -laid, hot -mix asphalt plant mixes_compl_ying with the following requirements: a. Provide nixes with a history of satisfactory performance in geographical area where Project is located. 2. —Base-Course a. Provide caliche base course. 3. Surface Course a. Hot mix asphalt concrete surface shall consist of a minimum of 1-1/2" thick compacted mixture of coarse aggregate, fine aggregate, mineral filler, and asphalt cement mixed —hot --in a mixing plant in —accordance with these specifications. b. The combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalfand mineral filler, shall -have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex 203-F. The percent of flat of elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex 224-F. C. Asphaltic mixtures shall be conditioned with either lime or liquid anti - stripping agent approved by the Engineer. Anti -stripping agents shall meet requirements of TxDOT Item 301 "Asphalt Antistripping Agents". d. Type "D" Hot Mix Asphaltic Concrete (HMAC) shall be used for asphalt - paved street construction. The Contractor shall provide a current HMAC mix design using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall conform to the following master gradation: Type "D" Percent passing 1/2" 98-100 Percent passing 3/8" 85-100 Percent passing No. 4 50-70 f Percent -passing -No. 8 35-46 Percent passing No. 30 15-29 Percent passing No. 50 7-20 Percent passing No. 200 2-7 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 l._ 01044609 HOT -MIX ASPHALT PAVING 02741 - 6 12/09 McAlister Park -Improvements City -of -Lubbock e. The mineral aggregate shall=not contain-more-.than-O.-5%-moisture-prior_to entering-the-pugmill-for mixing with asphalt. 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 unsatisfactotl-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 bituminous material by means of the bituminous distributor. Apply the bituminous material at a pressure -range -of 25 to 75 pounds per -square-inch-within the temperature limits specified herein, and at the rate of not less than 0.20 gallon of bituminous material per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated. Unless the distributor is equipped to obtain satisfactory results at the junction of previous and subsequent applications, spread building paper on the surface of the applied material for a sufficient distance back from the ends of each application, so that flow from the sprays may be started and stopped on the paper, and so that all sprayers will operate at full force on the surface to be treated. Immediately after the application, remove the building paper and apply bituminous material to spots missed by the distributor. B. Curing 1. Following the application of bituminous material, allow the surface to cure without being disturbed for a period of not less than 48 hours or longer, as may be necessary to attain penetration into the foundation course and evaporation of the volatiles from the -bituminous material. Furnish and spread enough sand to effectively blot -up -and cure excess bituminous material. Maintain the primed surface until the succeeding layer of -pavement is placed by protecting the surface against damage and by repairing and repriming deficient areas. C. Temperature 1. Maintain application temperature between 68 ° F and 149 ° F. D. Protection 1. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades to prevent traffic over freshly treated surfaces. 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 01044609 HOT -MIX ASPHALT PAVING 02741 - 7 12109 McAlister Park Improvements City of Lubbock over the entire surface to be treated. Treat -lightly coate.d_amas-nd=spots-missedsby-- the distributor with the bituminous material: -Following the application of bituminous material, allow the surface to cure without -being disturbed --for .period of time necessary to permit setting of the tack coat. Apply the bituminous tack coat only as far in advance of the placing of the overlying layer as required for that day's operation. Maintain and protect the treated surface from damage until the succeeding course of pavement is placed. B. Temperature 1. Maintain application temperature between 122° F and 185° F. C. Material Test L Perform spot -test for asphalt in accordance with AASHTO T102 on each shipment. D. Traffic Controls 1. Keep traffic off surfaces freshly treated -with -bituminous material. Provide sufficient warning signs and barricades so that traffic .will -not- travel over freshly treated surfaces. 3.4 SURFACE COURSE A. HMAC shall be placed with a minimum compacted -thickness of 2 inches unless otherwise shown on the plans. B. Air temperature requirements as follows: 1. November 1 to April 1 HMAC shall not be placed when the air temperature is below 55 degrees F and falling. HMAC may be placed when the air temperature is above 50 degrees F and rising. 2. April 1 to November l HMAC shall not be placed when the air temperature is below 50 degrees F and falling. HMAC may be placed when the air temperature is above 45 degrees and rising. Air temperature shall be determined by the National Weather Service hourly report. C. If the temperature of any HMAC, measured while passing through the lay down machine, is 25 degrees F less than the mixing temperature, that material shall be rejected. No payment will be made for rejected material. D. The -asphaltic -mixture shall -be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross -sections and grades shown on the associated plans. E. A level up course, '/2 inch or more in thickness, shall require the use of ASB or a coarse grade of HMAC approved by the Engineer. F. When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the contractor may use other methods approved by the Engineer provided a satisfactory surface can be obtained. G. Adjacent to curbs, gutters or other flush structures, the surface shall be finished uniformly high so that when compacted it will be 1/4 inch above the curb or flush structure. H. All joints shall present the same texture, density, and smoothness as other sections of the course. The joints between old and new pavements or between successive day's work shall 01044609 HOT -MIX ASPHALT PAVING 02741 - 8 12/09 ..' McAlister Park Improvements City of Lubbock be made to insure_a_continuous bond between -the old _and _new sections_oLthe_course. The transverse edges of old pavement and, if required by_. the Engineer, the -successive day's pavement shall'be cut with an approved concrete saw to expose an even vertical surface for the full thickness of the course. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of hot bituminous materiaL(tack coat) before the fresh mixture is placed. I. Rolling with -three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the pavement -,-overlapping on successive trips by least half the width of the rear wheels. Alternate trips of the roller shall be slightly different in length. On super -elevated curves rolling shall begin at the low side and progress toward the high side. J. The motion -of -the - rollers -shall -be -slow enough- to -avoid displacement of the mixture. Rollers shall not be permitted to stand on pavement which has not been fully compacted. Any displacement of the mixture shall be corrected immediately by the use of rakes and fresh mixture where required. K. Places inaccessible to the rollers may be compacted using lightly oiled tamps. Limited R areas where -required compaction cannot be obtained using a three wheel- roller shall be compacted with a trench type roller. L. The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-section. When tested with a 10 foot straight edge placed parallel to the centerline of the roadway, or other means acceptable to the Engineer, the maximum deviation shall be not exceed 1/8 inch in 10 feet. An acceptable 10 foot straight edge shall be provided by the Contractor. Any point in the surface not meeting this requirement shall be corrected as directed by the Engineer. When placed on existing surfaces, the 1/8 inch V maximum deviation requirements may be waived by the Engineer. 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 joints. 2. Construct transverse joints as described in Al MS-22, "Construction of Hot Mix Asphalt Pavements." 3. Compact joints as soon as hot -mix asphalt will bear roller weight without excessive displacement. 4. Compact asphalt at joints to a density within 2 percent of specified course density. 3.6 COMPACTION A. General: Begin compaction as soon as placed hot -mix paving will bear roller weight without excessive displacement. Compact hot -mix paving with hot, hand tampers or vibratory -plate compactors in areas inaccessible to rollers. 1. Complete compaction before mix temperature cools to 185 deg F. B. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and rolling operations to comply with requirements. L 01044609 HOT -MIX ASPHALT PAVING 02741 - 9 12/09 3 McAlister Park Improvements City -of -Lubbock t,..� C. Intem►ediate R-c lling: Begin intermediaterolling immediately after breakdown—ro ing- while hot -mix asphalt is still hot enough -to achieve specified density-.Continue-mlling untiL hot -mix asphalt course has been uniformly compacted to the following density: 1, Average Density: 96 percent of density according to bulk specific gravity and 92 density according to the maximum theoretical specific gravity (Rice.) per ASTM D 2041. -D. Finish Rolling: Finish roll paved -surfaces to remove roller marks while hot -mix asphalt is still warm. E. Edge Shaping: While surface is being compacted and finished, trim edges of pavement to proper alignment. Bevel edges while asphalt is still hot; compact thoroughly. F. Repairs: Remove paved areas that are defective or contaminated with foreign materials and replace -widi*esh, hot-,hotaspotiadit-Compact-by rolling to specified density and surface smoothness. G. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened. H. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. 3.7 INSTALLATION TOLERANCES A. Thickness: Compact each course to produce the thickness indicated within the following tolerances: 1. Base Course: Plus or minus 1/2 inch. 2. Surface Course: Plus 1/4 inch, no minus. B. Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a 10-foot straightedge applied transversely or longitudinally to paved areas: 1. Base Course: 1/4 inch. 2. Surface Course: 1/8 inch. 3. Crowned Surfaces: Test with crowned template centered and at right angle to crown. Maximum allowable variance from template is 1/4 inch. 3.8 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall perform field tests -and inspections and prepare test reports. 1. Testing agency will conduct and interpret tests and state in each report whether tested work complies with or deviates from specified requirements. B. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. C. Thickness: In -place compacted thickness of hot -mix asphalt courses will be determined according to ASTM D 3549. D. Surface Smoothness: Finished surface of each hot -mix asphalt course will be tested for compliance with smoothness tolerances. E. In -Place Density: Testing agency will take samples of uncompacted paving mixtures and compacted pavement according to ASTM D 979 or AASH`rO T 168. 1. Reference maximum theoretical density will be determined by averaging results from four samples of hot -mix asphalt -paving mixture delivered daily to site, prepared according to ASTM D 2041, and compacted according to job -mix specifications. 01044609 HOT -MIX ASPHALT PAVING 02741 - 10 12/09 '` McAlister Park Improvements City of Lubbock 2. In -place density of compacted pavement--will--be=deter-mined-by-testing-core samples according -to ASTM D-118-8--or-A-STM D 2726. _ a. One core sample will --he taken --for every 2000 sq. yd. or less of installed ' pavement. b. Field density of in -place compacted pavement may also be determined by nuclear method according to ASTM D 2950 and correlated with ASTM D 1188 or ASTM D 2726 -- - F. Remove and --replace or install -additional hot -mix asphalt where test results or measurements indicate that it does not comply with specified requirements. G. Owner may elect to take confirmation tests at Owner's expense. Contractor shall cooperate with Owner's --testing agency. Failing tests taken at Owner's direction shall be charged to -the-Contractor. Failing -test -charges shall-nnclude-pro=rata-technician-charges; actwalfailing test charge, pro-rata-mnileage-charge, and other pro -rated charges. END OF SECTION t' 01044609 HOT -MIX ASPHALT PAVING 02741 - 11 z 12/09 Page Intentionally Left Blank ' McAlister Park Improvements City of Lubbock 2. White -polyethylene film--for-curing concrete shall conform to the requirements of ASTM C171. 3. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C 171. 4. Waterproof paper for curing concrete shall conform to the requirements of ASTM C171. 2.7 RELATED MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber. B. Texture -Surface for Ramps 1. Meet requirements of the Texas Accessibility Standards. 2. Color as selected by Owner. 3. Surface should be non-skid. 4. Durabak with Safti-Traxx Detacable Warning System by Cote-L Distribution Company, -or -approved equal. C. Bonding Agent 1. Polyvinyl acetate or acrylic base. D. Sand Cushion 1. Clean, manufactured or natural sand with plasticity index of 8 or less. E. Epoxy Adhesive 1. ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit project requirements. 2.8 CONCRETE MD(ES A. Prepare design mixes, proportioned according to ACI 301, for each type and strength of normal -weight concrete determined by either laboratory trial mixes or field experience. B. Use a qualified independent testing agency for preparing and reporting proposed nix designs for the trial batch method. 1. Do not use Owner's field quality -control testing agency as the independent testing agency. C. Proportion mixes to provide concrete with the following properties: 1. Maximum Water-Cementitious Materials Ratio: 0.45. D. Classification 1. The following classes of concrete shall be used: Class A - Curb and Gutter, sidewalks, curb ramps, medians and miscellaneous slabs. Class C - Concrete Pavement, Fillets and Driveways. E. Mix Design 1. At least 15 days prior to beginning any concrete pavement construction the Contractor shall submit the following to the Engineer for approval: a. Test certificates from an approved commercial testing laboratory on all proposed aggregate. Certificates shall indicate material source, gradation, and loss from 5-cycle Magnesium Sulfate or Sodium Sulfate test (not to exceed 18%). b. A mix design based on water -cement ratio. 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 5 (7 12/09 McAlister Park Improvements City of -Lubbock C. Isolation Joints: Form isolation joints of preformed joint -filler strips abutting -concrete curbs, catch basins, manholes, inlets, -structures, walks, other fixed objects, and where indicated. 1. Extend joint fillers full width and depth of joint. 2. Terminate joint filler less than 1/2 inch or more than 1 inch below finished surface if joint sealant is indicated. 3. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated.. 4. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint -filler sections together. 5. Protect top edge of joint -filler during concrete placement with metal, plastic, or other temporary -preformed -cap. -Remove protective cap after -concrete has been placed on both sides of joint. D. Driveways and Pavements 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to the following radius. Repeat grooving of contraction- joints after -applying surface finishes. Eliminate groover-- marks on concrete surfaces. a. Refer to plans for joint dimensions. 3.5 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcement steel, and items to be embedded or cast in. B. Remove snow, ice, or frost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they are at the required finish elevation and alignment. D. Comply with requirements and with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. E. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. F. Consolidate concrete by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures to consolidate concrete according to recommendations in ACI 309R. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal -vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square -faced shovels for hand -spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. G. Place concrete in two operations; strike off initial pour for entire width of placement and to the required depth below finish surface. Lay welded wire fabric or fabricated bar mats immediately in final position. Place top layer of concrete, strike off, and screed. 1. Remove and replace portions of bottom layer of concrete that have been placed more than 15 minutes without being covered by top layer, or use bonding agent if approved by Engineer. H. Screed pavement surfaces with a straightedge and strike off. Commence initial floating using bull floats or darbies to form an open textured and uniform surface plane before 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 8 '- 12/09 McAlister -Park Improvements City -of -Lubbock excess moisture or bleed water appears -on the surface.- DcLnot-fimdher_ disturb concrete_ surfaces- before beginning finishing operations or spreading dry -shake surface treatments. I. When adjoining pavement lanes are pl-aced-in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of its 28-day compressive strength. J. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. l . When air temperature has fallen to, or is expected. -to -fall- below, 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. --Da-not-use-calcium-chloride,-salter orotnaterials-containing-antifreeze agents or chemical accelerators, unless otherwise specified and -approved in mix designs. K. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below=90=deg F. Chilled mixing -water or chopped ice may -be -used to control temperature, provided water equivalent of -ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcement steel with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.6 CONCRETE FINISHING A. General: Wetting of concrete surfaces during spreeding, initial floating or finishing operations is prohibited. B. Float Finish: Begin the second floating operation when bleed -water sheen has disappeared and the concrete surface has stiffened sufficiently to permit operations. Float surface with power -driven floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots, and fill low spots. Refloat surface immediately to uniform granular texture. 1. Light to Medium Broom Finish: For concrete sidewalks. 2. Medium -to -Coarse -Textured Broom Finish: For concrete pavement and driveways, provide a medium -to -coarse finish by dragging float -finished concrete surface 1/16 to 1/8 inch deep with a stiff -bristled broom, perpendicular to line of traffic. 3. Refer -to -Section 03366 for finish requirements of post -tensioned slabs. 3.7 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI306.1 for cold -weather protection and follow recommendations in ACI 305R for hot -weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete, but not before free water has .disappeared from concrete surface. 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 9 12/09 IGMcATister Park Improvements Cityof-Lubbock D. -Curing Methods —cure concrete by --moisture curing, moisture -retaining -cover curing, curing compound, or a combination of these as follows: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the -following materials: a. Water. b. Continuous water -fog spray. C. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately ---repay-any-holes-or-tears-during-curing-period- using cover-material--and-waterproof tape. 3- Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and -repair damage -during curing period. 3.8 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control include those specified in this Article. B. Testing Services: Testing shall be performed according to the following requirements: 1. Sampling Fresh Concrete: Representative samples of fresh concrete shall be obtained according to ASTM C 172, except modified for slump to comply with ASTM C 94. 2. Slump: ASTM C 143; one test at point of placement for each compressive -strength test, but not less than one test for each day's pour of each type of concrete. Additional tests will be required when concrete consistency changes. 3. Air Content: ASTM C 231, pressure method; one test for each compressive -strength test, but not less than one test for each day's pour of each type of air -entrained concrete. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each set of compressive -strength specimens. 5. Compression Test Specimens: ASTM C 31/C 31M; one set of four standard -cylinders--for-each-compressive-strength test, unless otherwise indicated. Cylinders shall be molded and stored for laboratory -cured test specimens unless field -cured test specimens are required. 6. Compressive -Strength Tests: ASTM C 39; one set for each day's pour of each concrete class exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd.. One specimen shall be tested at 7 days and two specimens at 28 days; one specimen shall be retained in reserve for later testing if required. 7. When frequency of testing will provide fewer than five compressive -strength tests for a given class of concrete, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 10 12/09 `. McAlister Park Improvements City of Lubbock C. Test results shall be reported in writing to_Engineer_and_C—ontr.actor widiin,24:::hours-of— testing.Beports of compressive -strength -tests shall contain Project identification --name and number, date of concrete placement,_ name of concrete -testing agency, concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests.- D. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer -but will -not be used -as -the sole basis for approval or rejection. E. Additional Tests: Contractor shall make additional tests of the concrete when test results indicate slump, air entrainment, concrete strengths, or other requirements have not been met, as directed by Engineer. Contractor may conduct tests to determine adequacy of -concrete-by-cored-cylinders complying -with ASTM C=42; or-byother methods as directed. F. Contractor shall pay for failing -tests. G. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a._--Individual-test strength-isbelow-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 bearers for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the pavement, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the pavement. Damaged cores shall be replaced. b. Cores shall -be obtained and tested in accordance with ASTM-C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. C. Questionable concrete will be considered structurally acceptable if the average of the cores is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified compressive strength (50 psi below specified beam strength). 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 11 12/09 McAlister Park Improvements City of -Lubbock 3.9 REPAIRS OF DEFECTIVE PAVEMENT SLABS -' A. ' General Broken slabs, random cracks, nonworking contraction joints near cracks, and spalls along joints and cracks shall be replaced or repaired as specified hereinafter at no cost to the Owner. B. Broken Slabs Pavement -slabs -containing multiple cracks through more-than-1/4 of -the depth -of -the -slab separating the slab into three or more parts and pavement slabs with one or more cracks through more than 1/4 of the depth of the pavement extending diagonally across more than 1/3 of -the -slab- either transversely or -longitudinally shall be entirely removed and replaced. - -Pavement—slabs—containing—a-,single—diagonal crack intersecting- the transverse -and longitudinal joints within 1/3 of the width and length of the slab from the corner shall be repaired by removing and replacing the smaller portion of the slab. -Repairs of broken slabs shall be made in conformance with Paragraph 5. C. Grooving and Repairing Cracks in Pavement Slabs Random cracks penetrating more than 1/4-of-tire-depth of the pavement- shall be -grooved, the crack filled with epoxy -resin and -the groove filled with epoxy -resin grout. The top of the crack shall be grooved to a minimum depth of 3/4-inch and to- a- width not less --than 3/8-inch nor more than 5/8-inch by means of an approved grooving machine. The grooving machine shall be of the vertical rotary -cutting type and shall be capable of following closely the path of the crack and of widening the top of the crack to the required section without- spalling or otherwise damaging the concrete. Random cracks that are tight and that t penetrate less than 1/4 of the depth of the pavement shall be filled with epoxy -resin. When necessary, the depth of crack penetration shall be determined by inspection of cores not less than 4 inches in diameter drilled by the Contractor at his expense at locations directed. The core holes shall be refilled with Portland -cement concrete bonded to the pavement with epoxy -resin grout. In addition, when a longitudinal crack is continuous across one or more slabs and penetrates more than 1/4 the depth of pavement, core holes not less than 6 inches in diameter shall be drilled through the full depth of slab at both ends of the crack. In the operation to drill cores at the longitudinal -crack ends the core bits shall be so positioned that the core removed will include not more than 3 inches of the crack. a Sandblasting and high-pressure air jets shall be used to remove any fines near the apparent ends of the crack to permit accurate determination of ends of the crack. All fines, dust, and other loose -material on the wall of the cored holes shall be removed by scrubbing with -a - stiff -bristle brush, followed by washing and dewatering of the core hole. These core holes shall be refilled with epoxy -resin concrete. A prime coat of epoxy -resin binder thinned with3-parts toluene to 7 parts epoxy binder, by volume, shall be applied and brushed -into the vertical wall of the core hole. Placement of the epoxy -resin concrete shall be delayed IJ until the prime coat becomes stringy or approaches dry to touch. The epoxy -resin concrete shall be placed in layers not over 6 inches thick. The time interval between placement of additional layers shall be such that temperature of the epoxy -resin concrete does not exceed ua 140' F at any time during hardening. - 3.10 NONWORKING (UNCRACKED) CONTRACTION JOINTS A. When a transverse random crack terminates in or crosses a transverse contraction joint, the uncracked portion of the joint shall be filled with epoxy -resin mortar or grout and the crack I shall be routed and sealed. When a transverse random crack approximately parallels the planned contraction joint and is within a distance of 25 percent of the slab length from a 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 12 "- 1 2/09 McAlister Park Improvements C--ity of Lubbock 2. White _polyethylene film--for—curing concrete shall conform _ to the requirements of ASTM C171. 3. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C 171. 4. Waterproof paper for curing concrete shall conform to the requirements of ASTM C171. 2.7 RELATED MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber. B. T-exture-Surface for Ramps 1. Meet requirements of the Texas Accessibility Standards. 2. Color as selected by Owner. 3. Surface should be non-skid. 4. Durabak with Safti-Traxx Detacable Warning System by Cote-L Distribution Company,--or-approved equal. C. Bonding Agent 1. Polyvinyl acetate or acrylic base. D. Sand Cushion 1. Clean, manufactured or natural sand with plasticity index of 8 or less. E. Epoxy Adhesive 1. ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit project requirements. 2.8 CONCRETE MIXES A. Prepare design mixes, proportioned according to ACI 301, for each type and strength of normal -weight concrete determined by either laboratory trial mixes or field experience. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the trial batch method. 1. Do not use Owner's field quality -control testing agency as the independent testing agency. C. Proportion mixes to provide concrete with the following properties: 1. Maximum Water-Cementitious Materials Ratio: 0.45. D. Classification 1. The following classes of concrete shall be used: Class A - Curb and Gutter, sidewalks, curb ramps, medians and miscellaneous slabs. Class C - Concrete Pavement, Fillets and Driveways. E. Mix Design 1. At least 15 days prior to beginning any concrete pavement construction the Contractor shall submit the following to the Engineer for approval: a. Test certificates from an approved commercial testing laboratory on all proposed aggregate. Certificates shall indicate material source, gradation, and loss from 5-cycle Magnesium Sulfate or Sodium Sulfate test (not to exceed 18%). b. A mix design based on water -cement ratio. 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 5 12/09 -McAlister Park Improvements -City=of-Lubbock- c. Results of compression -tests in conformance with ASTM-C 39- and/or flexural tests in conformance with ASTM C 78, made by an approved commercial testing laboratory. Tests shall be made on 6- cylinders and/or 6 beams at curing times appropriate to the class of concrete. 2. The Engineer will approve or reject the mix design and materials based on these submittals. This approval shall be subject to additional testing during construction. 3. Mix designs for various classes of concrete shall conform to the following: Minimum Sacks Maximum Gal Maximum Slump Class Cement per CY Water per Sack Inches -A-- 5.0 -6-5 4 C 6.0 6.0 3 F. Strength Requirements 1. The various classes of concrete shall conform to the following strengths in psi as determined by the average of two test cylinders -or -beams. COMPRESSIVE FLEXURAL Class 3 Day 7 Day 28 Day A - 2100 3000 - C - 2500 4000 600 (28 day) G. Properties 1. Air Entrainment: 5% +/- 1 1/2% ASTM C 260. 2. Synthetic Fiber: Use manufacturer's recommended rate, but not less than 1.0 lb/cu.yd. (where applicable). 2.9 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements and with ASTM C 94. B. Ready -Mixed Concrete: Comply with requirements and with ASTM C 94 and. ASTM C 1116 when synthetic fibers are involved. 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce nixing and delivery time to 60 minutes. J C. Project -Site —Mixing: Com 1 with requirements and measure, batch and nix concrete ] g� -- PY 9 i materials and concrete according to ASTM C 94. Mix concrete materials in appropriate g drum -type batch machine mixer. 1. For mixers of 1 cu. yd. or smaller capacity, continue mixing at least one and one- half minutes, but not more than five minutes after ingredients are in mixer, before l any part of batch is released. 2. For mixers of capacity larger than 1 cu. yd., increase nixing 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. 3 j5. k 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 6 12/09 McAlister Park -Improvements City of Lubbock PART 3 - EXECUTION 3.1 PREPARATION A. Proof -roll prepared subbase surface to check for unstable areas and verify need for additional compaction. Proceed with pavement only after nonconforming conditions have been corrected and subgrade is -.ready to receive pavement. B. Remove loose material- from compacted -subbase surface immediately before placing concrete. 3.2 EDGE FORMS AND SCREED -CONSTRUCTION A. Set, brace, and secure edge -forms, —bulkheads, and intermediate screed guides for pavement to required lines, grades, and elevations. -Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. B. Clean forms after each use and coat with form release agent to ensure separation from concrete —without damage. 3.3 STEEL REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's (CRSI) "Manual of Standard Practice" for fabricating reinforcement and with recommendations in CRSI's "Placing Reinforcing Bars" for placing and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond -reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. 3.4 JOINTS A. General: Construct isolation, contraction, construction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. 1. When joining existing pavement, place transverse joints to align with previously placedjoints, unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour, unless pavement terminates at isolation joints. 1. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 2. Provide tie bars at sides of pavement strips where indicated. 3. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. & 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 7 12/09 3 McAlister Park Improvements City-of-L-ubbock . C. Isolation Joints: Form isolation joints of preformed joint -filler strips abutting concrete curbs, catch basins, manholes, inlets, —structures, walks, other fixed objects, and where indicated. 1. Extend joint fillers full width and depth of joint. 2. Terminate joint filler less than 1/2 inch or more than 1 inch below finished surface if joint sealant is indicated. 3. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated.- 4. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint -filler sections together. 5. Protect top edge of joint -filler during concrete placement with metal, plastic, or other temporary -preformed -cap —Remove protective cap after -concrete has been placed on both sides of joint. D. Driveways and Pavements 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to the following radius. Repeat grooving of contraction- joints after —applying surface finishes. Eliminate groover- marks on concrete surfaces-. a. Refer to plans for joint dimensions. 3.5 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, 1- reinforcement steel, and items to be embedded or cast in. ` B. Remove snow, ice, or frost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they are at the required finish elevation and alignment. 8 D. Comply with requirements and with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. E. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. F. Consolidate concrete by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures to consolidate concrete according to recommendations in ACI 309R. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal— vibrator. Keep vibrator away from joint assemblies, reinforcement, or side. forms. Use only square -faced shovels for hand -spreading and consolidation.. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. G. Place concrete in two operations; strike off initial pour for entire width of placement and to the required depth below finish surface. Lay welded wire fabric or fabricated bar mats immediately in final position. Place top layer of concrete, strike off, and screed.. 1. Remove and replace portions of bottom layer of concrete that have been placed more than 15 minutes without being covered by top layer, or use bonding agent if - - approved by Engineer. H. Screed pavement surfaces with a straightedge and strike off. Commence initial floating using bull floats or darbies to form an open textured and uniform surface plane before 01044609 REINFORCED CONCRETE FOR SITE WORK 0275,1 - 8 12/09 2 McAlister -Park Improvements City -of -Lubbock excess -moisture or bleed water appears -on the surface.- Do notfudher_ disturb concrete- surfaces- before beginning finishing operations or spreading dry -shake surface treatments. I. When adjoining pavement lanes are placed -in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of its 28-day compressive strength. J. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to, or is expected--to-fall- belowr40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. --Do-not-use-ealcium-chlvride-salter orrotraterials-aontaininrantifreeze agents or chemical accelerators, unless otherwise specified and -approved in mix designs. K. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below--90=deg F. Chilled mixing -water or chopped ice may -be -used to control temperature, provided water equivalent of -ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcement steel with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.6 CONCRETE FINISHING A. General: Wetting of concrete surfaces during screeding, initial floating or finishing operations is prohibited. B. Float Finish: Begin the second floating operation when bleed -water sheen has disappeared and the concrete surface has stiffened sufficiently to permit operations. Float surface with power -driven floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots, and fill low spots. Refloat surface immediately to uniform granular texture. 1. Light to Medium Broom Finish: For concrete sidewalks. 2. Medium -to -Coarse -Textured Broom Finish: For concrete pavement and driveways, provide a medium -to -coarse finish by dragging float -finished concrete surface 1/16 to 1/8 inch deep with a stiff -bristled broom, perpendicular to line of traffic. 3. Refer -to -Section 03366 for finish requirements of post -tensioned slabs. 3.7 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI306.1 for cold -weather protection and follow recommendations in ACI 305R for hot -weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete, but not before free water has -disappeared from concrete surface. 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 9 12/09 McAlister Park Improvements City-oF-Lubbock D. -Curing Methods! --Cure concrete by --moisture curing, moisture -retaining -cover curing, curing compound, or a combination of these as follows: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the -folio -wing materials: a. Water. b. Continuous water -fog spray. C. Absorptive cover, water saturated; and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately ---repair-any-holes-or--tears-during-euring-period-using cover -material -and -waterproof tape. 3- Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and -repair damage _during curing period. 3.8 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control include those specified in this Article. B. Testing Services: Testing shall be performed according to the following requirements: 1. Sampling Fresh Concrete: Representative samples of fresh concrete shall be obtained according to ASTM C 172, except modified for slump to comply with ASTM C 94. 2. Slump: ASTM C 143; one test at point of placement for each compressive -strength test, but not less than one test for each day's pour of each type of concrete. Additional tests will be required when concrete consistency changes. 3. Air Content: ASTM C 231, pressure method; one test for each compressive -strength test, but not less than one test for each day's pour of each type of air -entrained concrete. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each set of compressive -strength specimens. 5. Compression Test Specimens: ASTM C 31/C 31M; one set of four standard -cylinders-for-each-compressive-strength test, unless otherwise indicated. Cylinders shall be molded and stored for laboratory -cured test specimens unless field -cured test specimens are required. 6. Compressive -Strength Tests: ASTM C 39; one set for each day's pour of each concrete class exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd.. One specimen shall be tested at 7 days and two specimens at 28 days; one specimen shall be retained in reserve for later testing if required. 7. When frequency of testing will provide fewer than five compressive -strength tests for a given class of concrete, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 10 v' 12/09 ?. McAlister Park Improvements City of Lubbock C. Test results shall be reported in writing to-Engineer-ancLContractorwsrithin,24:::hours-of- testing-Reports of compressive -strength -tests shall contain Project identification --name and number, date of concrete placement, -name of concrete -testing agency, concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests- -D. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer -but will -not be used -as -the sole basis for approval or rejection. E. Additional Tests: Contractor shall make additional tests of the concrete when test results indicate slump, air entrainment, concrete strengths, or other requirements have not been met, as directed by Engineer. Contractor may conduct tests to determine adequacy of -concrete-by-cored-cylinders complying -with ASTM C=42,- or byother methods as directed. F. Contractor shall pay for failing -tests. G. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a._ _Andividual_test strength -is -below -specified -strength; or b. Samples of concrete for acceptance test cylinders or acceptance test beams are not representative -of concrete -in -place in the pavement; or C. Insufficient or -inadequate concrete curing; or d. Insufficient number of acceptance test cylinders or acceptance test beams for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the pavement, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the pavement. Damaged cores shall be replaced. b. Cores shall -be obtained and tested in accordance with q-STM-C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. C. Questionable concrete will be considered structurally acceptable if the average of the cores is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified compressive strength (50 psi below specified beam strength). 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 11 l 2/09 3 McAlister Park Improvements City of -Lubbock 3.9 REPAIRS OF DEFECTIVE PAVEMENT SLABS A.--- --General Broken slabs, random cracks, nonworking contraction joints near cracks, and spalls along joints and cracks shall be replaced or repaired as specified hereinafter at no cost to the Owner. B. Broken Slabs Pavement -slabs -containing multiple cracks through more-than-1/4 of -the depth -of -the -slab separating the slab into three or more parts and pavement slabs with one or more cracks through more than 1/4 of the depth of the pavement extending diagonally across more than 1/3 of the slab --either transversely or -longitudinally shall be entirely removed and replaced. - -Pavement—slabs—containing—a--single-- diagonal crack intersecting- the transverse -and longitudinal joints within 1/3 of the width and length of the slab from the corner shall be repaired by removing and replacing the smaller portion of the slab. -Repairs of broken slabs shall be made in conformance with Paragraph 5. C. Grooving and Repairing Cracks in Pavement Slabs Random cracks penetrating more -than 1/4-of-the-depth of the pavement shall be -grooved, the crack filled with epoxy -resin and the groove filled with epoxy -resin grout. The top of , the crack shall be grooved to a minimum depth of 3/4-inch and to- a- width not less --than 3/8-inch nor more than 5/8-inch by means of an approved grooving machine. The grooving machine shall be of the vertical rotary -cutting type and shall be capable of following ` closely the path of the crack and of widening the top of the crack to the required section g without spalling or otherwise damaging the concrete. Random cracks that are tight and that penetrate less than 1/4 of the depth of the pavement shall be filled with epoxy -resin. When `- necessary, the depth of crack penetration shall be determined by inspection of cores not less than 4 inches in diameter drilled by the Contractor at his expense at locations directed. The core holes shall be refilled with Portland -cement concrete bonded to the pavement with epoxy -resin grout. In addition, when a longitudinal crack is continuous across one or more slabs and penetrates more than 1/4 the depth of pavement, core holes not less than 6 inches in diameter shall be drilled through the full depth of slab at both ends of the crack. In the operation to drill cores at the longitudinal -crack ends the core bits shall be so positioned that the core removed will include not more than 3 inches of the crack. Sandblasting and high-pressure air jets shall be used to remove any fines near the apparent 'r ends of the crack to permit accurate determination of ends of the crack. All fines, dust, and other loose -material on the wall of the cored holes shall be removed by scrubbing with -a - stiff -bristle brush, followed by washing and dewatering of the core hole. These core holes shall be refilled with epoxy -resin concrete. A prime coat of epoxy -resin binder thinned with'-3 parts -toluene to 7 parts epoxy binder, by volume, shall'be applied and brushed -into the vertical wall of the core hole. Placement of the epoxy -resin concrete shall be delayed . t until the prime coat becomes stringy or approaches dry to touch. The epoxy -resin concrete shall be placed in layers not over 6 inches thick. The time interval between placement of i additional layers shall be such that temperature of the epoxy -resin concrete does not exceed 140' F at any time during hardening. -- 3.10 NONWORKING (UNCRACKED) CONTRACTION JOINTS A. When a transverse random crack terminates in or crosses a transverse contraction joint, the uncracked portion of the joint shall be filled with epoxy -resin mortar or grout and the crack shall be routed and sealed. When a transverse random crack approximately parallels the _ planned contraction joint and is within a distance of 25 percent of the slab length from a 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 12 "r 12/09 t J -, McAlister Park Improvements -C-ity-ofLubbock --contraction joint, the crack shall be -touted -and sealed,_and-thejoint.shalLbe filled with epoxy -resin --grout or -mortar. When a transverse random crack is -more than 25 percent of a slab length from the nearest contraction joint, both the joint and the crack shall be sealed. Joints to be filled with epoxy -resin mortar or grout shall be thoroughly cleaned. Cleaning and sealing of cracks and joints shall be as specified in Section 02764, PAVEMENT - JOINT SEALANTS, of these specifications. 3.11 SPALLING ALONG JOINTS AND CRACKS A. Spalls shall be repaired by making a saw cut at least 1 inch outside the spalled area and to a minimum depth of 2 inches. When the spalled area abuts a joint, the saw cut shall be made to-a-depth-of-2-inches-or 1/6 the -slab -thickness. -whichever -is -greater. -The concrete -between the saw cut and the joint or primary crack shall be removed to- a minimum depth of 2 inches below the original concrete surface, and to such additional depth where necessary to expose a surface of sound, unweathered concrete that is uncontaminated by oils, grease, deicing salts or solutions, or other substances that would inhibit the performance of the epoxy -resin bonding material. --Removal of the concrete -volume between the saw cut -and the joint or primary crack shall -be accomplished using a hydraulic impact hammer, or other methods approved by the Owner's Representative. The Contractor shall exercise care in removing the required concrete such that no damage is inflicted on the adjoining concrete slab. Damage of adjoining concrete shall be repaired by the Contractor at his expense to the satisfaction of the Owner's Representative. The concrete void to be patched shall be thoroughly cleaned with compressed air, sandblasting, or other approved methods to remove all loose material. A prime coat of epoxy -resin binder thinned with 3 parts toluene to 7 parts epoxy binder, by volume, shall be applied to the dry, cleaned surface of all sides of the cavity, except the joint or primary crack face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff -bristle brush. Placement of portland-cement concrete or epoxy -resin concrete or mortar shall be delayed until the prime coat becomes stringy or approaches dry to touch. The epoxy concrete shall then be placed in the cavity in layers not exceeding 2 inches thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy -resin concrete does not exceed 140 degrees F. at any time during hardening. Mechanical- plate, screed, float vibrators, or hand tampers shall be used to consolidate the concrete or mortar. Excess mortar or concrete on the adjacent surfaces of the hardened concrete shall be removed before it hardens. After the finishing operations and while the epoxy -resin concrete or mortar is still tacky, a thin coating of portland cement shall be uniformly spread on the surface of the repaired area andl-lightly brushed into the surface. If the spalled area to be patched abuts a working joint or a working crack which penetrates the full depth of a slab, an insert or other bond -breaking medium shall be used to maintain working joints or cracks during the repair work. Surface embedment of a flexible polyethylene or other suitable type hose shall be used for forming a groove along the working crack to be filled with appropriate type of joint -sealing material. The hose shall be removed carefully before the concrete hardens sufficiently to form a high bond. The groove shall be thoroughly cleaned and filled with a sealer. 9.-.t 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 13 12/09 g33 McAlister Park Improvements ----City of Lvlibock 3.12 REMOVAL AND-REPL-AGElytEh ()F DEEECTNE-PAVEMEN_T_AREAS A. Defective pavement areas shall be removed and replaced as specified herein with pavements of the --thickness and quality required by these specifications. The defective pavement shall be carefully removed in such manner that the adjacent pavement will not be damaged and the existing reinforcement at the joints will be left intact. When a portion of an unfractured slab is to be replaced, a saw cut 2 inches deep shall be made transversely across the slab in the required location-, and the concrete shall be removed to provide an essentially vertical face in the remaining portion of the slab. Prior to placement of the fresh concrete, the face of the slab shall be cleaned of debris and loose concrete, and then thoroughly coated with epoxy -resin grout. The epoxy -resin coating shall be approximately 1/16-inch, arnd-shall-be applied -by -scrubbing a thin coat of grout into the surface with a stiff -bristle brush followed by a second- application. Strips of polyethylene sheeting shall be -placed onthe vertical faces of adjacent slabs at the juncture with the slab to be patched as a bond -breaking medium. Placement of the fresh portland-cement concrete shall be accomplished while the epoxy -resin is still tacky and in such manner that the grout coating -will- not -be --removed. Longitudinal and -transverse joints of the replaced slab or portion thereof shall be constructed as indicated. The joints shall be sealed. The replaced pavements will be paid for at the contract price but no payment will be made for the defective pavements removed nor for the cost of removing the defective pavements. 3.13 TOLERANCE IN SLAB THICKNESS A. The thickness of the slab shall be determined by average caliper measurement of cores tested in accordance with ASTM C 174. The Owner's Representative may elect to measure thickness of concrete pavement prior to placement based on measurements from a string line stretched across the forms or in the plastic concrete behind the concrete placing operation. B. Areas found deficient in thickness shall be removed and replaced with concrete of the thickness shown on the plans at the Contractor's expense. If cores are used to determine the concrete thickness, the core holes shall be filled with non -shrink grout by the Contractor at the Contractor's expense. END OF SECTION 01044609 REINFORCED CONCRETE FOR SITE WORK 02751 - 14 12/09 McAlister Pack Improvements City of Lubbock } SECTION 02920 LAWNS AND GRASSES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to the work of -this Section. 1:2-SUMNENRY A. Seeding. 1.3 DEFINITIONS A. Finish Grade: Elevation of finished -surface of -planting soil. B. Manufactured Soil: Soil produced -off-site by homogeneously blending mineral soils or sand with --stabilized organic soil- amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil. E. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of or- ganic matter and soil organisms. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Certification of Grass Seed: From seed vendor for each grass -seed monostand or mixture stating the botanical and common name and percentage by weight of each species and va- riety, and percentage of purity, germination, and weed seed. Include the year of production and -date of packaging. C. Qualification Data: For qualified landscape Installer. D. Product Certificates: For soil amendments and fertilizers, from manufacturer. E. Material Test Reports: For existing surface soil and imported topsoil. F. Planting Schedule: Indicating-aaticipated-planting_dates-for-each_ty_pe-of_planting. G. Maintenance Instructions: Recommended procedures to be established by Owner for main- tenance of lawns during a calendar year. Submit before expiration of required initial main- tenance periods. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in success- ful lawn establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. 2. Maintenance Proximity: Not more than two hours' normal travel time from Installer's place of business to Project site. 01044609 LAWNS AND GRASSES 02920 - 1 12/09 McAlister Park Improvements City of Lubbock B. -Soil-Testing Laboratory Qualifications: An independent laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the -testing -in& Gated -and -that specializes in types of -tests to be performed. C. Topsoil Analysis: Fumish soil analysis by a qualified soil -testing laboratory stating percen- tages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; sodium absorption ratio; deleterious material; pH; and mineral and plant -nutrient content of topsoil. 1. Report suitability of topsoil for lawn growth. State -recommended -quantities of nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory topsoil. 1.6 DELIVERY, .STQRAGE,-AND HANDLING -- A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. 1.7 SCHEDULING A. Planting Restrictions: Plant during one of -the following periods. Coordinate planting pe- riods with initial maintenance periods to provide required maintenance from date of Sub- stantial Completion. 1. April 15th to August 31s1 for. Buffalo/Blue gramma seeding.- 2. Qverseeding - Annual Rye Grass a. If seeding cannot be established by September 15, lawn areas are to be over - seeded with annual rye grass at a rate of 4-lbs/ 1,000sf. If this is required, the contractor shall maintain the annual grass lawn, as needed, including, but not limited to irrigation, mowing to maintain a maximum height of 3", and edging, as required. b. This annual rye grass maintenance shall be considered as a separate item from the 90-day maintenance period specified for the seeded Bermuda grass. C. The Contractor shall apply a minimum of two applications of Roundup herbicide to the annual rye grass in early spring in preparation for Bermuda -- grass seeding. The two applications should be separated by a period of 10-14 days and contractor should notify the Landscape Architect of the schedule of Roundup application. -- d. After sufficient annual grass kill has been verified by the Landscape Architect, lawn areas should be tilled to a depth of 2"-3" prior to seeding the Native Mix grass as specified. _ B. Weather Limitations: Proceed with planting only when existing_ and forecasted weather conditions permit. 1.8 MAINTENANCE SERVICE A. Initial Lawn Maintenance Service: Provide full maintenance by skilled employees of land- scape Installer. Maintain as required in Part 3. Begin maintenance immediately after each V area is planted and continue until acceptable lawn is established, but for not less than the following periods: 1. Seeded Lawns: 60 days from date of Substantial Completion. a. When initial maintenance period has not elapsed before end of planting season, or if lawn is not fully established, continue maintenance during next planting season. 01044609 LAWNS AND GRASSES 02920 - 2 12/09 • €. li McAlister Park Improvements City -of -Lubbock -P-ART-2 _=I?RODUCTS 2:1 SEED A. Grass Seed: Fresh, clean, dry, new -crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. B. - --Seed-Species:-Seed-of--grass-species-as-follows,- with not -less -than 95 percent germination, not less than 85 percent pure seed, and not more than 0.5 percent weed seed: 1. Buffalo/Blue gramma (Buchloe dactyloides "Texoka", Bouteloua gracilis "L-ovington"). Available from Curtis & Curtis, Inc. Phone number(505)762-4759. 2. Annual Ryegrass-(Lolium multiflorum). C. Seed Species: Seed -of -grass species_ as. follows, with_notless-than-95-.percent-germination, not less than 85 percent pure seed, and not more than 0.5 percent weed seed: 2.2 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum of 2 percent organic material content; free of stones 1 inch (25 mm) or larger -in any dimension and other extraneous ma- terials harmful to plant growth. 1. Topsoil Source: Reuse surface..soil_stockpiledon-site `Lerif-y-.suitability of stockpiled surface soil to produce topsoil. Clean surface soil -of roots, plants, sod, stones, clay lumps, and other extraneous materials harniful to plant growth. a. Supplement with imported or manufactured topsoil from off -site sources when quantities are insufficient. Obtain topsoil displaced from naturally well - drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep; do not obtain from playa lake areas. 2. Topsoil Source: Import topsoil or manufactured topsoil from off -site sources. Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep; do not obtain from playa lake areas. 3. Topsoil Source: Amend existing in -place surface soil to produce topsoil. Verify suitability of surface soil to produce topsoil. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. a. Surface soil may be supplemented with imported or manufactured topsoil from off -site sources. Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep; do not obtain from playa lake areas. 2.3 INORGANIC SOIL AMENDMENTS A. Sulfur: Granular, biodegradable, containing a minimum of 90 percent sulfur, with a minimum of 99 percent passing through No. 6 (3.35-mm) sieve and a maximum of 10 percent passing through No. 40 (0.425-mm) sieve. B. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. C. Aluminum Sulfate: Commercial grade, unadulterated. D. Perlite: Horticultural perlite, soil amendment grade. E. Agricultural Gypsum: Finely ground, containing a minimum of 90 percent calcium sulfate. F. Gypsum Board: Stack large clean pieces on wood pallets and store in a dry location. 1. Clean Gypsum Board: Grind scraps of clean gypsum board using small mobile chipper or hammer mill. Screen out paper after grinding. G. Sand: Clean, washed, natural or manufactured, free of toxic materials. 01044609 LAWNS AND GRASSES 02920 - 3 12/09 McAlister Park Improvements Cites Lubbock 2.4 ORGANIC SOIL AMENDMEW- .S- A. Compost: Well=composted, stable-, -and weed -free organic -matter, pH range of 5:5-to- 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1-inch (25-mm) sieve; soluble --salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert conta- minants and free of substances toxic to plantings; and as follows: 1. Organic Matter-Content:50-to-60 percent -of -dry -weight. 2. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source -separated or compostable mixed solid waste. B. Peat: Finely divided or granular texture, with a pH range of 6 to 7.5, containing partially decomposed -moss peat, native peat, or reed -sedge peat and having a water -absorbing. ca- pacity of 1-1 to 2000 percent. C. Wood -Derivatives: Decomposed, nitrogen -treated sawdust, ground bark, or wood waste; of uniform texture, free of chips, stones, sticks, soil, or toxic materials. 1. In lieu of decomposed wood derivatives, mix partially decomposed wood derivatives with ammonium nitrate at a minimum rate of 0.15 lb/cu. ft. (2.4 kg/cu. m)of loose sawdust -or ground bark, or with ammonium sulfate at a -minimum-rate of 0:25 lb/cu. ft. (4 kg/cu. m) of loose sawdust or ground bark. a. Clean Sawdust: Bag Sawdust that does not contain painted or treated wood. D. Manure: Well -rotted, unleashed, stable or cattle manure containing not more than 25 per- cent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. 2.5 PLANTING ACCESSORIES A. Selective Herbicides: EPA registered and approved, of type recommended by manufacturer for application. 2.6 FERTILIZER A. Superphosphate: Commercial, phosphate mixture, soluble; a minimum of 20 percent avail- able phosphoric acid. B. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consist- ing of fast- and slow -release nitrogen, 50 percent derived from natural organic sources of -- urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. _ C. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water - insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. 2.7 MULCHES A. Straw Mulch: Provide air-dry, clean, mildew- and seed -free, salt hay or threshed straw of wheat, rye, oats, or barley. B. Compost Mulch: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to �- 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1-inch (25- mm) sieve; soluble salt content of 2 to 5 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 1. Organic Matter Content: 50 to 60 percent of dry weight. 01044609 LAWNS AND GRASSES 02920 - 4 12/09 i NicAlisiei-Park Lnprovements City -of -Lubbock 2. Feedstock: Agricultucaf, food, or industrial residuals; biosolids; yard -trimmings; or source -separated or compostable-mixe&solid--waste. C. -Fiber Mulch: Biodegradable, dyed -wood, cellulose -fiber mulch; nontoxic; free of plant - growth or germination inhibitors; with a maximum moisture content of_15-per-cent and a pH range of 4.5 to 6.5. D. Nonasphaltic Tackifier: Colloidal tackifier recommended by fiber -mulch manufacturer for slurry application; nontoxic and free of plant -growth or germination inhibitors. E. Asphalt Emulsion: ASTM D 977, Grade SS-1; nontoxic -and -free of plant -growth or germi- nation inhibitors. 2.8 EROSION -CONTROL MATERIALS A. Erosion -Control Blankets: Biodegradable wood -excelsior, straw, or coconut -fiber mat en- closed in a photodegradable plastic mesh. Include manufacturer's recommended steel wire staples, 6 inches (150 mm) long. B. Erosion -Control Fiber Mesh: Biodegradable burlap or spun-coir mesh, a minimum of 0.92 lb/sq. yd. (0.5 kg/sq. m), with 50 to 65 percent open area. Include manufacturer's recom- mended steel wire staples, 6 inches (150_mm) long. C. Erosion -Control Mats: Cellular, non -biodegradable slope -stabilization mats designed to iso- late and contain small-areas=of soil--over-steeply sloped surface, of 3-inch{75-mm) nominal mat thickness. Include manufacturer's recommended anchorage system for slope condi- tions. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Invisible Structures, Inc.; Slopetame 2. b. Presto Products Company; Geoweb. C. Tenax Corporation - USA; Tenweb. d. NDS; EZ Roll. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive lawns and grass for compliance with requirements and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2- PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydroseeding and hydromulching overspray. 2. Protect grade stakes set by others until directed to remove them. B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.3 LAWN PREPARATION A. Limit -lawn subgrade preparation to areas to be planted. 01044609 LAWNS AND GRASSES 02920 - 5 12/09 McAlister Park Improvements City -of Lubbock B. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 4 inches (100 mm). e- Remove stones larger than 1 inch (25 mm) in any dimension and sticks, roots-,Tubbish;-and other extraneous matter and legally -dispose of them off Owner's property. 1. Apply superphosphate fertilizer directly to subgrade before loosening. 2. Thoroughly blend planting soil mix off -site before .spreading or spread topsoil, apply _ soil amendments and fertilizer on surface, and thoroughly blend planting soil mix. a. -Delay -mixing fertilizer with planting soil if planting will not proceed within a few days. - 3. Spread planting soil mix to a depth of 4 inches (100 mm) but not less than required to meet finish grades after light rolling and natural settlement: --Do not spread if planting soil-or-subgrade-is frozen, muddy, --or excessively wet. a. --Spread-approximately- 1/-2-the-thickness--of-planting soil mix=- over -loosened subgrade. Mix thoroughly into top 4 inches (100 mm) of subgrade—Spread remainder of planting soil mix. b. Reduce elevation of planting soil to allow for soil thickness of sod. C. Unchanged Subgrades: If lawns are to be planted in areas unaltered or undisturbed by ex- cavating, grading, or -surface -soil stripping operations, prepare surface soil as follows: 1. Remove existing grass, vegetation, and turf. Do not mix into surface -soil. 2. Loosen surface soil to a depth of at least 6 inches (150 mm). Apply -soil-amendments and --fertilizers according to planting soil mix proportions and mix thoroughly into top 4-inches (100 mm) of soil. Till soil to a homogeneous mixture of fine texture. a. Apply superphosphate fertilizer directly to surface soil before loosening. t 3. Remove stones larger than 1 inch (25 mm) in any dimension and sticks, roots, trash, and other extraneous matter. 4. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property. D. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, un- iformly fine texture. Grade to within plus or minus 1/2 inch (13 mm) of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit finish grad- ing to areas that can be planted in the immediate future. E. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow sur- face to dry before planting. Do not create muddy soil. F. Before planting, restore areas if eroded or otherwise disturbed after finish grading. 3.4 PREPARATION FOR EROSION -CONTROL MATERIALS A. Prepare area as specified in "Lawn Preparation" Article. B. For erosion -control -mats, -instal] -planting -mix -in -two -lifts, with second -lift -equal -to -thick- ness of erosion -control mats. Install erosion -control mat and fasten as recommended by ma- terial manufacturer. C. Fill cells of erosion -control mat with planting mix and compact before planting. D. For erosion -control blanket or mesh, install from top of slope, working downward, and as recommended by material manufacturer for site conditions. Fasten as recommended by ma- terial manufacturer. E. Moisten prepared area before planting if surface is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. 01044609 LAWNS AND GRASSES 02920 - 6 12/09 McAlister Park Improvements City -of -Lubbock 3.5 SEEDING A. -Sow-seed-with spreader or -seeding- machine -Do -not -broadcast -or --drop seed when wind -ve- locity exceeds-5 mph (8 km/h). Evenly distribute seed by sowing equal quantities in two di- rections at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged. 2. Do -not seed --against existing-trees-L-imit-extent of seed -to -outside edge of planting saucer.. B. Sow seed at a total rate of 2 lb/1000 sq. ft. (1.4 to 1.8 kg/92.9 sq. m). C. Rake seed lightly into top 118 inch (3 mm) of soil, roll lightly, and water with -fine spray. D. Protect seeded areas with slopes exceeding L4 with erosion -control -blankets -installed and stapled -according -to -manufacturer's written4iistructions. E. Protect seeded areas with erosion -control mats where shown, installed and anchored ac- cording to manufacturer's written instructions. 3.6 HYDROSEEDING A. Hydroseeding: Mix specified seed, fertilizer., -and -fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable.for-hydraulic-application- 1. Mix slurry with manufacturer's recommended tackifier. 2. Apply slurry uniformly to all areas to be seeded in a one-step process. Apply slurry at a rate so that mulch component is deposited at not less than 1500-lb/acre (15.6- kg/92.9 sq. m) dry weight, and seed component is deposited at not less than the specified seed -sowing rate. 3.7 SODDING A. Lay sod within 24 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adja- cent grass. 1. Lay sod across angle of slopes exceeding 1:3. C. Saturate sod with fine water spray within two hours of planting. During first week after planting, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches (38 mm) below sod. 3.8 LAWN MAINTENANCE A. Maintain and establish lawn by watering, fertilizing, weeding, mowing, trimming, replant- ing, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth lawn. Provide materials and installation the same as those used in the original installation. 1. In areas where mulch has been disturbed by wind or maintenance operations, add new mulch and anchor as required to prevent displacement. 01044609 LAWNS AND GRASSES 02920 - 7 12/09 1 McAlister Park -Improvements City of-ubbock B. Watering: 1. Provide -and maintain temporary piping, hoses, -and lawn=watering equipment to convey water -from sources and -to keep lawn uniformly moist to a depth of-4- inches (100 mm). a. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or -newly -planted -areas. b. Water lawn with fine spray at a minimum rate of 1 inch (25 mm) per week unless rainfall precipitation is adequate. 2. Provide above recommended rate of watering by truck until lawn is established. C. Mow lawn as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without c--- mere-than-1/3-of-gr-ass-height.—Remove-no-more than-1/3-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. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass to a height of 2 to 3 inches (50 to 75 mm). D. Lawn -Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen -of at least 1 lb/I 000- sq. -ft-. (0.45 kg/92.9 sq. m) to lawn area. 3.9 SATISFACTORY LAWNS A. Lawn installations shall meet the following criteria as determined by Architect: 1. Satisfactory Seeded Lawn: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 6 by 6 inches (125 by 125 mm). 2. Satisfactory Sodded Lawn: At end of maintenance period, a healthy, well -rooted, even -colored, viable lawn has been established, free of weeds, open joints, bare areas, and surface irregularities. B. Use specified materials to reestablish lawns that do not comply with requirements and con- tinue maintenance until lawns are satisfactory. 3.10 CLEANUP AND PROTECTION A. Promptly remove soil and debris, created by lawn work, from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect temporary fencing or barricades and warning signs as required to protect newly planted areas from traffic. Maintain fencing and barricades throughout initial maintenance period and remove after lawn is established. C. Remove nondegradable erosion -control measures after grass establishment period. 01044609 12/09 END OF SECTION LAWNS AND GRASSES 02920 - 8 r McAlister Park Improvements City of -Lubbock ` SECTION-03300 CAST -IN -PLACE CONCRETE PART 1- GENERAL 1.1 RELATED DOCUMENTS A.. Drawings, General Conditions of the Contract for -Construction, Supplementary Conditions and Division 1 - General Requirements apply to the work.of this Section.--- 1.2 SUMMARY A. This Section specifies cast -in place concrete, including formwork, reinforcement, concrete materials, mix design, placement procedures, and finishes. 1.3 DEFINITIONS A._ Cementi_tious Materials: Portland -cement -alone or in combination with one -or -more of blended hydraulic cement, fly ash and other-pozzolans, ground granulated blast -furnace slag, and silica fume. 1.4 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. 1. Form materials and form -release agents. 2. Reinforcement accessories. 3. Admixtures. 4. Waterstops. 5. Curing materials. 6. Floor and slab treatments. 7. Bonding agents. 8. Adhesives. 9. Vapor retarders. 10. Epoxy joint filler. 11. Repair materials. B. Design Mixes: For each concrete mix. Include alternate mix designs -when -characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mix water to be withheld for later addition at Project site. Water added at Project site will not be permissible without paperwork stating how much water has been withheld at the plant. C. Steel Reinforcement Shop Drawings: Details of fabrication, bending, and placement, prepared according to ACI 315, "Details and Detailing of Concrete Reinforcement." Include material, grade, bar schedules, stirrup spacing, bent bar diagrams, arrangement, and supports of concrete reinforcement. Include special reinforcement required for openings through concrete structures. 01044609 CAST -IN -PLACE CONCRETE 03300 - 1 12/09 McAlister Park Improvements -City-of-Lubbock 1.5 QUALITY ASSURANCE A. Installet-�Qtral-if c-ations:-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. B. 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's Certification -of -Ready Mixed Concrete Production Facilities. C. Testing Agency Qualifications, An independent testing agency, acceptable to authorities having jurisdiction,quabfiadaccording_toASTM_C 1-077-and-AS-TM E-329 to -conduct -the testing indicated, as documented according to ASTM E 548. 1. Personnel conducting field tests shall be qualified as ACT Concrete Field Testing Technician, Grade 1, according to ACT CP- 1 or an equivalent certification program. D. Source Limitations. -Obtain- each type or class of cementitious material of the same -brand from -the same manufacturer's plant, each aggregate from one source, and each --admixture from the same manufacturer. E. AC-T—Publications-:--C-omply-with the following, --unless more -stringent-provisions are indicated: 1. ACT 301, "Specification for Structural Concrete." 2. ACT 117, "Specifications for Tolerances for Concrete Construction and Materials." F. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Meetings." 1. Prior to placing any concrete, hold a pre -installation conference meeting involving the Superintendent, Architect, applicable subcontractors, and testing lab. The meeting will include the following subjects (minimum): a. Site Preparation. b. Grades and drainage. C. Installation of auxiliary materials (vapor retarders, ducts, etc.). d. Type of floor and thickness. e. Reinforcement and placement. f. Joints. g. Flatness and -levelness. h. Concrete materials, production, placement and delivery. i. Compaction of soil. j. Finishing tools -and -finishing. k. CuringlSealing/hardeners: type and timing/duration of application. 1. Testing and inspection. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. 1. Avoid damaging coatings on steel reinforcement. 2. Repair damaged epoxy coatings on steel reinforcement according to ASTM D 3963. 01044609 CAST -IN -PLACE CONCRETE 03300 - 2 12/09 _ McAlister Park Improvements City-oPL-ubbock PART 2 - PRODUCTS 2-. 1----FORMS YFAGING-MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. 1. Plywood, metal, or other approved panel materials. B. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved material. Provide -lumber dressed on at least two edges and one side for tight -fit. C. Chamfer Strips: Wood, metal, PVC, or rubber strips,,, 314 by 3/4 inch, minimum— _11 Eo n-ReleaseAgent: Commercially-formulated-formn release-agenuhat will -not -bond -with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Formulate form -release agent with rust inhibitor for steel form -facing materials. E. Form Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral -pressure -of fresh -concrete- on forms and to prevent spalling of concrete -on removal. 1. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of the exposed concrete surface. 2. Furnish ties that, when removed, will leave holes not larger than 1 inch in diameter in concrete surface. 3. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. 2.3 REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, and spacers for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Manufacture bar supports according to CRSJ's "Manual of Standard Practice" from steel wire, and as follows: 1. For concrete surfaces exposed to view where legs of wire bar supports contact - forms, use CR81 Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports. 2. For -epoxy -coated reinforcement, use epoxy -coated or other -dieleetr-ie-polymer- coated wire bar supports. 3. Plastic, wood, concrete or clay blocks and other devices are not permissible. B. Joint Dowel System: Diamond dowel system from PNA Construction Technologies (1-800-542-0214). 2.4 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. 1. Fly Ash: ASTM C 618, Class C. B. Normal -Weight Aggregate: ASTM C 33 (street), uniformly graded, and as follows: 1. Class: Moderate weathering region, but not less than 3M. 2. Nominal Maximum Aggregate Size: 1 inch. C. Water: Potable and complying with ASTM C 94. 01044609 CAST -IN -PLACE CONCRETE 03300 - 3 12/09 McAiisterPark Improvements City of Lubbock -- 2.5 ADMIXTURES A: General: Admixtures certified by manufacturer -to -contain not more than 0.1 percent water- soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air -Entraining Admixture: ASTM C 260. C. Water=Reducing Admixture: A-S---TM C-494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. 2.6 V APOR=A- RDERS A. Vapor Retarder (Under Slab): Shall conform to ASTM E-1745, Class B or better. Minimum thickness: 10 mils. Acceptable products include: 1. Stego Industries: Stego Wrap Vapor Barrier. 2. WR_Ieadows_V_apor Mat. 3. Fortifiber: Moistop Ultra. 4. Raven Industries: Vapor Block. 2.7 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. Dayton Superior — Sure Film J-74 or equal. B. Moisture -Retaining Cover: ASTM C 171, polyethylene film or white burlap -polyethylene sheet. C. Water: Potable. D. Clear, Solvent -Borne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B. 2.8 RELATED MATERIALS A. Epoxy Joint Filler: Two -component, semirigid, 100 percent solids, epoxy resin with a Shore A hardness of 80-per-ASTM D 2240. ` B. Epoxy -Bonding Adhesive: ASTM C 881, two -component epoxy resin, capable of humid curing and bonding to damp surfaces, of class and grade to suit requirements, and as follows: -' 1. Type II -non -load- bearing;-for-bonding-fr-eshly mixed concrete to hardened concrete. ? 2. Types I and H, non -load bearing, for bonding hardened or freshly mixed concrete to hardened concrete. ` 3. Types IV and V, load bearing, for bonding hardened or freshly mixed concrete to hardened concrete. 2.9 REPAIR MATERIALS A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be _ applied in thicknesses from 1/8 inch and that can be feathered at edges to match adjacent €- floor elevations. 1. Cement Binder: ASTM C 150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. €i 01044609 CAST -IN -PLACE CONCRETE 03300 - 4 12/09 r° McAlister ParkTmprovements City of Lubbock 2. Primer: Product of underlayment—manufacturer recommended —for -substrate, conditions, and application. 3. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch- or coarse sand --as recommended -by underlayment manufacturer. 4. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C 109. B. Repair Topping: Traffic -bearing, cement -based, polymer=modified, self -leveling -product that can be applied in thicknesses from 1/4 inch. 1. Cement Binder: ASTM C 150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product -of topping manufacturer recommended for substrate, -conditions, and application_ 3. Aggregate: Well -graded, washed gravel, 1/8 to---1/4—inch -or coarse sand as recommended by topping manufacturer. 4. Compressive Strength: Not less than 5700 psi at 28 days when tested according to ASTMC 109. 2.10 CONCRETE MIXES A. Prepare design mixes- for each type --and strength --of concrete determined- -by -either-- laboratory trial mix or -field test data bases, as follows: 1. Proportion normal -weight concrete according to ACT 211.1 and ACT 301. 2. Proportion lightweight structural concrete according to ACT 211.2 and ACT 301. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the laboratory trial mix basis. C. Slab -on -Grade and Footings: Proportion normal -weight concrete mix as follows: 1. Compressive Strength (28 Days): 3000 psi. 2. Minimum Slump: 3 inches 3. Maximum Slump: 6 inches. 4. Maximum water-cementitious material ratio:.42. 5. Cementitious material shall be 15% fly ash by weight. D. Cementitious Materials: For concrete exposed to deicers, limit percentage, by weight, of Cementitious materials other than portland cement according to ACT 301 requirements. Cementitious Materials: Limit percentage, by weight, of cementitious materials -other than portland-cement in concrete as follows: 1. Fly Ash: 20 percent. E. Do not air entrain concrete to trowel -finished interior floors and suspended slabs. Do not allow -entrapped -air -content. to exceed 3 percent. F. Admixtures with chloride -ions are prohibited. G. Admixtures-. Use admixtures according to manufacturer's written instructions. 1. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. 2. Use water -reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. 4. Use corrosion -inhibiting admixture in concrete mixes where indicated. 01044609 CAST -IN -PLACE CONCRETE 03300 — 5 12/09 McAlister Park Improvements C-itgof-Lubbock 2.11 FABRICATING REINFORCEMENT A. -Fabricate--steel-reinforc-ement-ac-cording to-C-R&I's"Manual of -Standard Practice." 2.12 CONCRETE MDUNG A. Ready -Mixed Concrete -.—Measure, batch, mix, and deliver concrete according to-ASTM C 94 and ASTM C 1116, and furnish batch ticket information. 1. When air temperature is between 85 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 -tune -to- 0-=rninutes. PART 3 - EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI- 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure -can -support -such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACT 347R as abrupt or gradual, as follows: 1. Class B, 1/4 inch. D. Construct forms tight enough to prevent loss of concrete mortar. E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to I vertical. Kerf wood inserts for forming keyways, reglets, recesses, and the like, for easy removal. 1. Do not use rust -stained steel form -facing material. F. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. G. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. H. Chamfer exterior corners and edges of permanently exposed concrete. I. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. K. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. L. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. 01044609 CAST -IN -PLACE CONCRETE 03300 - 6 12/09 McAlister Park Improvements City -of -Lubbock 3.2 EMBEDDED ITEMS A. '-Place-and-secure-anchorage devices and-other-embedded-items-required-for-adjoiningwork that is attached to or supported by cast -in -place concrete. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. l . Install anchor bolts, accurately located, to elevations required. 3.3 REMOVING AND -REUSING FORMS A. General: Formwork, for sides of beams, walls, columns, and similar parts of the Work, that does not support weight of concrete may be removed after cumulatively curing -at not less-- thaaS.O-deg-F_for,24,hours-after-placing-concrete provvided-concrete-.is-hard-enough-to-not- be damaged by form -removal operations and provided curing and protection operations are maintained. B. Leave formwork, for beam soffits, joists, slabs, and other structural elements, that supports weight of concrete in place until concrete has achieved the following: 1. 28-day design compressive -strength. C. 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 -release agent. D. When forms are reused, clean surfaces, remove fins and laitance, and -tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 VAPOR RETARDERS A. Vapor Retarder: Place, protect, and repair vapor -retarder sheets according to ASTM E 1643 and manufacturer's written instructions. 3.5 STEEL REINFORCEMENT A. General: Comply with CRSJ's "Manual of Standard Practice" for placing reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld -crossing -reinforcing bars. D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. E. Install welded wire fabric in longest practicable lengths on bar supports spaced to minimize sagging. Lap edges and ends of adjoining sheets at least one mesh spacing. Offset laps of adjoining sheet widths to prevent continuous laps in either direction. Lace overlaps with wire. F. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed to drive over reinforcement. 01044609 CAST -IN -PLACE CONCRETE 03300 - 7 12/09 WAlister-Park Improvements " City of Lubbock 3.6 JOINTS .., A. General: Construct joints true to-line-witif-faces-perpendicular-to surface plane -of -concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by -Architect. -- 1. Place joints perpendicular to main reinforcement. Continue reinforcement across construction- joints, unless--otherwise—indicated. Do not -continue reinforcement through sides of strip placements of floors and" slabs. — 2. Locate joints for beams, -slabs, joists, and girders in the middle third of spans. Offset , joints in girders a minimum distance of twice -the -beam width from a beam -girder intersection. 3. Locate- horizontal jointsarue+ails-and-columns-at-under-side-.of-#-loors, slabs, beams,- , and girders .and -at the top of footings or floor slabs. 4. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. C. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete -into areas -as--indicated. Construct contraction joints for a depth equal to at -least one -fourth -of concrete thickness, as follows: 1. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades Cut 1/8-inch- wide joints into concrete -when cutting action will not tear, abrade, or otherwise damage surface and before concrete ` develops random contraction cracks. I D. Isolation Joints in Slabs -on -Grade: After removing formwork, install joint -filler strips at i slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade -- beams, and other locations, as indicated. 1. Extend joint -filler strips full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated. 3.7 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement, unless-' approved by Architect. C. Before placing concrete, water may be added at Project site, subject to limitations of ACI 301. 1. Do not add water to concrete after adding high -range water -reducing admixtures to mix: 2. Do not add water to concrete beyond the limit of water withheld from the plant._ D. Deposit concrete continuously or in layers of such thickness that no new concrete will be - placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be laced continuous) provide construction joints as specified. Deposit P Y� P j P P L; concrete to avoid segregation. E. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to , avoid inclined construction joints. Place each layer while preceding layer is still plastic, to w avoid cold joints. 1. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw-' vibrators vertically at uniformly spaced locations no farther than the visible t _ effectiveness of the vibrator. Place vibrators to rapidly penetrate placed layer and at 01044609 CAST -IN -PLACE CONCRETE 03300 — 8 12/09 i- McAlister Park Improvements City -of Lubbock least 6 inches into preceding layer. Do not insert vibrators into lower layers -::of concrete that have begun to lose plasticity. At each--i-nsertion;i-4imit duration of vibration —to --time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. F. Deposit and consolidate concrete for floors and slabs in a continuous operation, within --limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations -so concrete is thoroughly worked around reinforcement and -other embedded items and into corners. 2. Maintain -reinforcement in position on chairs during concrete placement. 3. Screed -slab surfaces -with -a straightedge and strike -off to correct elevations. 4. -Slope-surfaces-uniformly-to-drains-where-required. 5. Begin initial floating using bull floats or darbies to form--a-uniform and open - textured surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. G. Cold -Weather Placement: Comply with ACI 306.1 and as-follows-Prote-ct conc-r-ete work from physical damage or reduced strength that could be caused by_ frost, freezing actions, or low temperatures. L When air temperature -has -fallen to or is -expected -to -fall below-40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. H. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows, when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray- forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.8 FINISHING FORMED-SURFAC--ES A. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defective areas repaired and patched. Remove fins and other projections exceeding ACI 347R limits for class of surface specified. B. Smooth -Formed Finish: As -cast concrete texture imparted by ,form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Remove fins and other projections exceeding 1/8 inch in height. 1. Apply to concrete surfaces exposed to public view or to be covered with a coating or covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, or painting. 2. Do not apply rubbed finish to smooth -formed finish. F 01044609 CAST -IN -PLACE CONCRETE 03300 — 9 12/09 McAlister Park Improvements _ City of=Lubbock-- C. Rubbed Finish: Apply the following to smooth -formed finished concrete: i 1_. Smooth -Rubbed Finish: Not later than one day after form removal, 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. r- 3.9 FINISHING FLOORS AND SLABS A. General: Comply with recommendations in ACI 302. 1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Float Finish: Consolidate surface with power -driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low i} spots. -Re -peat float passes-and-restraightenmg until surface is left with a uniform, smooth, granular -texture. 1. Apply float finish to surfaces indicated, to surfaces to receive trowel finish, and..to floor-and--slab-surfaces-to--be-covered with fluid -applied -or sheet waterproofing, built-up or membrane roofing, or sand -bed terrazzo. - C. Trowel Finish: After applying float finish, apply first trowel finish and consolidate concrete by hand or power -driven -trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. 1. Apply a trowel finish to surfaces indicated and to floor and slab surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry tile set over a cleavage membrane, paint, or another thin film -finish coating system 2. Finish and measure surface so gap at any point between concrete surface and an unleveled freestanding 10-foot- long straightedge, resting on two high spots and placed anywhere on the surface, does not exceed the following: a. 1/8 inch. D. Trowel and Fine -Broom Finish: Apply a partial trowel finish, stopping after second troweling, to surfaces indicated and to surfaces where ceramic or quarry tile is to be ` installed by either thickset or thin -set -method. Immediately after second troweling, and when concrete is still plastic, slightly scarify surface with a fine broom. E. When weather conditions create a rate of evaporation of .2 lb/sf/hr or greater, Contractor - shall apply moisture -retaining film. i 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, 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 indicated or required to complete Work. B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel -troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. 01044609 CAST -IN -PLACE CONCRETE 03300 - 10 12/09 McAlister Parklmprovements City=of Lubbock C. Equipment Bases and -Foundations: Provide machine and equipment bases --and foundations as shown on Drawings. Set -anchor bolts for machines and equipment at correct elevations, -eomplying with --diagrams or templates---of---manufacturer—furnishing—machines—and equipment. D. -Steel Pan Stairs: Provide concrete fill for steel pan stair treads, landings, and associated items. Cast -in inserts and accessories as shown on Drawings. Screed, tamp, and trowel - finish -concrete surfaces. 3.11 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold -or- hot temperatures —_Comply -with_ ACI__.306_L-_for- cold weather--- protection----andwith. recommendations in ACI 305R for hot -weather protection during curing. 0 MEN ■■■■■ri■® ■No '�!�■1601! ■ //2 PAP M NOW . ' 116rdFa. 7WMON ��� I Air ternperefure. IF ■2 ONE /0 .6■■■ . 0.6 0.4 ■ :iae 'PIP . mow . ow � r B. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. 1. Leave forms in place for a minimum of 3 days. 2. Upon removal of forms, apply approved curing compound. C. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by the following methods: 1. Apply approved curing compound. 2. Cover concrete with plastic sheets. Plastic shall remain in place for 3 days. 3. No work will be permitted on slab during curing. 01044609 CAST -IN -PLACE CONCRETE 03300 — 11 12/09 } IvlcAlistef Park Improvements City of Lubbock 3.12 CONCR -TE SURFACE-REPAiR-S- A. Defective Concrete: Repair and patch -defective ---areas -when approved by Architect. Remove and replace concrete that -cannot be repaired and patched -to Architect's approval. B. Patching Mortar: Mix dry -pack patching mortar, consisting of one part portland cement to two and one-half parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. C. Repairing Formed Surfaces: Surface defects include color and -texture irregularities, cracks, spalls, air bubbles, honeycombs, rock -pockets, fins and other projections on the surface, and stains -and -other discolorations that cannot be removed -by cleaning. 1. Immediately after form removal -,-cut-out honeycombs, rock pockets, and voids more than l/2 inch in any dimension.-in_s-olid_concrele hmt n _t_lesslhan-J-inch.-_in-depth. Make edges-of--cuts--perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. 2. Repair defects on surfaces exposed to view by blending white portland cement and standard-portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area 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. 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas 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. 4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level -surface,-F-eather-edges_to-match-adjacent-floor-ele-vations. 5. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping depth of 1/4 inch to match adjacent floor elevations. Prepare, mix, and apply repair topping and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. 6. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement 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 and mix as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 01044609 CAST -IN -PLACE CONCRETE 03300 - 12 12/09 McAlister Park Improvements City -of -Lubbock 7. -Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound-concrete-and-clean-0ff dust, dirt -,-and -loose -particles. Dampen cleaned concrete- surfaces and :apply bonding_ agent. Place patching mortar before bonding agent has dried. --Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously -moist for at least 72 hours. E.-P-er-form structural repairs of concrete, subject to Architect's approval, using epoxy --- adhesive and patching mortar. F. Repair materials and installation not specified above may be used, subject to Architect's approval. 3..13 FIELD r1 TAi ITY-CO.NT'_R.OL A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control may include those specified in this Article. B. Testing Services: Testing of composite samples of fresh concrete -obtained -according -to ASTM C 172 shall be performed according to the following -requirements: 1. Testing Frequency: Obtain one composite sample--for-each-day's pour of each --concrete mix exceeding S-cu. yd., but less -than- 25--cu.-yd., plus one set for each additional 50 cu. yd. or -fraction thereof. 2. Slump: ASTM C 143; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mix. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C 231, pressure method, for normal -weight concrete; ASTM C 173, volumetric method, for structural lightweight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete rrux. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each composite sample. 5. Compression Test Specimens: ASTM C 31; cast and laboratory cure one set of four standard cylinder specimens for each composite sample. a. Cast and field cure one set of four standard cylinder specimens for -each composite sample. 6. Compressive -Strength Tests: ASTM C 39; test one laboratory -cured specimen at 7 days and two at 28 days. Hold one test specimen in reserve. a. -A-compressive strength test -shall -be the aver -age -compressive -strength -from -- two specimens obtained from same composite sample and tested at age indicated. 7. Testing specimens are to be taken after all admixtures and/or field added water has been added and incorporated into concrete. C. Strength of each concrete mix will be satisfactory if every average of any three consecutive compressive -strength tests equals or exceeds specified compressive strength and no compressive -strength test value falls below specified compressive strength by more than 500 psi. D. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 01044609 CAST -IN -PLACE CONCRETE 03300 - 13 r 12/09 McAlister-P& Improvements City -of Lubbock days, concrete mix proportions and materials, -compressive breaking strength, and type of break -for both 7-and 28-day tests. E. Nondestructive=Testing:-Impact-hammer,-sonoscope; or -other nondestructive device -may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. F. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when- test -results -indicate that --slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42 or by other methods as directed -by -Architect. END OF SECTION 01044609 CAST -IN -PLACE CONCRETE 03300 - 14 12/09 McAlister Park Improvements City-6f=Eu-bEock SECTION-16000 BASIC ELECTRICAL METHODS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of -the Contract for Construction, Supplementary Conditions and Division I - General Requirements apply to work in this section. L2 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS A. Regulatory Agencies: Installation, materials, equipment and workmanship shall conform to the applicable provisions of the following: B. -National=Electrical Code (NEC). C. National Electrical Safety Code (NESC). D. Terms and conditions of the electrical utility and other authorities having lawful jurisdiction pertaining to the work required. E. National Fire Protection Association (NFPA) Codes. F. All temperature control wiring and associated conduit and boxes, shall be provided under these specifications. It shall be the responsibility of the Electrical Contractor to coordinate for all locations requiring such power. G. The work covered by Division 16 of the Specifications includes the furnishing of all materials, labor, transportation, tools, permits, and fees for the complete installation of all electrical work required in the Contract Drawings. H. In the event that additional or special construction is required, the Contractor is responsible for providing all material and equipment which are usually furnished with such construction in order to complete the installation, whether indicated or not. I. The Contractor shall familiarize himself with the existing conditions of the site and advise the Architect of any discrepancy or conflict prior to bidding. J. The Contractor shall be responsible for all permits, fees, and licenses required for the project. All cost of such permits or fees shall be included in the bid. K. All equipment and material shall be installed in accordance with the applicable manufacturer's recommendations and standards. L. Seal all conduit penetrations. M. It shall be the Contractor's responsibility to provide a disconnect, starter and overcurrent protection for all equipment that is not furnished integral with the equipment. The Division 16 Contractor shall coordinate with all trades for this requirement. 1.3 SUBMITTALS A. The intent of this section is to give general submittal information, refer to specific submittal information in the subsequent mechanical sections. B. Within 10 days after award of the contract, and before orders are placed, Contractor shall submit specific information on list of equipment and principal materials specified. Contractor shall indicate and/or provide names of manufacturers, catalog and model numbers, cut sheets, and such other supplementary information as necessary for evaluation. Minimum of six (6) copies, or as directed by the Engineer, of each shall be submitted and shall include all items 01044609 12/09 BASIC ELECTRICAL METHODS 16000 - 1 McAlister Park Improvements - City of Lubbock mentioned by model number and/or manufacturer'-s-name-in-the specifications -or -in schedules on the drawings. C. Requirements for each submittal: 1. Bear a dated stamp or specific written -indication that the Contractor has reviewed and approved all submittal prior to submission to Engineer. 2. Have all information deleted by -.Contractor that pertains to the means and methods of construction or to fabrication, assemblyinstallation, or -erection (approval by Engineer z' shall -not -extend to these -areas -unless specifically noted by Engineer). 3. Be clearly and SPECIFICALLY marked as to which specific piece of equipment is being submitted, by use of a permanent marker, stamp, etc., so as to distinguish it from other pieces of equipment that may occur on the same page. 4. Be clearly -marked as to which available options are being submitted that are associated with a piece -of equipment. y 5. Be complete witlixespecttto quantities, dimensions, specific performance, materials, and similar data to enable the Engineer to review the proposed equipment. Omission by Contractor of any -of -the above requirements or submittals will subject submittal to automatic rejection without -review. Any submittals- received by Engineer that were not requested shall be returned without review of any kind. PART 2 - PRODUCTS 2.1 EQUIPMENT REQUIREMENTS A. The electrical requirements for equipment specified or indicated on the drawings are based on information available at the time of design. If equipment furnished for installation has electrical: requirements other than indicated on the electrical drawings, the Contractor shall make any required changes to wire and conduit size, controls, overcurrent protection and installation as i required to accommodate the equipment supplied, without additional charge to the Owner. The s complete responsibility and costs for such adjustments shall be assigned to the respective section of this specification under which the equipment is furnished. 2.2 MATERIALS A. All similar materials and equipment shall be the product of the same manufacturer unless specified otherwise. B. Materials and equipment shall be the standard products of manufacturers regularly engaged in the production of such material and shall be the manufacturers current and standard design. C. Altitude: Equipment affected by altitude shall perform satisfactorily for the function intended at the altitude of the project site. 01044609 12/09 BASIC ELECTRICAL METHODS 16000 - 2 McAlister Park Improvements City of Lubbock PART 3--EXECUTION 1-1— GENERAL A. Fabrication, erection and installation -of -the complete electrical system- shall be done in accordance with -accepted good practice by qualified personnel experienced in such work -and. shall proceed in an orderly manner so as not to impede the progress of the project. The Electrical Contractor -shall heck all areas and surfaces where electrical equipment or material is to be installed, removed or relocated and report any unsatisfactory conditions before starting work. Commencement of work signifies this Contractor's acceptance of existing conditions. In the acceptance or rejection of the finished installation, no -allowance -will be made for lack of skill on the part -of wgrkmen-Surfaces requiring coatings will -be completed prior to installation of any electrical -work on these surfaces. B. The electrical drawings are diagrammatic. The installation requirements shall -be -carefully coordinated with site conditions and shall be adjusted to avoid conflict. C. The locations of electrical equipment are approximate and are not intended to convey the exact details and mounting of location of outlets, equipment and other -items. Exact -locations -are to be field determined by actual measurements. 3.2 PERFORMANCE TESTS A. Thoroughly test all control circuits, fixtures, services and all circuits for proper operating condition and freedom from grounds and short circuits before acceptance is requested. All equipment, appliances and devices shall be operated under load conditions. B. After the interior wiring system installation is complete conduct operating tests for approval. When requested, test all the wire, cable, devices and equipment after installation, to assure that all material continues to possess all the original characteristics as required by governing codes and standards listed in these specifications. C. After motor operation has been verified make voltage readings at all panelboards and starters. Based on these readings, make final adjustments of primary taps on all transformers as directed, or coordinate with the utility provider. D. Perform such other tests as required by other sections of these specifications or as requested to prove acceptability. E. Furnish all instruments and labor for testing. F. All material installed shall be listed, inspected, and approved by a nationally accepted testing laboratory such as UL and/or ETL. All material shall bear the UL or ETL label where available. 3.3 SUBMITTAL AND APPROVAL OF MATERIALS A. All requirements for submittals shall comply with the applicable provisions included in the individual specification sections. B. Unless identified as a sole source item, the listing of product manufacturers, catalog numbers, etc., on the drawings is intended to establish a standard of quality of the product. It is the responsibility of the Contractor to review all items he intends to submit. If equipment other than that indicated on drawings is proposed by the Contractor, the information will be reviewed at the time of the submission of the submittal. 01044609 BASIC ELECTRICAL METHODS 16000 - 3 12/09 McAlister Park Improvements City of Lubbock -3.4-PROJECT PHASING A. The Contractor shall make himself familiar with all construction documents associated with this project and clearly adhere to the phasing requirements and work restrictions stated herein. B. Contractor shall be responsible for maintaining permanent power to all -locations that are required. Any temporary provisions required to accomplish the temporary_ provisions -shall be included in the Bid. END OF SECTION 01044609 BASIC ELECTRICAL METHODS 16000 - 4 12/09 McAlister Park Improvements City-=oflubbock SECTLON_1.611L_ tF' CONDUIT PART 1- GENERAL f, 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions I and Division-1- - General Requirements apply to work in- this section. r 1.2 SECTION INCLUDES A. Metal conduit. B. Flexible metal conduit. C. Liquidtight flexible metal conduit. D. Electrical metallic tubing. E. Non-metallic Conduit F. Fittings and conduit -bodies. 1.3 RELATED SECTIONS A. Section 07270 - Fire Stopping. B. Section 16130 - Boxes. C. Section 16170 - Grounding and Bonding. D. Section 16190 - Supporting Devices. E. Section 16195 - Electrical Identification. 1.4 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. C. ANSi/NEMA. FB 1 - Fittings, Cast Metal Boxes and .Conduit Bodies for Conduit and g> > Cable Assemblies. D. ANSUNFPA 70 - National Electrical Code. E. NECA "Standard of Installation." 1.5 DESIGN REQUIREMENTS U1 A. Conduit Size: ANSUNFPA 70. 1.6 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide for metallic conduit, flexible metal conduit, liquidtight flexible metal conduit, nonmetallic conduit, fittings and conduit bodies. .i hi 01044609 CONDUIT 16111 - 1 12/09 E ............ _ ............ _._. .. .... ......... ____-.. ........ -....... ....... . ....... ........... _.... McAlister Park Improvements City of Lubbock 1.7 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual routing of conduits. 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NhPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified -and shown. 1.9 DELIV_ER-Y-,-S.-TORAGE,-AND HANDLING A. Deliver, store, protect, and handle Products to site under provisions of Section 01600. B. Accept conduit on site. Inspect for damage. C. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. 1.10 PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Verify routing and termination locations of conduit prior to rough -in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. PART 2 - PRODUCTS 2.1 CONDUIT REQUIREMENTS A. Minimum Size: 3/a" unless otherwise specified. B. Wet and Damp Locations above grade: Use rigid steel or liquid tight flexible conduit. C. Dry Locations: Use rigid steel conduit. D. MC Cable: Shall not -be utilized on this project. E. Utilize rigid steel conduit with NEC Class 1, Division 1 seal fittings for all conduits entering the lift station wet well. 2.2 METAL CONDUIT A. Manufacturers: 1. Allied 2. Wheatland 3. Substitutions: Under provisions of Section 01600. B. Rigid Steel Conduit: ANSI C80.1. C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel fittings. 01044609 CONDUIT 12/09 �.. McAlister Park Improvements City of Lubbock 2.3 LIQUIDTIGHT FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Ultatite 2. Electri-flex 3. Substitutions: Under provisions of Section 01600. B. Description: Interlocked steel construction with PVC jacket. C. Fittings: ANSVNEMA FB 1. D: Applications: -Use for final connections to motorized equipment in exterior locations and areas subjected to -moisture. 2 A PVC_COATED-METAL-CONDUIT A. Manufacturers: 1. Levy 2. Robroy Industries 3. Substitutions: Under provisions of Section 01600. B. Description: NEMA RN-1, rigid steel conduit with external PVC coating,.20 mil thick. C. General: Protective layer may be factory -applied or galvanized rigid steel conduit. may be applied -with -two -layers -of corrosion resistant -tape. D. Fittings and Conduit Bodies: ANSUNEMA-FB 1; steel fittings with external PVC coatings to match conduit. 2.5 NONMETALLIC CONDUIT A. Description: NEMA T132, Schedule 40, PVC Conduit. Sunlight -resistant and for use below grade with limitations specified herein. PART 3 - EXECUTION 3.1 INSTALLATION A. Install conduit in accordance with NECA "Standard of Installation." B. Install nonmetallic conduit in accordance with manufacturer's instructions. C. Arrange supports to prevent misalignment during wiring installation. D. Support conduit using coated steel or malleable iron straps. E. Group related conduits;_ support using conduit rack. - Construct rack -using -steel -channel. F. Fasten conduit supports to structure and surfaces under provisions of Section 16190. G. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports H. Arrange conduit to maintain headroom and present neat appearance. I. Maintain adequate clearance between conduit and piping. J. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. K. Cut conduit square using saw or pipecutter; de -burr cut ends. L. Bring conduit to shoulder of fittings; fasten securely. M. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. McAlister Park Improvements City -of Lubbock N. -Install--no more than equivalent of three 90-degree bends between boxes. Use conduit bodies to make -sharp changes in direction, as around beams. Use factory elbows for bends in metal -conduit -larger than 2-inch-size.- 0. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. P. Provide suitable fittings to accommodate expansion and deflection where conduit crosses, control -and -expansion joints. Q. Provide suitable pull string in each empty conduit except sleeves and nipples. R. Use suitable caps to protect installed conduit against entrance of dirt and moisture. S. Ground and bond conduit under provisions of Section 1-6170. T. Identify conduit under provisions of Section 16195. U. Do-not-use-P_V_C, non-metallic-conduit--above-grade. V. Underground conduits serving branch lighting circuits may be run with direct buried Schedule 40, PVC conduit. W. All conduits shall be concealed as much as possible. END -OF SECTION 01044609 CONDUIT 16111 - 4 12/09 .' McAlister Park Improvements City of -Lubbock- --SEC— 'T-IQN 1-6123 WIRE AND CABLE PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and - Division 1 - General Requirements apply to work in this section. 1.2 SECT -ION --INCLUDES A. Building wire and cable. B. Wiring connectors and connections. 1.3 RELATED SECTION ._ A. Section 16195 - Electrical Identification. 1.4 REFERENCES A. Section 01400 - Quality Control: Requirements for references and standards. B. NECA Standard of Installation (National Electrical Contractors Association). C. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). D. NFPA 70 - National Electrical Code. 1.5 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide for each cable assembly type. 1.6 F SUBMITTALS FOR INFORMATION A. Section 01300 - Submittals: Procedures for submittals. B. Test Reports: Indicate procedures and values obtained. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. d` 1.7 SUBMITTALS AT PROJECT CLOSEOUT A. Section 01700 - Contract Closeout: Procedures for submittals. B. Project Record Documents: Record actual locations of components and circuits. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years documented experience. 01044609 12/09 WIRE AND CABLE 16123 - 1 McAlister Park Improvements City of Lubbock 1.9 REGULATORY REQUIREMENTS A. Conform to NFPA 70. B. Fumish products listed and classified by Underwriters Laboratories Inc, as suitable for the purpose specified and indicated. 1.10 PROJECT CONDITIONS A. Section 01039 - Coordination and Meetings. B. Verify that field. measurements are as indicated. C. Conductor sizes are based on copper. D. Wire and cable routing indicated is approximate unless dimensioned. 1.11 COORDINATION A. Coordinate Work under provisions -of Section-01039. B. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths shall be provided as required. PART 2 - PRODUCTS 2.1 WIRE A. Manufacturers: 1. Southwire. 2. American Cable. 3. Houston Wire and Cable. 4. Substitutions: Refer to Section 01600 - Material and Equipment. B. Description: Single conductor insulated wire. C. Conductor: Copper. D. Insulation Voltage Rating: 600 volts. E. Insulation: NFPA 70, Type indicated herein. All ampacity ratings shall be based on 75 degrees Celsius rating. F. MC Cable: Shall not be utilized on this project. 2.2 WIRING CONNECTORS A. Split Bolt Connectors: 1. 11sco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. B. Solderless Pressure Connectors: 1. 11sco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. 01044609 WIRE AND CABLE 16123 - 2 12/09 wMcAlister Park Improvements City of Lubbock C. Spring -Wire Connectors: 1. Ideal. 2. Substitutions: Refer to Section 01600 - Material and Equipment. D. Compression Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. 4. Substitutions: -Refer --to Section 01600 - Material and Equipment. PART 3 ---EXECUTION 3.1 EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions before starting work. B. Verify thatinterior-of building -has been protected from weather. C. Verify that mechanical work likely to damage wire and cable has been completed. D. Verify that raceway installation is complete and supported. 3.2 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 3.3 WIRING METHODS A. All Locations: Use only wire, Type THW or THHN/THWN insulation, in raceway. B. Use wiring methods indicated. 3.4 INSTALLATION A. Section 01400 - Quality Control: Manufacturer's instructions. B. Route wire and cable as required to meet Project Conditions. C. Install cable in accordance with the NECA "Standard of Installation." D. Use solid conductor for feeders and branch circuits 10 AWG and smaller. E. Use conductor not smaller than 12 AWG for power and lighting circuits. F. Use conductor not smaller than 14 AWG for control circuits. G. Use 10 AWG conductors for 20 ampere, branch circuits longer than 100 feet and as indicated on the drawings. H. Install all conductors in conduit. I. Pull all conductors into raceway at same time. J. Use suitable wire pulling lubricant for building wire 4 AWG and larger. K. Protect exposed cable from damage. L. All cables shall be neatly supported. M. Use suitable cable fittings and connectors. N. Neatly train and lace wiring inside boxes, equipment, and panelboards. O. Clean conductor surfaces before installing lugs and connectors. P. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. McAlister Park Improvements City of -Lubbock Q_ —Use-split-bolt connectors for copper conductor splices and-taps,6-AWG- and larger. Tape- uninsulated conductors and connector with electrical tape_to15D percent_oi' insulation rating of conductor. R. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. S. Use insulated spring wire connectors with plastic caps for copper conductor splices.and-taps, LO AWG and smaller. T. Identify and color code wire and cable under provisions -of Section-16195. Identify each conductor with its circuit number or other designation indicated. U. The number of conductors in each conduit run shall be limited to the requirements as indicated on the drawings and indicated in Article 310-15 of the 2002 National Electrical Code. K - Refer to Specification Section 16111 for limitations and approval requirements for routing conductors in wireway. 3.5 FIELD QUALITY CONTROL A. Section 01400 - Quality Control: Field -inspection, testing and adjusting. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.3.1. END OF SECTION 01044609 WIRE AND CABLE 16123 - 4 12/09 McAlister Park Improvements City of-Lubbock--- _SEC-TIOSL161'70 GROUNDING -AND -BONDING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract -for Constriction, Supplementary Conditions and Division 1 - General -Requirements apply -to -work in this section. 1.2 SECTION_INCLUDES A. Grounding electrodes and conductors. B. Equipment grounding conductors. C. Bonding. 1.3 REFERENCES A. Section 01400 - Quality Control: Requirements for references and standards. B. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). C. NFPA 70 - National Electrical Code. 1.4 GROUNDING SYSTEM DESCRIPTION A. Rod electrodes. 1.5 PERFORMANCE REQUIREMENTS A. Grounding System Maximum Resistance: 10 ohms. 1.6 SUBMITTALS FOR REVIEW - A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide for grounding electrodes and connections. 1.7 SUBMITTALS FOR CLOSEOUT A. Section 01700 - Contract Closeout: Procedures for submittals. B. Project Record Documents: Record actual locations of components and grounding electrodes. C. Certificate of Compliance: Indicate approval of installation by authority having jurisdiction. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience, and with service facilities within 100 miles -of-Project. 01044609 GROUNDING AND BONDING 16170 - 1 12109 McAlister Park Improvements --City of Lubbock 1.9 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories, -inc-as-suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 MECHANICAL CONNECTORS A. Material:--In-lieu--of exothermic connections, bumdy cfl-y=grAund�tw-elv+e-ton-compression connections may be used. 2.2 EXOTHERMIC CONNECTIONS A. Manufacturers: Cadweld. 2.3 WIRE A. Material: Stranded copper. PART 3 - EXECUTION 3.1 INSTALLATION A. Section 01400 - Quality Control: Manufacturer's instructions. B. Provide bonding to meet Regulatory Requirements. C. Equipment Grounding Conductor. Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. D. Grounding Electrode System: The new grounding electrode system shall consist of the connection to the new electrode system. E. -Provide proper bonding of the -electrical system's grounded conductor (neutral) and the grounding electrode system sized in accordance with N.E.C. Article 250. F. Provide grounding type bushings at all panelboards on the panel feeder. 3.2 -FIELD-QUALIT-Y-CONTROL A. Section 01400 - Quality Assurance: Field inspection, testing, adjusting. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.13. END OF SECTION 01044609 GROUNDING AND BONDING 16170 - 2 - 12/09 r McAlister Park Improvements City -of -Lubbock SECTI ON-16195 ELECTRICAL IDENTIFICATION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of fhe Contract for Construction, Supplementary Conditions and Drvisibn 1 - General Requirements -apply -to work in this -section. 1.2 SECTION INCLUDES A. Nameplates and labels. B. Wire and cable markers. 1.3 REFERENCES A. ANSIINFPA 70 - National Electrical Code. PART 2 - PRODUCTS 2.1 NAMEPLATES AND LABELS A. Nameplates and Labels: Engraved three -layer laminated plastic, white letters on black background. B. Locations: 1. Each electrical distribution and control equipment enclosure. 2. Communication cabinets, and computer cabinets. 3. Field disconnects, start stop stations, control panels. C. Letter Size: 1. Use 1/4 inch letters for identifying individual equipment and loads. 2. Use 1/4 inch letters for -identifying grouped equipment and loads. 3. Use 3/8 inch letters for identifying Main Disconnect equipment. -2-.2 WIRE/CONDUIT/BOX MARKERS" A. Description: Brady B-321 Heat -Shrink Polyolefin markers. Typed label to identify each termination end point of the conductor. DC conductors shall identify polarity. Locations: Each conductor at wireway, pull boxes, outlet and junction boxes, and each load connection. All conduit penetrations identifying the location of each end. B. Legend: 1. Power and Lighting Circuits: Branch circuit or feeder number indicated on drawings. C. Boxes: 1. Label each junction box in accessible locations to indicate the type of system (i.e.; security; power circuit - 1, 3, 5; etc. 01044609 ELECTRICAL IDENTIFICATION 12/09 16195 - 1 McAlister -Park Improvements Citv of -Lubbock —RAR-T-3-_—EXEGUN10N-- 3.1 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. K.2 APPLICATION A. Install nameplate and label parallel to equipment lines. B. Secure nameplate to equipment front using screws or rivets. C. Identify underground conduits using underground warning tape. Install one tape per trench at 1-2 inches -below fimlhed' grade. Identify -all conduit at exposed locations into all boxes, cabinets, etc. (see specification Section 16000). D. Identify all conductors at every termination indicating endpoints of termination and tag identification as required. E. Color coding for phase identification: 120/240 volts Phase Black A Red B Blue C White Neutral Green Ground Conductor phase and voltage identification shall be made by color -coded insulation for all conductors smaller than No. 6 AWG. For conductors No. 6 AWG and larger, identification shall be made by color -coded insulation, or conductors with black insulation may be furnished and identified by colored electrical tape. Conductor identification shall be provided within each enclosure where a tap, splice, or termination is made. END OF SECTION 01044609 ELECTRICAL IDENTIFICATION 16195 - 2 12/09 APPENDIX A TAOS PRECAST CONCRETE FLUSH TOILET BUILDING Produced By CXT INCORPORATED SPECIFICATIONS #ate Intentionally £e Blank SPECIFICATIONS FOR-TAOS STYLE FLUSH TOILET BUILDINGS CXT INCORPORATED SPOK-ANE—, WASHIN6TON- Note: The specifications and criteria in this document are generic in nature and -may vary depending on the particular site location, the requirements of the Authority Having Jurisdiction (AFJ) and contract requirements. The building -will be-designed-according-to4he-requirements-of-the adopted building code required by the AFJ. The Engineer's seal does not cover responsibilities of the manufacturer which are designated by the general use of the term "will" or the criteria of the manufacturer. See approved plans and contract for actual specifications and requirements. 1.0 SCOPE This specification covers the construction and placing of the Taos toilet building as produced by CXT Incorporated. 2.0 SPECIFICATIONS ASTM-C33 ASTM C39 ASTM C94 ASTM C143 ASTM C150 ASTM A185 ASTM C192 ASTM C231 ASTM C309 ASTM C494 ASTM A615 ASTM C979 ACI 211.1 AC1306 ACI 318 PCI MNL 116 CXT Incorporated Taos Flush Toilet specifications Concrete Aggregates Method of Test for Compressive Strength of Cylindrical Concrete Specimens Sbe,%'k F-tosu Standard Specification for Ready -Mixed Concrete Method of Test for Slump of Concrete Standard Specification for Portland Cement Standard Specification for Steel Welded Wire Reinforcement, Plain, or Concrete Method of Making and Curing Test Specimens in the Laboratory Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method Standard Specifications for Liquid Membrane -Forming Compounds for Curing Concrete Standard Specification for Chemical Admixtures for Concrete Standard Specification for Deformed and Plain.Carbon-Steel Bars for Concrete Reinforcement Standard Specification for Pigments for Integrally Colored Concrete Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete Cold Weather Concreting Building Code Requirements Structural Concrete and Commentary (includes Errata) Quality Control for Plants and Production of Precast Prestressed Concrete Products --- - STRUCTURAL DES10N 6 MANAGEMENT, INC. 11n7 w . Icon Csyl Aw. ® Sdoo F, 9121 1 UMMomCD001Tr Doc 5.27 Ph�:PW)M-012 REV 11 Fr (M) e5"ft1 Cwj A DerroMw Sr:_ M cadonetwC000nvooLrAw 10 —lit AMIFACTURER-CRITERIA The manufacturer supplying the requested precast concrete multi -flush facility must - meet the following: A. Manufacturer -must -be ISO-9001 certified at the time of bid. B. Manufacturing plant must be PCI certified at the time of bid. C. Manufacturer must not have defaulted on any contract within the last five years. D. Manufacturer must provide stamped, engineered drawings prior to acceptance. ` E. Manufacturer must be pre -approved prior to bidding. F. Manufacturer must -show four -examples -of -precast concrete flush facilities produced, installed, and in use as an example of their ability to perform on this contract. TF,ft�i Manufacturers meeting these criteria are: ..to& 0OV CXT, Incorporated Spokane Industrial Park 3808 North Sullivan Road, Building 7 a»°;A °EMETER Spokane, WA 99216 t 37 rf ° Phone: 800-696-5766ISTE 1\\\�t``��� 4.0 DESIGN CRITERIA V>'b 4 The Taos has been designed to meet the following criteria. Calculations and Engineer's stamped drawings are available for -standard buildings, upon request by the customer and are for their sole and specific use only. The design criteria are to ensure that the Montrose not only will withstand the forces of nature listed below but will provide -' protection from vandalism and other unforeseen hazards. Design criteria include 2006 IBC Code, 2006 IPC, 2008 NEC. A. Roof Snow Load 1. The Taos is designed to withstand a 250 pounds per square foot snow g P P q load.-°. B. Floor Load v 1. The Taos is designed to withstand 400 pounds per square foot floor load. STRUCTURAL DESIGN 6 MANAGEMENT 114C.-% 1176T W . Ken Caryl Ave. &ft F, $121 CXT Incorporated 2 UftW4CCOM27 Doc S.27 j. Taos Flush Toilet Specifications Fhn :(303)672-0612 Fs (/76) 666a631 REV 11 L Cad A. Derneler SE. PE ad, *wOmmanoLnel 1 61" F7, 5.0 C. Wind -Load 1. The Taos will -withstand -the effects -of -150- mile per hour (3-second gust) wind -exposure C. E. Earthquake 1. The Taos will withstand -the —effects of a seismic group 1 seismic design category E-ear-thquake. F. Additional Design Standards 1. The Taos is designed to meet the requirements of the Americans with Disabilities Act Requirements and Uniform Federal Accessibility Standards as of the date of this specification. 2. The Taos is an all concrete. Design with a minimum 3/12 roof pitch MATERIALS A. Concrete -,General Theconcrete mix design will be designed to ACI 211.1 to produce concrete of good workability. 1. Concrete will contain a minimum of 610 pounds of cement per cubic B. yard. Cement will be a low alkali type I or III conforming to ASTM C-150. 2. Coarse aggregates used in the concrete mix design will conform to ASTM C33 with the designated size of coarse aggregate #67. 3. Minimum water/cement ratio will not exceed .45. Slump will not exceed 4". Slump may be increased using chemical admixtures provided that the concrete maintains same or lower water to cement ratio and does not exhibit segregation. Slum will never exceed 9". 4. Air -entraining admixtures will conform to ASTM C260. Water reducing admixtures will conform to ASTM C494, Type A. Colored Concrete 1. Color additives will conform to ASTM C979. A 12"x12"x1" color sample will be available for customer approval. 2. The -following will contain colored concrete: a. Toilet building roof panels b. Building walls C. Screen panels 3. The same brand and type of color additive will be used throughout the manufacturing process. All ingredients will be weighed and the mixing operation will be adequate to ensure uniform dispersion of the color \� NM N w tv -yv CXT Incorporated Taos Flush Toilet Specifications 2 STRUCTURAL DESIGN 3 MANAGEMEM INC. - I I IF W . Ken Cayl Ave. SWIG F. 8121 3 umeftLCDB0127 Doc 5.27 Phn :(303)vrl-a5u REV 11 Cal A.Deneler SE. PE. 0060""WOOOfflON&^d C. Cold Weather Concrete 1. Cold weather concrete placement will be -in accordance with-ACI 306. 2. Concrete will not be placed if ambient temperature is expected -to -be below 35 degrees F. during the curing period unless heat is readily available to maintain the surface temperature of -the -concrete at least 45 degrees F. 3. Materials containing frost or lumps -_of -frozen materials-will.not be used. D. Hot Weather Concrete The temperature of the concrete -will -not -exceed 80 degrees F. at the time of placement. When the ambient reaches 90 degrees F. the concrete will be protected with moist covering. E. ,daiP�E,°...rf�gs tt i C").r •. 1f • ETER • 71 t Op ..'P i E f � '�F •. ,�• Tom;;• ��.: low ' bv.r%%L F -10 br&,( Concrete Reinforcement 1. All reinforcing steel will conform to-ASTIV1 A615. All welded -wire fabric will conform to ASTM A185. 2. All reinforcement will be new-,-free-of-dirt, oil, paint, grease, loose mill scale and loose or thick rust when -placed. 3. Details not shown of drawings or specified will be to ACI318. 4. Steel reinforcement will be centered in the cross -sectional area of the walls and will have at least 1" of cover on the under surface of the floor and roof. The maximum allowable variation for center -center spacing of reinforcing steel will be %". 6. Full lengths of reinforcing steel will be used when possible. When splices are necessary on long runs, splices will be alternated from opposite sides of the components for adjacent steel bars. lap bars #4 or smaller a minimum of 12". lap bars larger than #4 a minimum of 24 bar diameters. 7. Reinforcing bars will be bent cold. No bars partially embedded in concrete will be field bent unless approved by the customer. F. Sealers and Curing Compounds 1. Curing compounds, if used, will be colorless, complying with ASTM C309, type I or 1-D. 2. -Weatherproofing sealer for exterior of -building will be a clear water repellent penetrating sealer. G. Caulking, Grout, Adhesive and Sealer 1. Caulking service temperatures from -40 to +140 degrees Fahrenheit. 2. Interior and exterior joints will be caulked with a paintable polyurethane sealant. 3. Grout will be a non- shrink type and will be painted to match the color of surrounding concrete as nearly as possible. 4. Cement base coating is formulatfd-with-a-vefy-#ine aggfega#e system and a built in bonding agent. SFUJCTLa"LDUSWKMN MEW.!"� CXT Incorporated Taos Flush Toilet Specifications 4 Doc 5.27 REV 11 H. Paint 1. All-paints-and-matefiaIs-will -conform-to-ail-Federa l specifications or be similar "top -of -the -line -components". Paints will not contain more than .06 percent by weight of lead. 2. Type of paints for toilets. a— --Inside concrete surfaces. I Interior floors -will -be -a -high solid single -component, OF r t chemical and urine resistant aliphatic moisture cure r ��P�EE,rgs et} urethane, that meets ADA requirements for slip resistance. The color will be gray. 11 interior walls and ceilings will be a modified acrylic, water - CARL A. METER repellent penetrating stain. The color will be white followed by a clear acrylic anti -graffiti sealer. /1 9 Q�,t 44- b. Metal surfaces both inside and out. 40 Fss`GIS T�RE�G��_4W I DTM ALKYD. ` `"`` Exterior concrete surfaces. I Exterior slab will be clear sealer. II Exterior walls and roof will be a water repellent penetrating stain in the same color as the walls or roof followed by a clear acrylic anti -graffiti sealer. I. Grab bars Grab bars will be 18 gauge, type 304 stainless steel with 1-1/2" clearance. Grab ' bars will each be able to withstand 300 pound top loading. J. Toilet Paper Dispenser Dispenser will be constructed of t/," thick, type 304 stainless steel. Dispenser will be capable of holding three (3) standard rolls of toilet paper. Toilet paper holder fastening system will be able to withstand 300 pound top loading. K. Steel Doors 1. Doors will be flush panel type-1-3/4" thick, minimum 16 gauge galvanized steel, top painted with DTM ALKYD. 2. Door frames will be knockdown or welded type, single rabbet, minimum 16 gauge galvanized steel -top painted with DTM ALKYD, width to suit wall thickness. Three (3) rubber door silencers will be provided on latch side of frame. L. Door Hinges Door hinges will be 3 per door with dull chrome plating 4-1/2"x4-1/2", adjustable 1 ' tension, automatic -closing for each door. STRUCTURAL DESIGN & MANAGEMENT II, /C. 11M W . Kw Caryl Ava jD SW* F. 8121 CXT Incorporated 5 -LXDW°'►COW127 Doc 5.27 -' Taos Flush Toilet specifications Phmc13n)9r&W12 REV 11 FY:(7T6)866-fd31 Cad A Do,.W r SE. P _ �.� M. Lockset 1. L-ockset will meet ANSI-A-1-56.2 Series 4000-Grade 1 cylindrical-locksei for exterior door.-r. 2. Lever handle both inside and out. 3. U.S. 26D finish. N. Optional Dead Bolt Deadbolt will be a Schlage standard model with a single cylinder, 2 W backset, and 626 finish. The cylinder will be a standard B661P Schlage ,��'��'- Am OF w��;"� C2 O. Mirror .► �e Mirror to be 18" x 36" stainless steel. f* ssf P. Door Stop l...e�•e.•N �DEMETE _ . Doorstop will be a dome style stop me-eting ANS1156.16. 237 Q. fit DoorSweep SS ONgI•�N�"� Door sweep will be provided at the bottom of door and will be an adjust�l�1����•.+� brush type. iio. 2.vs R. Wall Vent Wall vent will be crank operated allowing the unit to be opened or closed. Crank will be removable. Wall vent frame will be cast into the concrete wail. The units' frame will be C3 x 4.1 channel steel. The louver frame and louvers will be 18 f gauge zinc coated steel with baked enamel finish. Vent to come with insect screen. S. Windows 1. Windows and cleanout cover frames will be constructed from steel. 2. Window glazing will be X" thick translucent pebble finished polycarbonate. T. Plumbing 9 1. All fixtures to meet ANSI A112.19.2 2. Waste and vent material will be ABS or PVC plastic and will -be plumbed to meet Uniform Building Codes. 3. Water material will be copper tubing Type L, hard drawn. A gate valve will be provided at the inlet end of the water line. All water lines will be of a size to provide proper flushing action based on a nominal water t j pressure of 40 psi. 4. All plumbing will be concealed in the service area. S. Toilet will be constructed of vitreous china, wall hung, with siphon jet action. Toilet will have a back spud for a concealed flush valve connection -, and will be mounted with the to cif-the-sea-t-1-7-inches-abeve t e finished floor. Seat will be heavy duty sol cPEN� tional stainless steel fixtures available. 1175/ W. Kw Cay1 Ave. -. ` CXT incorporated 6 P1(X3) Sidle F, 0171 00W127 Doc 5.27 I �t Taos Flush Toilet Specifications ffrl-W12 REV 11 4 Con A. oMMW SE.. PE. OWWAMMOOMMMnM �1 i U. AtY,Naw �br�►'� F-w °d 2l 6. Flush valve will'be-concealed closet flush-o-meter constructed of rough ---- brass. Furnish valve with -integral vacuum -breaker and wall mounted push button. Valve will be of a water saver type with a flowof 1.6 gallons per flush-. 7. Lavatory will be vitreous china with back splashguard, front overflow opening, equipped with brass trap and drainpipe without stopper. Sink will -be 20 inches -wide x 18 inches front to back x 5'/"-inches deep with ADA trap cover. 8. Water valve will be self-closing._water set with -indexed push button. 9.. Urinals will be constructed of vitreous china, wall hung with siphon jet action. Urinal will have a back spud for a concealed flush valve -connection and will be mounted with the lip no higher than 17 inches above the -finished floor. Valve will be water saver .5 gallon flush. 10. Hose bib provided in the chase area. 11. Hammer arrester to be installed on water line. 12. Trap primer distribution unit shall be installed 13. Optional 30 gallon electric hot water tank available. Electrical 1. All components to be UL listed 2. All electrical wiring will be in conduit, surface mounted in the service area and concealed in the user compartments. All wire will be copper. 3. A 200 amp breaker panel will be provided. 4. Interior lights will be wall mounted vandal resistant 2 bulb T8 4 foot wrap around lens fixtures with low temperature ballast, emergency battery pack and fluorescent night light. 5. Lighting on the exterior of building will be photocell activated; interior and chase room will be motion activated. 3 exterior 35-watt High Pressure Sodium lights, polycarbonate vandal resistant. 7. 2 GFI outlets located next -to the sink. 8. 2 restroom HVI certified exhaust fans with 270 CFM speed controlled (control in chase area). 9. The hand dryer will be an air compression type with remote motor unit. -Push -button -switch located in cast nozzle housing with flexible hose connecting blower motor, housing and nozzle. Power input 120VAC, 7A (non -heated air). V. Stalls 1. Stall partition walls to be produced of 3-inch concrete. Stall doors to be solid HDPE, in matching white color. STRUCTURAL DESIGN A MANAGEMENT, INC. trierW. MC AA". Soft F, f121 CXT Incorporated 7 'Nolan 00W127 Doc 5.27 Taos Flush Toilet Specifications Ph-.TJe9)WM-M12 REV 11 wqrrm eee-ee i1 C O A. Dwmbw SE., PE. nM ......... ...... ......... A. Mixing and Delivery of Concrete Mixing and delivery of concrete will be in accordance with ASTM-C94, section 10.6 through 10.9 with the following additions: 1. Aggregate and water will be adjusted to -compensate -for differences in the saturated surface -dry condition. 2. Concrete will be discharged as soon as possible after mixing is complete. This time will not exceed-30-minutes. B. Placing and Consolidating Concrete Concrete will be consolidated by the use of mechanical vibrators. Vibration will be sufficient to accomplish compaction but not to the point that segregation occurs. C. to r .... ...... ....•., METER CARL A. METER ...r.......... ,'071 �i\;` ±;`+ems D. Finishing Concrete 1. Interior -floor and exterior slabs will-be_.floated and troweled. A light broom finish will be applied to the exterior slabs. 2. All exterior building walls and exterior screen walls will be a barnwood texture (optional textures available). All exterior surfaces of the roof panels will be cast to simulate a cedar shake roof. The underside of the overhang will have a smooth finish (optional textures available). Cracks and Patching 1. Cracks in concrete components which are judged to affect the structural integrity of the building will be rejected. 2. Small holes, depressions and air voids will be patched with a suitable material. The patch will match the finish and texture of the surrounding surface. 3. Patching will not be allowed on defective areas if the structural integrity of the building is affected. L --Curing-and-Hardening-Concrete 1. Concrete surfaces will not be allowed to dry out from exposure to hot, dry weather during initial curing period. 7.0 FINISHING AND FABRICATION A. Structural Joints 1. Wall components will be joined together with two welded plate pairs at each joint. Each weld plate will be 6" long and located one pair in the top quarter and one pair in the bottgm-quafte"Uthe seam--ei lates will be anchored into the concrete p$ a CXT Incorporated Taos Flush Toilet Specifications 11W W . Ken GWA Awe. Euft F. M1 s UNekx►ODWW Doc s.27 vna»: �aoa� vnam REV 11 cec frrsf eesessl Cee A. Den mer BE.. PE. o.aem• norf 1r1 continuous weld. The inside seams will be a paintable caulk. The outside seams will-use-a-caulk-in-a-cuo-rdinatingbuilding color or clear. 2. Walls and roof will be joined with weld plates, 3"x 6", at each building corner. 3. The joint between the floor slab and walls will be joined. with a -grout mixture on the inside, a matched colored caulk on the outside and two weld _plates 6" long per wall. B. Painting/Staining m 1. An appropriate curing time will be allowed before paint is applied to concrete. 2. Some applications may require acid etching. A 30% solution of hydrochloric acid will be used, flushed with water and allowed to thoroughly air dry. 3. -Painting-will not be done -outside in cold, frosty or damp weather. 4. Painting-will--notbe done outside in winter unless the temperature is 50 degrees F. or higher. 5. Painting will- not be done in dusty areas. 6. Schedule of finishes. a. Inside concrete surfaces. I. Interior floors will be one coat of a high solid single - w ` �11 component, chemical and urine resistant aliphatic ,r ''(N 0:.Tt' moisture cure urethane, that meets ADA requirements for ••L slip resistance. Jr, *��� II. Interior walls and ceilings will be 2 coats of a modified •�••••••�•• ••"""«s"•' I' II t t Y IFt" II d b 1 CARL A. METER acry ic, water repe en pene ra ing s a, o owe y coat of clear sealer. a 71 :�2- j b. Metal surfaces both inside and out. Q•�+ I. 2 coats of DTM ALKYD. •..�G1STER.•' �s FS '••••'" NG C. Exterior concrete surfaces. � AL'L d I. Exterior slab will be 1 coat of clear sealer. to II. Exterior walls will -be 2 coats of water repellent S'iNX1-& j—\4=''b14 penetrating stain in the same color as the walls or roof followed by 1 coat of clear acrylic anti -graffiti sealer. 8.0 TESTING A. The following tests will be performed on concrete used in the manufacture of toilets. All testing will be performed in the CXT (PCI certified) laboratories. Testing will only be performed by qualified individuals who have been certified ACI Technician Grade 1. Sampling will be in accordance with ASTM C172. 1 The air content of the concrete will be checked per ASTM C231 on the first batch of concrete. The air c #en# will -he- n-the r-arage e#-5:,0% +/- 2%. STRUCTURAL DESIGN 6 MANAGEMEMC. , IN CXT Incorporated Taos Flush Toilet Specifications �l a9�1 yl�Ta�� i Doc S.27 REV 11 2. -TITe- compressive strength of'the cylinders will be tested to ASTM C39. We willnmake-one (1) cylinder -for -release, one-(=1)=for=7--days and-one-(1) for 28 days: -The release must be a minimum strength of 2500 psi, the 7 day ) must be a minimum of 4500 psi and the 28 day must be a minimum of 5000 psi. ' 3. A -copy of -all -test -reports will -be available to the customer as soon as 28 . day test results -are available. 9.0 INSTALLATION A- -Scope of -dirk Work specified under this Section relates to the placement of the unit by CXT on customer prepared foundations. B. Location It's the responsibility of the customer to: 1. Provide exact location by stakes or other approved method. 2. Provide clear and level site free-of-overheadandlor-undeTground obstructions. 3. Provide access to the site for truck delivery and sufficient area for the crane to install and the equipment to perform the contract requirements 4. Water, electrical, and sewage site connections to be placed per CXT drawings. Must be placed to easily connect to the building. C. Compacting ` The bottom of the area must be compacted after it has been dug out. After the base has been placed, it must be compacted as well. The bearing of the soil and - base should be a minimum of 1,500 pounds per square foot. D. Base - After compacting the bottom of the area, a minimum of 6" of a compacted,'/" minus material base of gravel (i.e. road base) should be placed for support, leveling and drainage purposes. The base also limits frost action. The base must be confined so as to prevent washout, erosion or any other undermining. ` E. Access to Site Delivery to site made on normal highway trucks and trailers. If at the time of �P�E OFarE�,Rs �� delivery conditions of access are hazardous or unsuitable for truck and '►.� *t�� equipment due to weather, physical constraints, roadway width or grade, CXT 1 � j .. may require an alternate site with better access provided to ensure a safe and installation. In for trucking, _ CARLA A. EMETER quality any such case, additional costs cranes, and ��.X �.� t **sees / tc. will be charged to the account of the customer. 71 O t: TEl` �) O.G* V ��%' �� V j STRUCTURAL DESIGN & MAMGEMEM INC. sS/ONAL E j LJ 11757 W. Ken Caro Ave. 51 CXT Incorporated 10 UOatwICOW127 Doc S.27 ' Taos Flush Toilet specifications Phi .(30)M-W12 REV 11 Fw (m) 055. i931 can A. Demeter SE. PE.*.nal r 3 10:0— WARRANTY--PRECAS-T_DIVISI.ON. CXT warrants that all goods sold pursuant hereto w.01,when delivered, conform to specifications set forth above. Goods shalFbe deemed accepted and meeting specifications unless notice identifying -the nature of any non -conformity is provided to CXT in writing within one (1) year of delivery. CXT, at its option, -will repair or replace the goods or issue -credit for -the customer -provided CXT is first given the opportunity to inspect such goods. It is specifically understood that CXT's obligation hereunder is for credit, repair or replacement only, F.O.B. CXT's manufacturing plant, Spokane, Washington -and -does -not include shipping, handling, installation or other incidental or consequential costs unless otherwise agreed to in writing by CXT. This warranty shall not apply to: 1. Any goods which have been repaired or altered without CXT's express written consent, in such a way as in the reasonable judgement of CXT, to adversely affect the stability -or reliability thereof; 2. To any goods which.have been subject to misuse, negligence, acts of God or accidents; -or 3. To any goods which have not been installed to manufacturer's specifications and guidelines, improperly maintained, or used outside of the specifications for which such goods were designed. 11.0 DISCLAIMER OF OTHER WARRANTIES The warranty set forth above is in lieu of all other warranties, express or implied. All other warranties are hereby disclaimed. CXT makes no other warranty, express or implied, including, without limitation, no warranty of merchantability of fitness for a particular purpose or use. 12.0 LIMITATION OF REMEDIES In the event of any breach of any obligation hereunder, breach of any warranty regarding the goods or any negligent act or omission or any party, the parties shall otherwise have all rights and remedies available at law; however, IN NO EVENT SHALL CXT BE SUBJECT TO -OR -LIABLE FOR A -NY -INCIDENTAL OR-CONSE-Q NTIAL DAMAGES. A .110 OF �7E,(.�s 1f 00 •� ••• . 01 ' . y B CXT incorporated Taos Flush Toilet Specification CART. A UtR+c I r yam_ 5 71237 ��o ..; I,O�ey UG:5;::k+•\XQ), k: �xx S1 srRucTCIuwu DESIGN & MANAMMEW, INC. .r 4AL 1Mw F-1D J 2 11MW.KAn CWyIAve. WWI%SCO90127 Mu (303)YY24512 Fm (/►5)11464 31 C.tl A. D.n etw 8E.. PE, COO 11 Doc 5.27 REV 11 Page Intentionally Left Blank APPENDIX B TAOS PRECAST CONCRETE FLUSH TOILET BUILDING Produced By CXT INCORPORATED SPECIAL CONDITIONS Page Intentionally Left Blank i'1 - . SPECIFICATIONS FOR TAOS STYLE FLUSH TOILET BUILDINGS t SPECIAL CONDITIONS A. Finishing Concrete 1. Interior4loor slabs -will -be floated and -troweled 2. All exterior building walls will be a board & batt upper, Buckskin color with Napa valley stone lower textures. • 3. All exterior surfaces of the roof panels will be cast to simulate a cedar -shake roof The underside -of the overhang -will have a ' smooth finish. Cappuccino Cream color. B. Drinking Fountain 1. Haws Model 1119FR (or Approve Equal) 2. Dual height, ADA drinking fountain, pre plumbed - field installed shall be placed at the front of the building between the -A. men's and mmen's restroom doors. I k�l t .:.:i I" „ ......... . ___ ......... ........ .......,. , _.__ ........ .......... . _.._._ ......... ............ ......... _.___ __...._...._.... ............. ......... _.._.. _ _ ........... Page Intentionally Left Blank L i A APPENDIX C TAOS PRECAST CONCRETE FLUSH TOELET BUILDING Produced By CXT INCORPORATED SEALED DRAWINGS Paee Intentionally Left Blank p1ml,'4 i "Q9g '8y �QYQY�II g HHH egg wif $ fifes 11" ! 1 a� 3 a 4 a m�" f N m D w W3 (n gggggggggg � ., Z � m o g I off �. Z rn al D a C Q a m ao axna � ss�saza»�a � 444-� i • $w Z a — sit —. lot AM* �.._ iFXAB O�OE COUNCN, TAii doownenl Y appovidpwwMt b On%urUldipidifiid llorYq — —Md BV�Mpi-ACt. DRA Nn aiC WO _ DW181pis4tt� TAOS RECOMMENDED HANDLING AND INSTALLATION INSTRUCTIONS tlUT5! M[rR 3117E im=0'c ZDWL ve n 7K A < MLm NO @L FWM S PO 9 FM w A p o 390• NO 1111�J0 0 QmC>fL R MI i�rC M Flww M{rWR�I i M[ R� Lou ID POW mp/r am RAW 11[IL NOTES, Oar. 1�.710. S'I 3111f[t mm C am 10 K Mon K MOLL n1a Krm1 tom MMu 7w ® r AT mum w IIOOI 41PASE itbl JW W= KnW '\ L OW mil! VW � nMrism O PM-10®/6 WTI % it t V. R Apmem" t )mf-10�6 m M7Y UM9 M W V CP71 t o1fO 1gR1 1m1A n CO R 1m17t7 ` i 3 m�'M V+ w1 L L ■ 7YO0101m16 RfL7exuw VF"C1111tL PNcn muLr M!!n m t fm M U Pow m nwr WFS mI11p � m ww � iww 9r¢OL[ ToMDOLL tt3mlAmMvp pA W . rra w ua mo a :tat r'"ol .3I. � 3 aQWLUMc . aaoe�Nt Y/ U1R1i�71t13[ t tr� 0 0 ; 7r aqua 1m DOLL t run wm gwoem L ""m am. Fmm �" " ?p 7r Iw Us= Y aw mu f mll r�l om M 9AI�i M7 � i i i Ci 01 A �i-7 VwC L "An.00 z �--.- � Orion • �1 � nn les "turf C rof Omura fu m L =WA) e � { BMO GYM 3S pt)n /M w vc wwN& 7, ru.11m Ram= am UWLU l R Wl" "BM VIM QMUr. RIFE A MAR Ow M�71NM w summ RUM w GRAVEL PAD TA-02 1 177 cc sirao n DoGV A �v3cn pv tus e10s ta-vl omm-m 3w 1 �suoN c £0-'Cl w Mrld *W'U .w�•-. - -- -� 3nrnr jai m. 1 I ~�Y� l�m1mP 1 �A � •�A19w1��� I �, soul " L"MM I sin 00 �seae� o I I I 1 1 I I 1 I 1 I i rllvawn.a 1 1 I i 1 I 1 1 r I 1 I I I I caz» � 1 fgmw�ft T NIDr I 1 1 1 1 I f 1 1 1 1 1 I 1 I 1/1 F ;I -A d 7 w IIDC W-Uvo IO rOM A90Dv Ndn123d= Xvu e• •a I I Imm can m m ems--W*9WMf=Q m &am I lazom IPKWem m humm"Mm"Mm. Comm -i mamm limm MIMOSOMW i Mimi Willumll Rimill limla FWAMMMMMMUMMME FAQ!! Iowa Wall IMEMMMOMM901 31mal -a"Alm. not IMMMOMAORMIMMI I in. m poll m �N y I 1Rc Am6.,d * MAY SO-vl PKERM. .0 s4onp EMP 08=1 one ZVI !too am lla RRUI . . . . . . . . . . . . ...... semmm mw1C31 Aix.*-.2 ww ma - rAstAm sour[ Otna POVa1 EOM - M03 as�l LOVw vpApvs OUTLET AS Wit A MMIRY, 9c ZWGITAt Tnrc a �ertvATn lsm v/ SWITCN MOM utix' a own= LOGTCO M CRUD �11QTAL TpOI OQAres aawls'r rAr owraT riw CDKCCNXB T",E sh ru VALVC V/ NCTAL FM iiRTa4 TW /,/ I t/r sTATOLM tTm .! OAA� IAR 1 0 O O— IY IQ' INTERIOR ELF_VATM 77 1/e' 41' - WOMEN'S RESTROOAI 40 1/V as' el' INTERIOR (LEFT SIDE) EIEVATION - Wlj W'S (RIGHT SIDE1 T IYa wwm - rAsulm sour[ POVR IAW AS sT IAr�w[Y, TMC IKar a ATAsa1 \ �lL IT CMW ITI VOA A 076rA av ACTP�AT['0 lt9RS cnw V/ ATO I 04%M r-IWwt� M C� Sm e1' -k— 34, -- , 40 1/r -* 41' 0 77 Vr ` 10' INTERIOR ELEVATION — WOMEN'S RESTROOM (RIGHT SIDED t C n,= rAM COMCCOm TVP( rww VALVC V/ IcrAL PIST1 KffTm TVP • I I/r TTALLM STM ow so rp 1 TAM ansummFAM MTERIOR TA-06 NOW Dotlh 31 YED , 'somi lm (D •016 No Text I I t s� W N 4 9 '• rd va"n IN rrm VLM r aaW Fntrut SM Au = " P = ►r[ 041LlTOI V11K ASd RWrpma T m wars . yr r m Fornlc VArtw = A iri r-T UK rnntru (��� e�+m 4 .*+sm .w rHttaHe" t a tot n 17fr yr tAu VALVE turav! rw.IWLVC —�A TO vatprs atom �r a THIaDt fimt ir •>ar� �IEE sac run m g � riL �-4 ir6ic a rau DETAIL OF FIELD INSTALLED TV at VASTE CONNECTION T VATER WATER RISER DIAGRAM VATER SERVICE DETAIL f3BB.LE m — COD M%lm — Num 7"m INC. A17M I wal sm �! 19ARAtY NV Prm VtM r a"tar NKiRt VW. W BY CKO M[-wa " r" 0G"mi WIN Au — YFNT ►rya • r M SM 40 AM T\-E OW A tv ! r HfITLR P Tat M �• t l 11•• . SQ fIAOOW 3 I„t a r 11. iXARIL Ao"i°acar f r 3 t►1 I rz tIR ! �• ! M KAM M VALVE BY .. tar Netts a r • ott.l.-re�r �. L 3/4• N0a wn VRN VAC" ran= ! I-L L Vlm "MOLE a ! B TO tOf T OR. By cn. t� r PASTE C VENT RISER DIAGRAM L 1/e NAI0ltr a[! CV 10 THIS ttatt, >R 1 1/r CV IEMO LM TOE ta111i. W. PITS WATER PIPING RISER DIAGRAM A. Vr AM a"Ot.C4/I:MM V/ twt VALVE Fat ROAM art VATUt PIPM I Vr DOLL VALVE A rAwo CV L)R H'I[lO U6rA110 nAI recast" -P�r•ddL nt PRM VALVE r OEM%= n iCr01 wvfM6 AunoTrr = l%711A f f. VArQ WOO Att=TM SOX OW WfUM-lSla M54,C CR COWL TAGS. PLUMBING FIXTURE SCHEDULE C✓<T STNiMID 61�DAq ,.� SYM OESfRIPiION MANUFACTURER I MODEL / IFLUSH VALVE/FAUCET TRAP ACUATOR DRAIN ASIE VENT NOTES =01 ar��.~i-R•"M Z P-1 WATER CLOSET KOHLER K-4329-0 0I� -IA L-3 We w-*+*" -ap�wO.wa .+r�•" Mwwi-r-•r OAN P-2 LAVATORY KOHLER K-2810-0 s' OFFSET - S� PR 1/2' 1-1/2- 1-1 25.6��i ESL -OBOE 1.25M17GA.CP as t-.•..r P-4 I WATER HEATER I AO SMITH ECL-30 4500 240V ST-5 DIPARSION TAW - - - P/41 3/ - I - • NOTES: 1. OFFSET FLUSH VALVE TAILPIECE PER ADA, RIGHT OR LEFT HAND AS REM;IED. PROVIDE FLUSH VALVE FOR 4- WALL THICKNESS, - e r 2. HAMMER ARRESTOR ,RS520-T=C, FLOOR GRAINS TRAP PRW- MIFAB MM500. D1STR UNIT- MIFA& BRAIDED SUPPLY LINE " 3. MOUNT RIM OF P-1 A7 17- ABOVE NK FLOOR. PL(IMBNUi OEfA45, DIA6RAUS 4. 30 DA,LON. ELECTRIC TATYPE. 240 VOLTS, ONE PHASE 5. 1-1/4 GRID DRAIN W/TLPC PF,i5SA.1/2X15 COMP ANG LAV BSCR1915AC, 1.25-00 BX ESC PFE40 SCHE um 6. 3 PC COVER SET PF202WH, LEONARD MIX VL 2030D 7. NEWT TRAPS LUST BE INSTALIM ON; THE SUPPLY AND OLSd1ARGE LINES OF THE WAIER HEATER UM.M WATER HEAIER 15 SUPPI.D ■IR INTEGRAL HEAT TRAPS S. WATER HEATER MUST HAVE A MNIMUM EFFK3ENCY RATING OF BOX TA-30 J0i A%; 3 1NO t#16 L - .—h ` . ^-^ t l �� r---7 r- Ji �� j lei I iG:&nag+.J......- URMT itq`w6�i�Otl.JP...IYrlLAIIQ M1UEit V0.T"K rprrrrrr r Rk�9RRB21 Owes � ii A fiYi i j 1 l l I I l I I 7 l 1 I I I 01 I II 0 1