Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2009-R0170 - Contract - Allen Butler Construction Inc.- Lubbock Business Park - 04/27/2009 (3)
Resolution No. 2009-RO170 April 27, 2009 Item No. 5.5 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute a unit price construction Contract #8826 and any associated documents with Allen Butler Construction, Inc., of Ransom Canyon. Texas, for the construction of Lubbock Business Park—Phase I B (Streets, Water and Sewer) per ITB 09 -709 -BM, which Contract is attached hereto as Exhibit A and made a part hereof for all intents and purposes. Passed by the City Council this 27th day of April , 2009. TOM MARTIN, MAYOR ATTEST: Rebe, a Garza, City Secretary O/I~ `l AS TO COr Z'1% Loomis City Manager/Transportation & Public Works APOVED AS TOORM: i n iver, i orney OfCot n el DDres/A I I en But I erConstP009 Res April 14, 2009 Pate Intentionallv Left Blank _ _ No Text fa CITY OF LUBBOCK INVITATION TO BID M, TITLE: LUBBOCK BUSINESS PARK - PHASE 1B (STREETS, WATER AND SEWER) ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 09-709-BM Contract # 8826 PROJECT NUMBER: 92160 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE a Pate Intentionally Left Blank ITB # 09-709-BM, Addendum # I City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13rH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2163 FAX: (806) 775-2164 i http://purchasing.ci.lubbock.tx.us ADDENDUM # I ITB # 09-709-BM Lubbock Business Park -Phase 1B (Streets, Water and Sewer) DATE ISSUED: March 23, 2009 CLOSE DATE: April 7, 2009 @ 1:00 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' attention is directed to the following clarification provided by the Engineer: Clarification: Section 02751 "Reinforced Concrete For Site Work" (3.6) (C). Section should read: When tested with a 10-ft straight edge, pavement surface shall not have defects in excess of 1/8". Deviations in excess of 1/8" shall be corrected by diamond grinding at the expense of the Contractor. The Engineer/Owner also reserves the right to request profile testing in accordance with TxDOT Item 585 (1993 Specification). Deduct pay adjustments will apply. Bonuses will NOT be paid. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to bmacnair a,mytubbock.us. THANK YOU, CITY OF LUBBOCK swim r Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Public Works Contracting Officer if anv language, reauirements, etc., or anv combinations thereof, inadvertently restricts or limits the reauirements stated in this_ITB to a single source. Such notification must be submitted in writing and must be received by the Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. I ITB # 09-709-BM-Ad-I Page Intentionally Left Blank r� ITB # 09-709-BM, Addendum # 2 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13T" STREET (1 LUBBOCK, TEXAS 79401 I PH: (806) 775-2163 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM # 2 ITB # 09-709-BM Lubbock Business Park -Phase 1B (Streets, Water and Sewer) DATE ISSUED: April 1, 2009 CLOSE DATE: April 7, 2009 @ 1:00 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' attention is directed to the Engineer's Addendum #2, attached. 2. Bidders' attention is directed to the ***REVISED*** BID SUBMITTAL FORM, attached. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to 806-775-2164 or Email to bmacnairAmylubbock.us. THANK YOU, CITY OF LUBBOCK A" MAMA: Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's resMsibility to advise the City of Lubbock Public Works Contracting Officer if any Ian uireme its etc or any combinations thereof inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must he submitted in writing and must be received by the Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB # 09-709-BM-Ad-2 ADDENDUM N0: 2 PARKHILLSMITti&COOPER TO: All Planholdem FROM: Mark D. Haberer, PE PROJECT NAME: LBK Business Park -Phase 18 (Streets, Water and sewer) PROJECT NO.: 01.2M.07 DATE: 3/27/09 Attention of all Prospective Bldders/Pian Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated 02h 0/2009 as noted below: This Addendum consists of 19 page(s), plus 1 plan sheet. General 1) Question: We would like the opportunity to have 303 steel cylinder pipe as an alternate for the C905 PVC. Response: 303 Steel cylinder pipe is approved as an alternate to the specified C905 PVC. Refer to the modified bid submittal form and new Specification Section 02667 `"Bar -Wrapped Concrete Cylinder Pipe". 2) Question: Cost Item #3, of the Bid Form, shows a lump sum cost for doing traffic control, but there Is not traffic control plan. Will,the builder be expected to do more than simply block access to the new roadway? Response: Section 01555 "Barricades, Signs and Traffic Handling" (3.1) (A) requires the Contractor to submit a traffic control plan prepared by a licensed professional engineer. This applies to all areas where construction occurs adjacent to traffic. 3) Question: Can you please check item #16 in the bid proposal? It reads as being "8-inch Reinforced Concrete Pavement' which is the same as Item #1 & 1 believe it should be "Brick Pavers in Pedestrian areas." Response: Bid item 16 should read "Brick Pavers in Pedestrian Areas". The stated quantity is correct. Refer to the updated bid submittal form. 4) Question: Is flexterra acceptable for the light duty erosion control fabric. Response: No, it is not a permanent product, in and of itself. Also do the soil admendments have to be added and if so can they be applied in the hydromulch mix? Response: Organic and inorganic soil amendments are required, as recommended by soil testing lab, and should be mixed into the top 4" of soil, as noted in Specification Section 02920 "Lawns and Grasses" (3.3) Lawn Preparation, Item 2. Soluble Fertilizers may be applied in 'a hydromulch mix. 5) Question: How long is the contractor asked to water the seeded areas? Response: Temporary watering should be applied to seeded areas until lawn is established. A satisfactory lawn is expressed as 90% coverage, over any 10 sq. ft, and bare spots not exceeding 12 x 12 inches. Watering of new lawn is directly associated with Maintenance, see Specification Section 02920, 1.8 and 3.8 Maintenance. Water should be applied a minimum of 60 days after seeding; and if lawn is not fully established, watering should continue until lawn has become fully established, or until a permanent irrigation system is installed. A set number of days cannot be specified since the time period for the lawn establishment may vary. Dormant season water application, if required, can be reduced to 1/2 inch per two weeks, if rainfall precipitation does not occur. Arad rife, LHI P'n LUnboc:l, i'vlidlarld 1/22 651n btraei 1 Ut?i.; x:k, Texas 7942',� 806v 4If35 2210 F ix 80b 473 KOO Addendum No. 2 Page 2 March 27, 2009 ' 6) Question: In section 2920 of the specifications it states that the topsoil is to have a PH range of 5.6 to 7 and a min. of 2% organic material. We are also instructed to reuse surface soil stockpiled on site. Will the on -site material be required to be tested to see 0 it meets the above specification? Response: It is anticipated that the contractor will be able to strip and stockpile topsoil for reuse after construction is completed. However, on -site topsoil must still meet the requirements of ASTM D5268. The Owner will not test the existing topsoil prior to bidding. It is the Contractor's F responsibility to confirm this as necessary. If it is necessary to import additional topsoil material, { this material shall also meet the requirements of the specifications. 7) The Contractor shall anticipate stockpiling excess material along Ursuline St. at the south end of the Business Park. f. 8) Question: Does this project have a ride spec? Response: Yes, refer to Addendum No. 1. 9) Question: Regarding Bid Item #60, please confirm the quantity. Response.: The correct quantity for bid item # 60 (12" gate valve and box) is two (2). Refer to the revised bid submittal form. 10) Question: Is there an approved equal for the Raven Lining system? Response: There are no preapproved equals for this material. The Contractor will be allowed to submit alternate products for consideration during the submittal phase. 11) Question: What type of 20" pipe are we tying into near the fire training facility? Response: The existing pipe is steel cylinder reinforced concrete pipe. 12) Clarification: AT&T has not yet Installed fiber optic cable along the south side of Lubbock Business Park Blvd. However, a fiber installation project is out to bid and it is anticipated that the fiber will be installed ahead of ITB #09-709-BM. The Contractor shall anticipate coordination with AT&T. Specifications 1) Bid Submittal Form — See updated form. 2) Simultaneous to the construction of this project, the Owner will have another project under construction. Limits of the 2 projects will overlap from Station 0+00 to 12+00 as shown on Sheet C- 101-W-S. In order to accommodate both projects, work in this area will be phased such that the sanitary sewer installation occurs first. Upon completion of the sanitary sewer installation, the landscape/irrigation contractor will commence installation of an 8" irrigation main in the location shown in the plans. However, the Contractors on both projects shall anticipate some degree of coordination and each shall fully accommodate the other. The Engineer shall be involved in all coordination discussions. Specification Section 01000 "Special Conditions" (1.4) (and all other areas where project phasing is referenced) shall read: a) Phase is (45 calendar days following NTP) — Includes all Package 2 work from Station 0+00 to 12+00 as shown on Sheet C-101-W-S. At the end of the 45 day period the landscape/irrigation contractor shall be allowed to commence work in this area, liquidated damages in the amount of $875 will be applied to every day beyond the allotted 45 calendar days for Phase 1a. b) Phase 1 b (122 calendar days following NTP) — Includes balance of Package 2 work. This work can occur simultaneous with Phase la, but must not disrupt the Phase is work. Liquidated damages in the amount of $875 will be applied to every day beyond the allotted 122 calendar days for Phase 1 b. c) Phase 2 (274 calendar days following NTP or 152 calendar days following acceptance of Phase 1a and 1b work) — Includes all Package 1 work. d) Package 2 must be fully complete, tested and accepted prior to commencing with Package 1. 3) Add Specification Section 01400 "Quality Requirements". See specification section attached. The Contractor will be required to provide construction materials testing for all Package 2 work. The City of Lubbock testing lab will provide construction materials testing for all Package 1 work. 4) Specification Section 01410 "Testing Laboratory Services". DELETE ENTIRE SECTION j Addendum No. 2 Page 3 March 27, 2009 5) Specification Section 02518 "Interlocking Concrete Pavers' a) (2.1) (B) (1) -- Color of the ADA Detectable Warning Pavers shall match the existing truncated pavers installed on previous phase. 6) Add Specification Section 02667 "Bar -Wrapped Concrete Cylinder Pipe". See specification section r attached. 7) Specification Section 02751 "Reinforced Concrete for Site Work" (2.3) (C) (3). The coarse aggregate gradation table shall read "Percent Passing". All values are correct as stated. 8) Specification 02920 "Lawns and Grasses" a) (2.8) (A) - GreenArmor 7020 System or approved equal shall be used in all areas designated as "Heavy Duty" erosion control fabric. b) Delete (2.8) (B), (C) and (D) ' c) Add new (2.8) (B) - 'North American Green (NAG) 350 or approved equal shall be installed in all areas designated as light duty" Plans 1) Package 1 - Seeding Limits shall be all site areas within the "Limits of Disturbance" as shown on Sheet G005. 2) Package 1 - Add Sheet L-101, Landscape Erosion Control Plan. 3) Package 2 - Sheet C-109 W-S - Addition of 32" steel casing in bore where 20" water line crosses beneath AT&T pullbox along MLK. Casing will be centered at approximate Station 11+65. The top of casing shall be 3-ft below the bottom of the pullbox. According to AT&T, the bottom of the pullbox is approximately 3-ft below ground surface. 4) Package 2 - C-109 W-S: Remove and replace AT&T concrete drive (6" thick with #4 bars at 12" OCEW) at Station 19+00 In conjunction with 20" water line installation. Replace base material as necessary. Removal and replacement will be on a lump sum basis. Contractor shall be responsible for verifying the size of the concrete drive approach. r BRIAN M. STE ........ N..MINNN _ mis Respectfully submitted, PARKHILL, SMITH & COOPER, II Rece dendurn thali be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By: OF r F KA'fJ*4 YN LUST S-2-?-401 C Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 01400 QUALITY REQUIREMENTS 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 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Construction materials testing services are required by the Contractor in order for the Engineer to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality -control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's quality - control procedures that facilitate compliance with the Contract Document requirements. C. The City of Lubbock tab will perform testing on Package 1 work. The Contractor shall be responsible for providing construction materials testing for Package 2 work. 1.3 DEFINITIONS A. Construction Materials Engineering (CME): The assessment of a construction material for quality, appropriateness and acceptability is considered an engineering activity. The Contractor will not provide CME services for this project. CME services will be performed by the Engineer. B. Construction Materials Testing (CMT): Within the context of Construction Materials Engineering, CMT includes collecting of samples, performing well-defined test procedures, and reporting of such data. The Contractor will provide CMT for Package 2 of this project. C. Quality -Assurance Services: Activities, actions and procedures performed by the Contractor before and during execution of the Work. Engineer will determine if the results of the Contractor's activities, actions and procedures are acceptable in guarding against defects and deficiencies and in ensuring that proposed construction complies with requirements. D. Quality -Control Services: Tests, inspections, procedures, and related actions performed by the Contractor during and after execution of the Work with results provided to the Engineer to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. 01229507 QUALITY REQUIREMENTS 01400 - 1 03/09 ADDENDUM NO.2 ,f Lubbock Business Park Phase 1 B Streets, Water and Sewer 1.4 SUBMITTALS A. Qualification Data: For individuals employed by Contractor who will perform testing as required by the various specification Sections, submit at least 30 days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual is qualified to perform. For outside testing agency employed by Contractor, submit at least 30 days prior to being used on the project the name, address and manager of such testing agency and the types of tests that the agency is qualified to perform. Such testing agency shall be acceptable to Owner prior to being used on the project. B. Reports: Prepare and submit written reports within 14 days following the date of the test that include the following: 1. Date of issue. 2. Project title and number. 3. Name, address and telephone number of testing agency. If individual employed by Contractor, use Contractor's name, address and telephone number. 4. Dates and locations of samples and tests. 5. Names of individuals making tests. 6. Description of the work and test method. 7. Identification of material, product and specification Section. S. Complete test data. 9. Test results. 10. Ambient conditions at time of sample taking and testing. It. Provide a statement indicating if the test passed or failed according to the specified Contract Document requirements and the applicable specification Section. 12. Name and signature of individual performing the test if employee of Contractor, or name and signature of testing agency responsible person. C. Professional Engineer Qualifications: Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Testing Agency or Contractor Employee Qualifications: An agency or Contractor Employee with the experience and capability to conduct testing indicated, according to reference standards, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. The Contractor shall not perform preconstruction testing except through a third -party testing agency. F. Testing Agency Responsibilities: Submit written report containing the results of each test to Contractor. State in each report whether tested work passes or fails the specified Contract Document requirements and the applicable specification section. 1.5 QUALITY CONTROL A. Owner Responsibilities: Where quality -control services are indicated as Owner's or Engineer's responsibility, such services may be performed by Owner's own forces or by a qualified testing agency to perform these services. 1. Owner or Engineer will furnish Contractor with names, addresses and telephone numbers of testing agencies engaged by Owner. 2. Owner may elect to have own forces, or a third -party testing agency, observe and report on competency of Contractor's personnel performing quality control testing, inspect and report on Contractor's quality control testing equipment and the 01229507 QUALITY REQUIREMENTS 01400 - 2 03/09 ADDENDUM NO.2 r l_ i Lubbock Business Park Phase I B Streets, Water and Sewer calibration of that equipment, and inspect and report on Contractor's procedures for quality assurance of construction materials tests and test reports. 3. Results from tests performed by Owners forces or third party testing agency remain the property of the Owner. The third party agency personnel are obligated to report results of such tests only to the Owner or Engineer, not the Contractor. The Owner or Engineer shall inform the Contractor of such results at their discretion. 4. The Owner shall notify the Contractor of reported deficiencies revealed by the above inspections and observations. The Contractor shall correct such deficiencies. Should such deficiencies remain uncorrected, then the amount of the work represented by the deficiencies will be deemed as not conforming to the requirements of the contract documents and the specifications. B. Contractor Responsibilities: Provide quality control services required in the various specification Sections. 1. Where third -party testing agency is engaged by Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. 2. Contractor shall not engage the same testing agencies as the Owner, unless the Owner agrees in writing to such engagement. 3. Where testing is indicated as Contractor's responsibility, submit written reports in duplicate of each testing service, whether performed by Contractor's personnel or Contractor -engaged testing agency. Such reports shall include failing tests and retests. 4. Testing requested by Contractor and not required by Contract Documents are Contractor's responsibility. 5. Cooperate with Owner and Engineer for Owner's testing of work. Once the Owner or Engineer has given prior notification to the Contractor that confirmation testing by the Owner is to be performed, the Contractor shall provide or leave in place trench shields, ladders, elevators, lifts, or other equipment or temporary construction related to safety, access, and ingress -egress such that the Owner's testing representative can have safe accessibility to the specific site to be tested. Failure to provide these items when confirmation testing is scheduled shall be considered prima facie evidence that the work does not meet specifications and the Owner has the option of withholding payment for the work quantity that the test would represent. 6. Where Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: Regardless of whether original tests were Contractor's responsibility, provide quality -control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests and inspections. I. Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. 2. Prepare a test report and state in each report whether tested and inspected work passes or fails the specified requirements. 3. Submit a written report, in triplicate, of each test. 01229507 QUALITY REQUIREMENTS 01400 - 3 03/09 ADDENDUM NO.2 Lubbock Business Park Phase I B Streets, Water and Sewer 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality -control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: I . Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantifies of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field -curing of test samples. 5. Additional associated services required of Contractor for testing access are listed in the specification Sections. 6. Delivery of samples to testing agencies. 7. Preliminary design mix proposed for use for material mixes that require control by testing agency. S. Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. l . Schedule times for tests, inspections, obtaining samples, and similar activities. 2. Notify Owner's Representative at least 1 day prior to when testing of any kind is to be performed. G. Schedule of Tests and Inspections: Prepare a preliminary schedule of tests, inspections, and similar quality -control services required by the Contract Documents. Submit schedule within 30 days of date established for Notice to Proceed. 1. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. END OF SECTION 01400 01229507 QUALITY REQUIREMENTS 01400 - 4 03/09 ADDENDUM NO.2 Lubbock Business Park Phase I Streets, Water and Sewer SECTION 02667 BAR -WRAPPED CONCRETE CYLINDER PIPE 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment, equipment and incidentals necessary to install bar -wrapped concrete cylinder pipe and fittings, and specials, including connections and appurtenances as required for the proper installation and function of the system as indicated herein. 1.02 QUALITY ASSURANCE A. EXPERIENCE REQUIREMENTS Finished pipe shall be the product of one (1) manufacturer that has had not less than 5 years successful experience manufacturing pipe of the types and sizes indicated. Pipe Manufacturing operations (pipe, fitting, lining, coating) shall be performed at one (1) location. B. FACTORY TESTING 1. The Owner reserves the option to have an independent testing laboratory, at the Owner's expense, inspect pipe and fittings at the Pipe Manufacturer's plant. The Owner's testing laboratory and Engineer shall have free access to the Manufacturer's plant.- The pipe manufacturer shall notify the Owner, in writing, at least two (2) weeks ahead of pipe fabrication as to start of fabrication and fabricating schedule so that the Owner can advise the Manufacturer as to Owner's decision regarding tests to be performed by an independent testing laboratory. In event the Owner elects to retain an independent testing laboratory to make material tests and weld tests, it is the intent that the tests be limited to one (1) spot testing of each category unless the tests do not show compliance with the standard. If these tests do not show compliance, the Owner reserves the right to have the laboratory make additional tests and observations. 2. The Owner will require the Manufacturer to furnish null test certificates on reinforcing steel or wire, steel plate, and cement. The Manufacturer shall perform the tests described in AWWA C303, for all pipe, fittings, and specials. 3. Absorption test. A water absorption test shalt be performed on samples of cured motor coating taken from each working shift. The mortar coating samples shall have been cured in the same manner as the pipe. A test value shall consist of the average of a minimum of three samples taken from the same working shift. The test method shall be tom: in accordance with ASTM C 497, Method A. The average absorption value for any test 01229507 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-1 Lubbock Business Park Phase I Streets, Water and Sewer shall not exceed 9 percent and no individual sample shall have an absorption exceeding 11 percent. 4. Strength of Coating: Tests shall be made of cured mortar coating for the purpose of qualifying the mortar coating machine and the mortar mix design. One -inch (I") cubes shall be tested in accordance with ASTM C 109. The equivalent cylinder compressive strength of the mortar (0.74 times the cube strength) shall not be less than 5,500 psi in 28 days. C. MANUFACTURER'S TECHNICIAN FOR PIPE INSTALLATION During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained, qualified, job experienced technician assistant as necessary in pipe laying and pipe jointing. This technician shall assist and advise the Construction Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. The technician is not required to be on -site full time; however, the technician shall be on -site during the first two weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. 1.03 SUBMITTALS Submittals shall be in accordance with Section 01300, CONTRACTOR'S SUBMITTALS and shall include: 1. Prior to the creation of fabrication and laying shop drawings, the Contractor shall submit drawings to the Engineer showing the northing, easting, and top of pipe elevation at each joint location where the proposed pipe connects to existing pipes. 2. Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer as shop drawings. Shop drawings shall include a complete description of the pipe offered, including cuts, tabulated layout and pertinent design data. Shop drawings shall reference stationing on the plantprofile sheets and shall incorporate changes necessary to avoid conflicts with existing utilities and structures and adjustments necessary to make tie-ins. Details for the design and fabrication of all fittings and specials and provisions for thrust shall be included. 3. Prior to delivery of the pipe to the project site, the Manufacturer shalt furnish and affidavit certifying that all pipe, fittings and specials, and other products and materials furnished, comply with this specification and AWWA C303. Copies of results of factory tests and mill certificates for steel and cement shall be provided, including chemical and physical test results for each heat of steel. 4. Certified test reports for factory and field welder certification. 5. Prior to final completion, submit as -built, top -of -pipe survey as Record Data. Top -of - pipe survey shall include station and tap -of -pipe elevations for each pipe joint. Survey information shall be provided on Contractor's "As Built" drawings. 0I229507 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-2 Lubbock Business Park Phase I Streets, Water and Sewer 1.04 STANDARDS Except as modified or supplemented herein, bar -wrapped concrete cylinder pipe shall conform to the applicable requirements of the following standard specifications, latest edition. ANSI/NSF Standard 61 AWWA C303 Standard for Concrete Pressure Pipe — Bar -Wrapped, Steel Cylinder Type AWWA M9 Manual: Concrete Pressure Pipe ASTM A 33 Standard Specification for Concrete Aggregates ASTM A 570 Standard Specification for Steel, Sheet and Strip, Carbon, Hot Rolled, Structural Quality. ASTM C 144 Specification for Aggregate for Masonry Mortar ASTM C 150 Specification for Portland Cement ASTM D 698 Test for Moisture -Density Relations for Soils 1.05 DELIVERY AND STORAGE A. PACKING 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach project site in an undamaged condition. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 2. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant, the pipe lining shall be protected from drying by means of plastic end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times until ready to be placed in the trench. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. 3. Pipe shall be carefully supported during shipment and storage. Pipe, fittings, and specials shall be separated so that they do not bear against each other in transmit. Ship pipe on padded bunks with tie -down straps. Store pipe on padded skids, sand, or dirt berms, tires, or other suitable means to protect the pipe from damage. 4. Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. B. MARKING FOR IDENTIFICATION Each joint of pipe and each fitting shal l have plainly marked on one end, the class for which it is designed, the date of manufacture, and the identification number as shown on the shop 01229507 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-3 Lubbock Business Park Phase 1B Streets, Water and Sewer drawings. Beveled pipe shall be marked with the amount of bevel. The top centerlines shall be marked on all specials. C. POINT OF DELIVERY It is desired that pipe be hauled directly from pipe plant to the project site and strung along pipeline route, thus avoiding rehandling of pipe and the possibility of damage thereto. Where fully loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at access points along the route, and brought to the trench side by approved methods; however, the Contractor shall be responsible that pipe is undamaged at the titre= of laying. 2.00 PRODUCTS 2.01 MATERIALS A. CEMENT: Cement for use in concrete and mortar shall be Type I Portland Cement conforming to ASTM C 150. B. AGGREGATES: Aggregates for concrete lining and coating shall conform to ASTM C-33. C. SAND: Sand used for inside and outside joints shall be of silica base, conforming to ASTM C-144, D. SPECIAL COATING: Pipe to be laid in casing shall have two (2) built-up rings or mortar each approximately 2' long and slightly higher than the pipe bell to prevent pipe being supported by the bell. Rings to be at the quarter points of the pipe section. E. STEEL: Steel shall meet the requirements of AWWA C-303. Steel shall be homogeneous and shall be suitable for field welding. F. THREADED OUTLETS: Where outlets or taps are threaded, furnish and install brass bushings and plugs for the outlet size indicated. 2.02 MIXES; CEMENT MORTAR Cement mortar used for pipe joints shall consist of one (1) part Portland Cement and two (2) parts clean, fins, sharp silica sand, mixed with water. Exterior joint mortar shalt be mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Cement shall be ASTM C-150, Type I. Sand shall conform to ASTM C-144. Cement mortar used for patching shall be mixed as per cement mortar for inside joints. Water for cement mortar shall be treated and suitable for drinking water. Bonding agent for interior joints and pipe patching shall be Prebond Epoxy Bonding Agent ET- 150, parts A and B, Sikadur 32 Hi -mod or approved equal. 2.03 MANUFACTURED PRODUCTS A. PIPE 1. GENERAL 01229507 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE } 02667-4 Lubbock Business Park Phase I B Streets, Water and Sewer Pipe, specials and fittings shall be designed, manufactured, and tested in accordance with the applicable requirements of AWWA C-303 and AWWA M-9, and the special requirements of this specification. All pipe shall have the NSF Seal of Approval. 2. PIPE DESIGN CRITERIA Pressure class pipe shall be 235 psi. The working pressure plus transient pressure shalt be equal to 1.5 times the pressure class specified. Fittings, specials and connections shall be same class as the associated pipe. Pipe and fittings shall be clearly marked with the pressure class and piece number to permit easy identification in the field. Pipe design shall be based on trench conditions and design pressure class specified. Pipe shall be designed according to the methods indicated in AWWA C-303 and AWWA Manual M-9 for trench construction, using the following parameters. a. Unit Weight of Fill (w) = 130 pcf ± b. Live Load = AASHTO HS 20 c. Trench Depth = As indicated in Plans and Specifications d. Coefficient Ku' = 0.150 e. Trench Width (Bd) = As indicated f. Bedding Conditions = As indicated g. Soil Reaction Modulus — (E') = See Specification Section 02222 Excavating h. Coefficient k = 0.090 i. Maximum steel stress at working pressure = 18,000 psi j. Maximum calculated deflection, Dy = Dx = 1.0% Trench depth indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows. 3. PROVISIONS FOR THRUST a. Thrusts at bends, tees, plugs, or other fittings shall be resisted by thrust blocking as indicated on the drawings. b. Restrained joints, where identified on the drawings, shall be used for a sufficient distance from each side of the bend, tee, plug, or other fitting to resist thrust which 01229507 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-5 Lubbock Business Park Phase I Streets, Water and Sewer will be developed at the design pressure of the pipe. For the purpose of thrust restraint, design pressure shall be 1.5 times pressure class (working pressure). Restrained Joints shall consist of welded joints. In areas where restrained joints are used for thrust restraint, the pipe shall have adequate cylinder thickness to transmit the thrust forces. For welded joints, if the thickness of the steel cylinder adjacent to the welded joint is greater than or equal to 0.1875 inches, the joints shall be prepared by trimming the spigot in the shop. c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with welded joints, the pipe cylinder thickness necessary to resist thrust forces, and all other provisions necessary for thrust restraint shall be determined by the pipe manufacturer, in accordance with the following. 1) The Weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe. 2) Soil density = l 10 pcf (maximum value to be used). 3) Coefficient of friction = 0.3 (maximum value to be used). 4) The above applies to unsaturated soil conditions. In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for the backfill below the water table, and the coefficient -of friction shall be reduced to 0.25. 5) For horizontal bends, the minimum length of pipe to be restrained shall be ' calculated as follows: For deflections less than 60°, Eli L=PAsin GV2) f (We + Wp + Ww) For deflections greater than 6(°, L=PA0—cos A) f(We+Wp+Ww) L = Length of pipe to be restrained �F P = 1.5 times the working pressure A = Cross sectional area of pipe steel cylinder I.D. = Deflection angle We = Weight of earth Wp = Weight of pipe 01229507 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-6-' } Lubbock Business Park Phase I B Streets, Water and Sewer Ww = Weight of water F = Coefficient of friction 4. INSIDE DIAMETER The inside diameter, including the cement mortar lining, shall be a minimum of the nominal diameter of the pipe specified. B. JOINT WRAPPERS: Similar and equal to those manufactured by Mar -Mac Manufacturing Company. C. INSULATED CONNECTIONS AND FLANGE GASKETS: Insulating connections and flange gaskets shall meet the requirements of Project Specification 02665 WATER WORKS PIPING, VALVES AND FITTINGS. D. FLEXIBLE JOINT COUPLINGS AND EXPANSION JOINTS: See section 02665, WATER WORKS PIPING, VALVES AND FITTINGS. E. PIPE ENDS: The standard pipe end shall include Camegie steel joint ring as per AWWA Manual M-9 and AWWA C-303. Welded joints shall be provided at all joints unless otherwise specified on the plans. Harnessed joints and flanged joints shall be provided where indicated on the plans. Harnessed joints may be used in lieu of welded joints adjacent to structures, if approved by the Engineer. F. FLANGES: Flanges shall conform to ANSI Drilling of class equal to or greater than the pipe class, unless otherwise specified, and shall match class of valves or appurtenances which are attached. Dilling pattern shall match pattern of valve or fitting which will be attached. G. BEND FITTINGS: All bend fittings shall be long radius to permit easy passage of pipeline pigs- H. F1ITINGS IN VAULTS: Pipe fittings in vaults shall have a minimum cylinder thickness of 0.25 inches, and shall meet the requirements of AWWA C-200. Exposed piping and valves in vaults shall have an epoxy coating. I. NUTS AND BOLTS: All nuts and bolts shall be stainless steel. Use an anti -seize compound during installation. 3.W EXECUTION 3.01 INSTALLATION A. GENERAL 1. Install pipe, fittings, specials, and appurtenances as specified and required for the proper functioning of the completed pipeline. Install pipe, fittings, and specials in accordance 01229507 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-7 Lubbock Business Park Phase 1 B Streets, Water and Sewer with the Manufacturer's recommendations and AWWA M9. Pipe shall be laid to the line and grade indicated. 2. Maximum allowable pipe deflection is limited to 1 % for bar -wrapped concrete cylinder pipe measured in any direction. Contractor shall repair pipe not meeting this requirement at no additional cost to the Owner. B. PIPE HANDLING 1. Haul pipe, fittings, valves and other accessories to the job site. At all times handle the pipe with care to avoid damage. Load and unload pipe using hoists or cranes as specified below. Under no circumstances shall they be dropped. 2. At all times handle pipe with wide nonabrasive stings, wire ropes, belts or other equipment designed to prevent damage to the coating, and keep this equipment in such repair that its continued use is not injurious to the coating. The use of tongs, bare -pinch bars, chain slings, or pipe hooks without proper padding or any other handling equipment which the Engineer deems to be injurious to the coating shall not be permitted. Provide adequate spacing of pipe supports to prevent cracking or damage to the cement mortar lining. 3. Carefully observe the pipe for cracking and check the inside lining and coating, and should cracking occur, take immediate steps to protect the pipe. Have the Pipe Manufacturer repair any joint of pipe that has shrinkage cracks with a width of U16" or greater in the inside lining by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove from the project site. 4. Have the Pipe Manufacturer repair any joint of pipe that has exterior coating cracks larger than 0.005" (a hairline) by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove from the project site. 5. Remove, replace or reject any disbanded lining or coating. Apply bonding agent to patch area. A patch larger than 100 square inches or 12" in greatest dimension shall not be accepted. Adequately cure patches. 6. Provide the proper implements, tools, equipment and facilities for safe and convenient prosecution of the work. Lower pipe, fittings, specials, valves, etc. into the trench by means of a crane or other machine. Do not roll or dump into the trench. The crane shall be of sufficient size for handling the pipe, and shall lift and lower the pipe at a slow rate of speed. The crane shall be capable of stopping the lifting operation at any point without producing a shock or otherwise jerking or vibrating of the pipe. 7. Keep the pipe clean during the laying operation and free of sticks, dirt, and trash. At the close of each operating day, effectively seal the open end of the pipe using a gasketed night cap. C. PIPE JOINTING 01229507 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-8 Lubbock Business Park Phase 1 B Streets, Water and Sewer 1. GENERAL Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping. If any damage to the protective coating on the metal has occurred, repair the damage before laying the pipe. Lubricate the gasket and the inside surface of the bell with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. Tightly fit together sections of pipe and exercise care to secure true alignment and grade. When a joint of pope is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and push into position. The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the Pipe Manufacturer. No "blocking up" of pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly, remove the joint and properly prepare the trench. After joining, check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. For interior welded joints, complete backfill before welding. After welding, apply the interior joint coating. 2. EXTERIOR JOINTS Make the exterior joint by placing a joint wrapper around the pipe and secure in place with two (2) metal straps. The wrapper shall be 9" wide for pipe 36" and larger, and 7" wide for smaller pipe, hemmed on each side. The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. Fill the joint with mortar from one side in one (1) continuous operation until the grout has flowed entirely around the pipe. During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel and entrapped air. Leave wrappers in place undisturbed until the mortar has set-up. 3. INTERIOR JOINTS Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash that has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. Where the mortar joint opening is one inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar into the joint space and take extreme care to insure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. Interior joints of pipe 2V and smaller shall have the bell buttered with mortar, prior to inserting the spigot such that when the spigot is pushed into position it will extrude surplus mortar from the joint. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or an inflated ball through the pipe with a rope. f 01229507 __, 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-9 Lubbock Business Park Phase l B Streets, Water and Sewer 4. WELDED JOINTS a. Thirty-six inch and smaller pipe shall be welded from the outside using the following procedures: Telescope together the joints to be welded with a rubber gasket as specified above and align perfectly with the adjacent section of pipe. Accomplish welding by laying a filler rod between the steel bell of one (1) section and the steel spigot of the other, and welding the bell to the outside of the spigot. Use no less than three (3) complete passes to make the weld. When the joint weld is completed, pour the exterior joint with mortar as specified above. After all sections are in final position, fill the interior joint as specified above. Welded joints shall meet the requirements of AWWA Manual M9. b. Forty-two inch and larger pipe shall be welded from the inside, using the following procedures: Joint spigots shall be trimmed where the stress in the gasket groove exceeds 12,000 psi due to axial thrust load. Trim the joint ring behind the gasket groove. After the adjacent pipe sections are aligned and tack welded, weld the bell to the spigot with a full fillet weld. Welded joints shall meet the requirements of AWWA Manual M-9. When a joint weld is completed, grout the inside joint, pour the exterior joint with mortar as specified above. c. General weld requirements shall be as follows: 1) Weld joints in accordance with the AWWA C-206 for Field Welding of Steel Water Pipe. Unless otherwise specified, welds shall be full circle fillet welds. 2) Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. 3) After the pipe has been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by jacking, shimming, or tacking to obtain clearance tolerance around the periphery of the joint. In no case shall the clearance tolerance be permitted to accumulate. 4) Before welding, thoroughly clean pipe ends. Weld pipe by machine or by the manual shielded arc process. Welding shall be performed so as not to damage lining or coating. Cover the coating as necessary to protect from welding. 5) Furnish labor, equipment, tools and supplies, including shielded type of welding rod. Protect welding rod from any deterioration prior to its use. If any portion of a box or carton is damaged, reject the entire box or carton. 6) In all hand welding, the metal shall be deposited in successive layers. For hand welds, not more than 1/8" of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the 01229507 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-10 Lubbock Business Park Phase I Streets, Water and Sewer succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side shall not be permitted. 7) Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. 8) If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. 9) Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each steel welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 10) Use only competent, skilled and qualified workmen. Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C-206 before being allowed to weld on the line. a. Hanson Pipe and Products, Inc, or approved equal. 11) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of the joints in the line. Any welder making defective welds shall not be allowed to continue to weld. 12) Dye penetrant tests in accordance with ASTM E165, or magnetic particle tests, shall be performed by the Contractor's independent testing laboratory on all welded joints. Welds that prove to be defective will be replace or repaired, whichever is deemed necessary by the Engineer, at Contractor's expense. 13) If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of the physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. D. PROTECTION OF BURIED METAL Protect buried ferrous metal such as flanges, nuts, bolts, dresser couplings, etc. by applying two wraps of Trenton No. 1 wax tape, and encasing it with flowable fill. E. PATCHING 1. Excessive field -patching of lining or coating shall not be permitted. Patching of lining or coating will not be allowed where area to be repaired exceeds 100 square inches or has dimensions greater than IT'. In general, there shall not be more than one patch on either the lining or the coating of any one joint of pipe. 01229507 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-11 µ Lubbock Business Park Phase 1 B Streets, Water and Sewer 2. Wherever necessary to patch the pipe, make patch with cement mortar as previously specified for interior joints. Apply a bonding agent to a clean, dry surface prior to cement mortar patch. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the Engineer. Promptly remove rejected pipe from the site. F. PIPE BEDDING AND BACKFILL Pipe bedding and backfill shall be as shown on plans, Sheet C-501 Detail A3. 3.02 FIELD QUALITY CONTROL A. Perform hydrostatic test as specified in Section 02665 WATER WORKS PIPING, VALVES AND FITTINGS Part 3.13. B. Disinfect pipeline as specified in Section 02665 WATER WORKS PIPING, VALVES AND FTITINGS Part 3.14. 01229507 03109 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-12 i i _3 U. p���=��;9e *** REVISED*** BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: ITB-09-709-BM - LUBBOCK BUSINESS PARK - PHASE 1B (STREETS, WATER AND SEWER) ri Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) rJ Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a LUBBOCK BUSINESS PARK - PHASE 1B (STREETS, WATER AND SEWER), 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 I Base Bid (Package 1) , l . 1 LS Contractor Mobilization/Demobilization (not to exceed 8% of the total bid) 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 Stormwater Pollution Prevention Plan (SWPPP) and Erosion Control Measures. 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.) 1 LS Traffic Control. 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 govem.) 4. 20 AC Site clearing and grubbing. TOTAL ITEM #4: $ /AC( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 5. 269 LF Demolition of existing concrete curb and gutter. TOTAL ITEM #5: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 6. 1 LS Demolition of irrigation valves and related irrigation line, including backfill of trench. 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 govem.) 7. 30 SY Demolition and removal of concrete median, including asphalt repair and nose reconstruction. TOTAL ITEM #7: $ /S)( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 8. 1 LS Signage (including removal of existing and installation of new). TOTAL ITEM #8: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 9. 1,730 SF Pavement Marking (including reflectors). TOTAL ITEM #9: $ /SF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 10. 35,630 CY Excavation (includes cut to top of subgrade in paved areas). TOTAL ITEM #10: $ /CY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 11. 12,540 CY Embankment (fill). TOTAL ITEM #11: $ /CY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 12. 34,450 SY 12" Subgrade Preparation, 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. 31,527 SY Chip seal. TOTAL ITEM #13: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 14. 102 TON TxDOT Item 340 Type D HMAC, complete in place. TOTAL ITEM # 14: $ /TON( ) (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 Item Estimated No. Quantity & Unit Description of Item Total Amount 15. 27,900 SY 8-inch Reinforced Concrete Pavement, complete in place. TOTAL ITEM #15: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 16. 1,927 SY Brick Pavers in pedestrian areas, complete in place. TOTAL ITEM #16: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 17. 1,175 SY Brick pavers in traffic areas, complete in place. TOTAL ITEM #17: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 18. 10 EA Type A accessible ramps. 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. 6 EA Type C accessible ramps, complete in place. TOTAL ITEM #19: $ /EA{ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 20. 10,200 LF 30-inch Concrete Curb and Gutter, complete in place. TOTAL ITEM #20: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 21. 2,854 LF 30-inch Sawtooth Curb and Gutter, complete in place. TOTAL ITEM #21: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 22. 1,287 CY Rock riprap (including filter fabric). TOTAL ITEM #22: $ /CY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem) 23. 1,245 SY 5' Concrete valley gutter. TOTAL ITEM #23: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 24. 360 SY 2' Concrete valley gutter. TOTAL ITEM #24: $ /SY( ) (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 Item Estimated No. Quantity & Unit Description of Item Total Amount 25. 202 LF Double 10' x 1.66' box culvert. TOTAL ITEM #25: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 26. 100 LF Single 10' x 1.66' box culvert. TOTAL ITEM #26: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 27. 230 LF 3' x 2' precast concrete box culvert. TOTAL ITEM #27: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.) 28. 227 LF 4' x 2' precast concrete box culvert. TOTAL ITEM #28: $ ILF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 29. 2 EA Cast -in -place concrete headwall for double 10' x 1.66' box -culvert (including safety end treatments). TOTAL ITEM #29: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.) 30. 1 EA Cast -in -place concrete headwall for single 10' x 1.66' box culvert (including safety end treatments) TOTAL ITEM #30: $ I A� } (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 31. 3 EA Cast -in -place headwall for 3' x 2' precast concrete box culvert (including safety end treatments). TOTAL ITEM #31: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 32. 2 EA Cast -in -place headwall for 4' x 2'precast concrete box culvert (including safety end treatments). TOTAL ITEM #32: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 33. 1 LS Box culvert junction box. TOTAL ITEM #33: $ /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 Item Estimated No. Quantity & Unit Description of Item Total Amount 34. 9 AC Hydro mulch, fertilizing and watering. TOTAL ITEM #34: $ /AC( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 35. 5,900 SY Light duty erosion control fabric, complete. TOTAL ITEM #35: $ /S)( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 36. 3,800 SY Heavy duty erosion control fabric, complete. TOTAL ITEM #36: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 37. 1 LS Street lighting systems and related electrical, complete. TOTAL ITEM #37: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) SUB -TOTAL BASE BID (PACKAGE 1), ITEMS #1- #37: MATERIALS: TOTAL BID ITEMS #1 - #37: $ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Base Bid WackaEe 2 38. 1 LS Contractor Mobilization/Demobilization (not to exceed 8% of the total bid). TOTAL ITEM #38: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 39. l LS Stormwater Pollution Prevention Plan (SWPPP) and Erosion Control Measures. TOTAL ITEM #39: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 40. 1 LS Traffic Control. TOTAL ITEM #40: $ /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 Item Estimated No. Quantity j & Unit Description of Item Total Amount r 41. 12,826 LF Heavy polyethylene warning tape, furnished and installed. TOTAL ITEM #41: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 42. 166 LF Furnish and install 10" sanitary sewer line (14'-18' depth), complete in place. TOTAL ITEM #42: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 43. 605 LF Furnish and install 10" sanitary sewer line (18'-22' depth), complete in place. TOTAL ITEM #43: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 44. 158 LF Furnish and install 10" sanitary sewer line (22'-26' depth), complete in place. TOTAL ITEM #44: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 45. 300 LF Furnish and install 12" sanitary sewer line (6'-10' depth), complete in place. TOTAL ITEM #45: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 46. 650 LF Furnish and install 12" sanitary sewer line (10'-14' depth), complete in place. TOTAL ITEM #46: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 47. 450 LF Furnish and install 12" sanitary sewer line (14'-18' depth), complete in place. TOTAL ITEM #47: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 48. 1,382 LF Furnish and install 12" sanitary sewer line (18'-22' depth), complete in place. TOTAL ITEM #48: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 49. 1,045 LF Furnish and install 12" sanitary sewer line (22'-26' depth), complete in place. TOTAL ITEM #49: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 50. 18 EA Furnish and install standard coated or fiberglass manhole (0-6' depth), complete in place. TOTAL ITEM #50: $ /EA( ) (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 Item Estimated No. Quantity & Unit Description of Item Total Amount t 51. 250 VF Furnish and install extra depth to standard coated or fiberglass manhole. TOTAL ITEM #51: $ /VFW ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 52. 1 EA Tie-in to existing sanitary sewer manhole, on North Elm Ave., complete in place. TOTAL ITEM #52: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 53. 1 EA Tie 12" proposed water line into existing stub on Lubbock Business Park Blvd., complete in place. Vill TOTAL ITEM #53: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) t 54. 1 EA Tie 20" proposed water line into existing 20" waterline at Martin Luther King Jr. Blvd., complete in place. TOTAL ITEM #54: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 55. 12,826 LF Provide and utilize trench safety equipment during excavations of utility lines as required by OSHA. TOTAL ITEM #55: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 56. 2,410 LF Furnish and install 10" C900 DR 18 PVC water line, complete in place. TOTAL ITEM #56: $ /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 57. 3,280 LF Furnish and install 12" C900 DR 18 PVC water line, complete in place. TOTAL ITEM #57: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 58. 2,315 LF Furnish and install 20" C905 DR 18 PVC water line, complete in place. �� TOTAL ITEM #58: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 59. 14 EA Furnish and install 10" gate valve and box, including all appurtenances, complete in place. TOTAL ITEM #59: $ /EAR ) t (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 1 Bidder's Initials a Item Estimated No. Quantity & Unit Description of Item Total Amount 60. 2 EA Furnish and install 12" gate valve and box, including all appurtenances, complete in place. TOTAL ITEM #60: $ /EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 61. 1 EA Furnish and install 20" gate valve and box, including all appurtenances, complete in place. TOTAL ITEM #61: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 62. 1.7 TON Furnish and install Class D ductile iron fittings, complete in place. TOTAL ITEM #62: $ /TON( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 63. 6 EA Furnish and install standard fire hydrant, as specified in plans, complete in place. TOTAL ITEM #63: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 64. 3 EA Furnish and install 6" gate valve and box, including all appurtenances, complete in place. TOTAL ITEM #64: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 65. 65 LF Furnish and install 6" C900 DR 18 PVC water line, complete in place. TOTAL ITEM #65: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 66. 550 LF Concrete sidewalk (5 ii width) repair including all necessary materials, complete in place. TOTAL ITEM #66: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 67. 286 LF Furnish and install 18" steel casing in bore, complete in place. TOTAL ITEM #67: $ /LE( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 68. 125 LF Furnish and install 20" steel casing in bore, complete in place. TOTAL ITEM #68: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 69. 20 LF Furnish and install 3211 steel casing in bore, complete in place. TOTAL ITEM #69: $ /LF( ) (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 Item Estimated No. Quantity & Unit Description of Item Total Amount 70. 1 LS Remove and replace 6" concrete drive, complete in place. TOTAL ITEM #70: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) SUB -TOTAL BASE BID (PACKAGE 2), ITEMS #38 - #70: MATERIALS: $ 07F.T411'.1 WE ITEMS #38 - #70: $ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) TOTAL BID (BASE BID PACKAGES 1 & 2), ITEMS #1- #70: MATERIALS: $ LABOR: $ TOTAL BID ITEMS #1 - #70: $ (Unit Price 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 as follows: a) Phase 1 a (45 calendar days following Notice to Proceed) — Includes all Package 2 work from Station 0+00 to 12+00 as shown on Sheet C-101-W-S. At the end of the 45 day period the landscape/irrigation contractor shall be allowed to commence work in this area. Liquidated Damages in the amount of $875 will be applied to every day beyond the allotted 45 calendar days for Phase 1 a. b) Phase I b (122 calendar days following Notice to Proceed) — Includes balance of Package 2 work. This work can occur simultaneous with Phase I a, but must not disrupt the Phase 1 a work. Liquidated Damages in the amount of $875 will be applied to every day beyond the allotted 122 calendar days for Phase l b. c) Phase 2b (274 calendar days following Notice to Proceed or 152 calendar days following acceptance of Phase la and 1 b work) — Includes all Package 1 work. d) Package 2 must be fully complete, tested and accepted prior to commencing -with Package 1. Final completion shall be within thirty (30) days following substantial completion. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. I 3 Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality { in the bidding. Bidder's Initials The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) 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 I I Black American I I Native American Hispanic American I I Asian Pacific American I I Other (Specify) ITB-09-709-BM, LUBBOCK BUSINESS PARK - PHASE 1B (STREETS, WATER AND SEWER) ITB # 09-709-BM, Addendum # 3 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2163 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM # 3 ITB # 09-709-BM Lubbock Business Park -Phase 1B (Streets, Water and Sewer) DATE ISSUED: April 6, 2009 CLOSE DATE: April 7, 2009 @ 1:00 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' attention is directed to the Engineer's Addendum #3, attached. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to 806-775-2164 or Email to bmacnair(a mylubbock.us. THANK YOU, CITY OF LUBBOCK Aw" aW*1e4 Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Public Works Contracting Officer if anyllanguage, requirements. etc., or anv combinations thereof, inadvertentiv restricts or limits the reouirements stated in this ITB to a sinele source. Such notification must be submitted in writing and must be received by the Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. rrB # 09-709-BM-Ad-3 PARKHILLSM ITH&COOPER [ _ ADDENDUM TO: All Planholders FROM: Brian M. Stephens, PE NO. 3 PROJECT NAME: LSK Business Park -Phase I (Streets, Water and Sewer) PROJECT NO.: 01.2295.07 DATE: 4/3109 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated 02110/2009 as noted below: This Addendum consists of 4 page(s). General r- t) Spech7callon 02666 - Steel Casing In Bore a) Add entire specification to original specification set. END OF V. »» «ljj Respectfully submitted, PARKHILL, SMITH & COOPER, I. �Bfi.AN M �j,�•,l�C pE . • Receipt o1�� ah ll be acknowledged by the Bidder, below and on the bid Proposal. This ent►re a i!tm, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: tt By: EI R. l ibbock + N-1IdI 1 =42,_2 8',111 Te,(,is 19423 806 173 2?019 FAX 806.413 3 00 Lubbock Business Park Phi I B Streets, Water and Sewer SECTION 02666 STEEL CASING IN BORE PART 1- GENERAL 1.1 WORK INCLUDED This section of the specifications covers all steel casing required for the project. The tern casing as used herein shall include all steel casing bores as shown on the plans and/or as specified herein. 1.2 RELATED SECTIONS A. General Conditions B. Supplementary Conditions 1.3 MATERIAL SCHEDULE All steel casing pipe shall be ASTM A 139 Grade B or A 252 Grade 2. The pipe shall have a minimum yield strength of 35,000 psi, a minimum wall thickness of 0.250", and a bitimous coating in conformance with C203. 1.4 SUBMITTALS Submit all manufactures data for the steel casing including all pipe thickness class calculations. PART2-PRODUCT 2.1 STEEL PIPE A. Steel pipe shall be of the welded joint type. B. ASTM A 139 Grade B or A 252 Grade 2. 2.2 STEEL CASING IN BORE Steel casing pipe shall be new welded steel pipe, manufactured in the United States, with a minimum yield strength of 35,000 psi meeting ASTM A 139 Grade B or A 252 Grade 2. The exterior of the casing pipe shall have bitimous coating in conformance with AWWA C 203. Minimum casing wall thickness for installation shall be in accordance with the following: Location Diameter Minimum Wall Thickness Telephone Pullbox 32" 0.250" Road Crossings 18" 0.250" Road Crossings 20" 0.250" Additional wall thickness needed for withstanding jacking forces may be used at the Contractor's option. 01229507 STEEL CASING IN BORE 02666 - 1 04109 ADDENDUM NO.3 Lubbock Business Park Ph 1 B Streets, Water and Sewer All bores shall follow all rules and regulations of the Texas Department of Transportation (TxDOT). The Contractor will be provided with boring permit for the highway. The boring permit must be kept onsite at all times. All traffic must be controlled by required methods. PART 3 - EXECUTION 3.1 PIPE INSTALLATION General: All pipe and accessories shall be unloaded, handled, laid, jointed, and tested for defects and disinfected in the manner herein specified. 3.2 INSPECTION The pipe shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES All pipe shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. 3.5 ALIGNMENT AND GRADE All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. 3.6 BORING The bore shall be excavated to the lines and grades as established by the Engineer and as shown on the plans. The minimum depth of cover for all pipe shall be thirty (30) inches below the F.L. of the bar ditch unless otherwise specifically shown on the drawings. All excavated material shall be piled in a manner that will not endanger the work or existing structures. Excess bore excavation, not used for backfilling, shall be disposed of by Contractor, and at Contractor's expense. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in the boring operation. 01229507 STEEL CASING IN BORE 02666 _ 2 04/09 ADDENDUM NO.3 Lubbock Business Park P6, I B ' Streets, Water and Sewer 3.7 CLEANUP Excess backfill shalt be rounded up over the boring pits sufficiently to allow for future settlement and any excess dirt shall be removed from the site. Ditches shall be regraded as required to allow preconstruction drainage. The Contractor shall maintain the boring site in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. END OF SECTION 01229507 STEEL CASING IN BORE 02666 - 3 04/09 ADDENDUM NO.3 NOTICE TO BIDDERS Page Intentionally Left Blank Pa2e Intentionally Left Blank a NOTICE TO BIDDERS GENERAL INSTRUCTIONS 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 3-5. PROPOSED LIST OF SUB -CONTRACTORS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than two business days after the close date when bids are due.) 4-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT DAVIS BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS �I City of Lubbock, TX �t1 Public Works Contracting Office '���■�I Contractor Checklist for ITB # 09-709-BM u u u Before submitting your bid, please ensure you have completed and included the following: 2. 'V 3. 4. 5. v 6. 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. 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. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. Ensure your bid is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late bids will not be accepted. 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. 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. v Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. UDOCUMENTS REQUIRED WITHIN TWO BUSINESS DAYS AFTER CLOSING 1. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. 'LURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED OAT -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS GQMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. (Type or Print Company Name) f t (IM .x - r_ _. tee. ,, �. Page Intentionally Left Blank NOTICE TO BIDDERS ITB # 09-709-BM Sealed bids addressed to Bruce MacNair, Public Works Contracting Officer, City of Lubbock, Texas, - will be received in the office of the Public works Contracting Officer, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 1:00 P.M. on April 7, 2009, 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: "LUBBOCK BUSINESS PARK — PHASE 1B (STREETS, WATER AND SEWER)" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Public works Contracting Officer and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Public works Contracting Officer for the City of Lubbock, before the expiration of the date above first written. Bids are due at 1:00 P.M. on April 7, 2009, and the City of Lubbock City Council will consider the bids on April 27, 2009, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. 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 March 24, 2009 at 9:00 A.M., in Room 103 at Lubbock Memorial Civic Center, southwest entrance at 9th Street and Avenue O, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at hft://pr.thereproductioncompany.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days after the opening of bids. Additional sets of plans and specifications may be obtained at the bidder's expense. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Public works Contracting Officer of the , City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the } requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at (806) 775-2163 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK BRUCE MACNAIR PUBLIC WORKS CONTRACTING OFFICER n 8 L GENERAL INSTRUCTIONS TO BIDDERS Page Intentionally Left Blank f _ GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish LUBBOCK BUSINESS PARK — PHASE 1B (STREETS, WATER AND SEWER) per the attached specifications and contract documents. Sealed bids will be received no later than 1:00 P.M., on April 7. 2009 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #09-709-BM, LUBBOCK BUSINESS PARK - PHASE 1B (STREETS, WATER AND SEWER)" 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: Bruce MacNair, Public Works Contracting Officer City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Public Works Contracting Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting soutnwest entrance at 9"' street and Avenue U. Lubbock Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made b ADDENDA information available g y ion over the Internet at www.bidsyne.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 Public Works Contracting Office. At the request of the bidder, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at www.bidaync.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 Public Works Contracting Office no later than five (5) calendar days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting 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. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 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 Public works Contracting Officer and a clarification obtained before the bids are received, and if no such notice is received by the Public works Contracting Officer 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 Public works Contracting Officer before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, t including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline _ to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. i! s� i� 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. t 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Public works Contracting Officer if any language, requirements etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: BRUCE MACNAIR, PUBLIC WORKS CONTRACTING OFFICER City of Lubbock Public Works Contracting Office 1625 13a` Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: bmacnairAmAubbock.us Bidsync: www.bidsvnc.com 13 14 15 16 17 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 122 (ONE HUNDRED TWENTY-TWO) CALENDAR DAYS FOR PACKAGE 2 and 274 (TWO HUNDRED SEVENTY-FOUR) CALENDAR DAYS FOR the ENTIRE PROJECT (including Packages 2 and 1) from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. PACKAGE 2 SHALL BE COMPLETED, TESTED AND INSPECTED PRIOR TO STARTING PACKAGE 1. Final completion shall be within thirty (30) days following substantial completion. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related 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 b the Contractor, its sub- contractor PP Y P P Y 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 i 4 18 19 m 21 PA contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. PLANS FOR THE CONTRACTOR The contractor will, upon written request, be Rimished 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. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 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. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 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. FIE 24 25 26 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. CONTRACTOR`S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK 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. 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 6 bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on 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 bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be �._ given and the bid signed by a member of the firm, association or partnership, or person duly authorized. 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 30 31 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. 4 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and 1 endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name 29.3.2 Bid for Lubbock Business Park -Phase 111 (Streets, Water and Sewer), ITB-09-709-BM. 29.4 Bid submittalsmay be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: Pl (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 necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with [i 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 f list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work t 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 ONE through SIXTY-SEVEN plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. 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. 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 CITY. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34 PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage f 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 worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: http://www.gpo.gov/davisbacon/allstates.htrnl 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. 9 9 10 f t.. t 19', *** REVISED*** BID SUBMITTAL FORM DATE: UNIT PRICE BID CONTRACT � �' PROJECT NUMBER: ITB-09-709-BM - LUBBOCK BUSINESS PARK - PHASE 1B (STREETS, WATER AND SEWER) Bid of AI,.L� � 1�4..� r , `�ytA-j,T-gJ1Gr1®� � � 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 LUBBOCK BUSINESS PARK - PHASE 1B (STREETS, WATER AND SEWER), 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 i, 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 (Package 1) 1. 1 LS Contractor Mobilization/Demobilization not to exceed 8% of the total bid) 5 18N'Y Iff-ICONk � � � @ o 2� TOTAL ITEM # 1 `ro tes �"1 VgJlc +rw �, ��ce �3n + 2 %too $ `ps.7.�s • /LS( m,71 ) (Unit Price Amounts shall be shown in both words and n rals. In case of discrepancy, the amount shown in words shall govern.) 2. 1 LS Stormwater Pollution Prevention Plan (SWPPP) and Erosion Control Measures. 'I'wc,1v,,-TAAO%,A�avnA _ eQ- �.ry�.�„n� > �4�4 "'FWA 4 it�0 $ i© TOTAL ITEM #2:) (Unit Price Amounts shall be shown in both words and mS erals In case of discrepancy, the amount shown in words shall govern.) 3. 1 LS Traffic Control. 0,0 TOTAL ITEM #3:7u.;�> 1-lysvNX%-,-A° F- �y + '0f tco $ (Unit Price Amounts shall be shown in both words and numeral . In case of discrepancy, the amount shown in words shall govern.) 4. 20 AC Site clearing and bbing. �__� ©V�2. � 1no�s J•g1h � TOTAL ITEM #4:' otyi• T-:mvVV WL + 10/t®c $AA-1A-10/AC( 7fl, G'mdc. ) (Unit Price Amounts shall be shown in both words and n erals. In case of discrepancy, the amount shown in words shall govem.) Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 269 LF Demolition of existing concrete curb and gutter. TOTAL ITEM #5: T:� y e, -+ v,01 t &0 $ j5 • /LF( i , '-3 4 5 - (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 Demolition of irrigation valves and related irrigation line, including backfill of trench. TOTAL ITEM #6: wv �ina>. , ar2. v > p,� -t ' 7jm$ 2, 50O %LS( . • a� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 7. 30 SY Demolition and removal of concrete median, including asphalt repair and nose reconstruction. TOTAL ITEM #7: ! V�. Un re.� + f �� $ i560,06/SY( fJ,C30O (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 8. 1 LS �-y S-igniage (including removal of existting and installation of new). 1 VKIi'G �QWC � J}°j�tL1C3r� 50 $© TOTAL ITEM #8:� V0o© $ 38,2`4OS( ;2`10, (Unit Price Amounts shall be shown in both words and numerals. Irf case of discrepancy, the amount shown in words shall govern.) 9. 1,730 SF Pavement Marking (including reflectors). TOTAL ITEM #9: TF¢>v Y + ,3%1oa $ Q . i 3 /SF( —4, 1 L4 � - (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 10. 35,630 CY Excavation (includes cut to top of subgrade in paved areas). TOTAL ITEM #10: ! kree, "� �� A© $ ./CY( 11M OI j j (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 11. 12,540 CY Embankment (fill). TOTAL ITEM #11: Wo + ` 1/t C-0 $ � /CY( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 12. 34,450 SY 12" Subgrade Preparation, complete in place. ®m TOTAL ITEM # 12: T 4 r'" � � �� $ -7 • M /SY( 6 a ,0100. ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 13. 31,527 SY Chip seal. TOTAL ITEM #13: i ta0 -+9��� $ 2 • W5 /SY( 15. � �� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 14. 102 TON TxDOT Item 340 Type D HMAC, complete in place. TOTAL ITEM # 14: o R v y%c�'+l'tr.A -fn-�ky 4 "0400 $ V56. %TON( -V5 15 (Unit Price Amounts shall be shown in both words and numerals. Ih case of discrepancy, the amount shown in words shall govem.) Bidder's Initials BID SUBMITTAL FORM Page Intentionally Left Blank Item Estimated No. Quantity & Unit Description of Item Total Amount 15. 27,900 SY 8-inch Reinforced Concrete Pavement, complete in place. TOTAL ITEM #15: S-t -A+1 + n116 ® $/SY(� ��''E,�d3 .) (Unit Price Amounts shall be sho in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 16. 1,927 SY Brick Pavers in pedestrian areas, complete in place. TOTAL ITEM #16: 6� 14 VVI%cyeA I kyee. i "/too $ 10 :3.Z6/SY( tom, 162Y � (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 17. 1,175 SY Brick pavers in traffic areas, complete in place. TOTAL ITEM #17: gain.' y `{- 1 5A CO $ 490.9,'/SY( 95, 11(b. (Unit Price Amounts shall Vshown inrboth words and numerals. In case of discrepancy, the amount shown in words shall govern.) 18. 10 EA Type A accessible ramps. +� t �,�/ TOTAL ITEM #18: DVLO- l L QSOtIAJ, �v& RLI Vvdr d +La 1 .6M a+6 , as /EA( �J ,� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 19. 6 EA Type C accessible ramps, complete in place. TOTAL ITEM # 19: 5v-,e-.v -, HyyJY,-eA j T14Y i "Itco $ '450.'%EA( 1, )-5 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 20. 10,200 LF 30-inch Concrete Curb and Gutter, complete in place. TOTAL ITEM #20: —'61 X ~E' 22r t'� $ �. 2 /LF( ro -3(4 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 21. 2,854 LF 30-inch Sawtooth Curb and Gutter, complete in place. TOTAL ITEM #21: ( tie.` V�e + ` 1g e�-p $ I?. 4q /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 22. 1,287 CY Rock riprap (including filter fabric). TOTAL ITEM #22: 1 L._. K ±y So_ ..hP_ v,, $ _34.4 cf/CY( '4`02" , 2 4043 (Unit Price Amounts shall be be shown both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 23. 1,245 SY 5' Concrete valley gutter. TOTAL ITEM #23: ` 1-a Al l�Y _�_ +2t/t $ `� ; Z� /SY( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 24. 360 SY 2' Concrete valley gutter. TOTAL ITEM #24: `F.t4 /ece $ Z-'g_ 44/SY( i0l Z J1 ) (Unit Price Amounts shall be shown in goth words aN numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 25. 202 LF Double 10' x-1.66' box culvert. 11 TOTAL ITEM #25: jt\w- vAveA T:4 $ 550- /OLF(I (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 26. 100 LF Single 10' x 1.66' box culvert. TOTAL ITEM #26 : 11�A__ K +1316114'bq(p. /LF( 54 (Unit Price Amounts shall be shown in both words and numerals. In Ease of discrepancy, the amount shown in words shall govern.) 27. 230 LF 3' x 2' precast concrete box culvert. TOTAL ITEM #27: ©vim H V e -f in•1Y' v ��'$ 13 . -'/LF( 751, 6V5 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 28. 227 LF 4' x 2' precast concrete box culvert. TOTAL ITEM #28: CAL & %,i6dyi-A �, ,vv Y ^} 0/100 $ 1 `TCC • 50/LF(-6-9-103 , (Unit Price Amounts shall be shown in both words and numerals. I case of discrepancy, the amount shown in words shall govern.) 29. 2 EA Cast -in -place concrete headwall for double 10' x 1.66' box -culvert (including safety end TOTAL ITEM #29: iu-rA ji u-ynL�t-� rA+ (Unit Price Amounts shall be shown in both words and numerals. "O tcz $ `9,> 2'S© /SEAL, I(o� . `� of discrepancy, the amount shown in words shall govern.) 30. 1 EA Cast -in -place concrete headwall for single 10' x 1.66' box culvert (including safety end treatments) TOTAL ITEM #30: %n ",g' xA-irt'A �Y�� -} r`c/1LXs $ b. %0-/EA( , i%U_ ) ' (Unit Price Amounts shall be shown in both words and numerals. In ca a of discrepancy, the amount shown in words shall govern.) ri31. 3 EA Cast -in -place headwall for 3' x 2' precast concrete box culvert (including safety end treatments). TOTAL ITEM #31:'54 X U 0ywao -i C� rt 1 SC "\) V\,are�,OT 61 ('900. /SEA( 1n aco • de (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 32, 2 EA Cast -in -place headwall for 4' x 2'precast concrete box culvert (including safety end treatments). TOTAL ITEM #32: �t v rr� 'E tna $ �JQ /EA( 9 ) (Unit Price Amounts shall be shown in both words and numerals. In case(of discrepancy, the amount shown in words shall govern.) 33. 1 LS Box culvert_junction box. TOTAL ITEM #33: 5, X4 Y ��o� v1 �o �� $ $d�.Co ' � . 00 to ) (Unit Price Amounts shalk�e shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) #1 Bidder's Initials H Item Estimated No. Quantity & Unit Description of Item Total Amount 34. 9 AC Hydro mulch, fertilizing and watering. TOTAL ITEM #34:11A 14 VWA.re r 4 I, oo $ _=/AC( :f4 , Z1j0 • ) (Unit Price Amounts shall be shown in both words and numerals. M case of discrepancy, the amount shown in words shall govern.) 35. 5,900 SY Light duty erosion control fabric, complete. TOTAL ITEM #35: E1r qn+ 4 05%1 cv..) $ I . ©Q' /SY( 't :7,-5`��.�) (Unit Price Amounts shall be s own in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 36. 3,800 SY Heavy duty erosion control fabric, complete. TOTAL ITEM #36:_k__ (Unit Price Amounts shall be _2/ 100 $ �•�2 in both words and numerals. In case of discrepancy, the amount shown in words shall 37. 1 LS Street li hting systems and related electrical, complete. � �a TOTAL ITEM #37: �,n 1-�v,n��rea a�.reyi'��t�1 ��'� '3�,`� �-/LS( 59 1I 2.. ) (Unit Price Amounts shall be shown in both words and numerals. In case o discrepancy, iscrepancy, the amounts shown words shall govem.) SUB -TOTAL BASE BID (PACKAGE 1), ITEMS # - #37: one. Nt,l �te�n, �tx i'�v,`�"lit�v-�y "1 Ho,�s�►o•, gd MATERIALS: =F-% ,J + '64h0o $ y��j©�r_> - LABOR: v',\) %cm", 5AX � �4 r� % f �V1&1 . �a`3©. 0154. 24 TOTAL BID �) �o'vt, `�v-e }%VWAY)eA S-ok- ► T1A0vSa1-4j ITEMS #1-#37:_� �t•,An'�-�P,G�_�.a2�4n �- �"��scx7 $ �'3.7 �17.1 S•�� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Base Bid (Package 2) 38. 1 LS Contractor TOTAL ITEM #38: 6tW �.�s3 •�� + v`'�1 t oo $ )2.� 100. /LS( 1 `Z. , T E (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) (not to exceed 8% of the total bid). 00 39. 1 LS Stormwater Pollution Prevention Plan (SWPPP) and Erosion Control Measures. TOTAL ITEM #39: iJt v-,Q_ i cz. $ '21 /Ls( 21,C1 I'f, �� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) i, 40. 1 LS Traffic Control. TOTAL ITEM #40: "_eve, 1 Vc�Lx-,CXV0I !:F% y+e, 4'4'&A+Y ° 5, 5o0 °1LS( J'�, 6po•c10) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount showwords shall govern.) I Bidder's Initials f, c_ Item Estimated No. Quantity & Unit Description of Item Total Amount 41. 12,826 LF Heavy polyethylene warning tape, furnished and installed. TOTAL ITEM #41: Z 4ry ® � 27-A CC) $ 0- �� /LF( Z,16Z 1 ,�� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 42. 166 LF Furnish and install 10" sanitary sewer line (14'-18' depth), complete in place. TOTAL ITEM #42: �C5j oa $ t • /LF( �, .0) (Unit Price Amounts shall be shown inboth words and numerals. In case of discrepancy, the amount shown in words shall govern.) 43. 605 LF Furnish and install 10" sanitary sewer line (18'-22' depth), complete in place. TOTAL ITEM #43: + %10C, $ �- q • t C /LF( -2,0 , rc,� 50 (Unit Price Amounts shall be sho in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 44. 158 LF Furnish and install 10" sanitary sewer line (22'-26' depth), complete in place. � � yy TOTAL ITEM i#44: `�''1 �m r °"�V --j i X } �6! $ —t)6 .31 /LF( G, `+,315, 41) (Unit Price Amounts shall be shown in goth words and numerals. In case of discrepancy, the amount shown in words shall govern.) 1 45. 300 LF Furnish and install 12" sanitary sewer line (6'-10' depth), complete in place. TOTAL ITEM #45: i - r � -�- ©� goo '1d CIAO ril (Unit Price Amounts shall be shown in Joth words and numerals. In case of discrepancy, the amount shown in words shall govern.) 46. 650 LF Furnish and install 12" sanitary sewer line (10'-14' depth), complete in place. P1, TOTAL ITEM #46: T6vY 4 10/100 $ 34.10 /LF( �2Z, 1 (015 •� } (Unit Price Amounts shall be shown irf both words and numerals. In case of discrepancy, the amount shown in words shall govem.) Lill 47. 450 LF Furnish and install 12" sanitary sewer line (14'-18' depth), complete in place. TOTAL ITEM #47: 7VI-N Nr X $ 3(=>- " /LF( 16, 7:53' ,0 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 48. 1,382 LF and install 12" sanitary sewer line (18'-22' depth), complete in place. TOTAL ITEM #48: -Furnish tin t Y -y F—tr;�'C + n o® $ `z 49!, o /LF( J 3 2Cq •� (Unit Price Amounts shall be shown in 4th words ankAurnerals. In case of discrepancy, the amount shown in words shall govern.) 49. 1,045 LF Furnish and install 12" sanitary sewer line (22'-26' depth), complete in place. TOTAL ITEM #49: �©Y ��/ -1 %1 coo $ C To(40• 70 /LF( 4 Z, 5 3t ,'mod (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 50. 18 EA Furnish and install standard coated or fiberglass manhole (0-6' depth), complete in place. TOTAL ITEM #50 : A TEA( (Unit Price Amounts sh a shown in both words and numerals. In case of/discrepancy, the amount shown in words shall govern.) f Bidder's Initials i l Item Estimated No. Quantity & Unit Description of Item Total Amount 51, 250 VF Furnish and install extra depth to standard coated or fiberglass manhole. TOTAL ITEM #S l (Unit Price Amounts shall be shown in both words and numerjIs. In case of discrepancy, the amount shown in words shall govem.) 52. 1 EA Tie-in to existing sanitary sewer manhole, on North Elm Ave., complete in place. TOTAL ITEM #52: i (Unit Price Amounts shall be shown in both words and numerals. In case of dis repancy, the amount shown in words shall govem.) 53. 1 EA Tie 12" proposed water line into existing stub on Lubbock Business Park Blvd., complete in place. TOTAL ITEM #53�jj SAVJW &446bij, �W%AA4A , dol6_I 43 b . OU/EA( N W • M (Unit Price Amounts shall be shown in both w and numerals. In case of discrepimey, the amount shown in words shall govem.) > 54. 1 EA Tie 20" proposed water line into existing 20" waterline at Martin Luther King Jr. Blvd., complete in place. TOTAL ITEM #54: l RaD uAw>MJIy'A � M ��jr �$ 3,34)46IEA( .47 , D (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shalt govern.) 55. 12,826 LF Provide and utilize trench safety equipment during excavations of utility lines as required by OSHA. TOTAL ITEM #55:_ k k W 10t ' 4-OL I $J,10 /LF( )`t 1 l0A (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 56. 2,410 LF Furnish and install 10" C900 DR (18 PVC water line, complete in place. TOTAL ITEM #56:16ML i111_ b1AN 'JOl 0,1 $11,U /LF( 4o' f (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 57. 3,280 LF Furnish and install 12" C900 DR 18 PVC water line, complete in place. TOTAL ITEM #57: 77 [1 14.4 760 ( L6_'S $ ;Q• DO /LF( '�oZ� (o • bQ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 58. 2,315 LF Furnish and install 20" C905 DR 18 PVC water line, complete in place. $v $ 4q . 5b /LF( i ► J��a . r© TOTAL ITEM #58: ) (Unit Price Amounts shall be 1hown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 59. 14 EA Furnish and install 10" gate valve and box, including all appurtenances, complete in place. 1 t TOTAL ITEM #59: 1 cW r $ Q•Da {EA( I bOOD) . (Unit Price Amounts shall be shown in both words and numerals. 1 ase Pf discrepancy, the amount shown in words shalm.) Xg Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 60. 2 EA Furnish and install 12" gate valve and box, including all appurtenances, complete in place. TOTAL ITEM #60 �st3 bltbG�d Q+�d_ AIb/cps $�i'J-!U 'A�s /EA( 'i o . w ) (Unit Price Amounts shall be shown in both words and nu erals. In case of discrepancy, the amount shown in words shall govern.) 61. 1 EA Furnish and install 20" gate valve and box, including all appurtenances, complete in place. Ify TOTAL ITEM #61:3L,11�� ILL ��(.1/t'�L�Blk2� '(aYlt�,R12t� 1 <fr ' (all88 a°/EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 62. 1.7 TON Furnish and install Class D ductile iron fittings, complete in place. AV TOTAL ITEM #62"amJ S, -AQ. $ I Mb.11h /TON( I (Unit Price Amounts shall be shown in both words and numerals. In case o discrepancy, the amount shown in words shall 63. 6 EA Furnish and install standard fire hydrant, as specified in plans, complete in place. TOTAL ITEM #63: J06 44UILO!L tiL �id'UkAgA I4LX2 A b$:- , 51 D.0b(EA( /, (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall 64. 3 EA Furnish and install 6" gate valve and box, including all appurtenances, complete in place. IC&4 TOTAL ITEM #64: qat $770•bD/EA( o�, .3 %ji . 6 (Unit Price Amounts shall be shown in both words and numerals. In cJse of discrepancy, the amount shown in words shall govern.) 65. 65 LF Furnish and install 6" C900 DR 18 PVC water line, complete in place. ��j _p-� 40j TOTAL ITEM #65: -J;Ac � f D1�dY5 <Csttl'ii $J5.40 /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shalt g 66. 550 LF Concrete sidewalk (5 ft width) repair including all necessary materials, complete in place. TOTALITEM#66: 11,l,)&,)0( II�j�S $oZi•UD /LF( �v2,JDD •dd ) (Unit Price Amounts shall be sho)* in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 67. 286 LF Furnish and install 18" steel casing in bore, complete in place. TOTAL ITEM #67 7W-+0- 1.15-50 /LF( 33633•M) (Unit Price Amounts shall be shown in bo rds and numerals. In case of discrepancy, the amount shown in words shall g vd ern.) 68. 125 LF Furnish and install 20" steel casing in bore, completeI , in place. TOTAL ITEM #68. Qkk $hal . bb /LF( 1 ZJ • b ) (Unit Price Amounts shall be shown in both words and nderals. In case of discrepancy, the amount shown in words shall govern.) 69. 20 LF Furnish and install 3211 steel casing in bore, complete in place. TOTAL ITEM #69: !1�>) 6" 46-, (:EA16tS 5�-$�3.5j3/LF(.0 0 • 66 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shalr govern.) 4 Bidder's Initials i Item Estimated No. Quantity & Unit. Description of Item Total Amount 70. 1 LS Remove and replace 6" concrete drive, complete in place. TOTAL ITEM #7o. /TD 6fte 1 � �i tU� �O��Q1jS $ �'t 1�. t� /Lsr C2 a• Da ) (Unit Price Amounts shall be shown in both words and numerals. to case of discrepancy, the amount shown in words shall govern.) SUB -TOTAL BASE BI> (PACKAGE 2), ITEMS #38 - #70: MATERIALS: p $ t '' L oR:� ��� �rn c Ro AiA o>p d0 $ ?) 7 2 . , TOTAL 1360AW ITEMS #38 - #70:ID �• (Unit Price Amounts shaWbe s,V: m both words and numerals. in case or otscreparicY, thk amount shown in or shall govern.) TOTAL BID (BASE BID PACKAGES 1 & 2), ITEMS #1 - #70: Romtoo' TOTAL BII�r Al ITEMS #1 - #70: (Unit Price 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 as follows: a) Phase l a (45 calendar days following Notice to Proceed) — Includes all Package 2 work from Station 0+00 _. to 12+00 as shown on Sheet C-101-W-S. At the end of the 45 day period the landscape/irrigation contractor shall be allowed to commence work in this area. Liquidated Damages in the amount of $875 will be applied to every day beyond the allotted 45 calendar days for Phase la. b) Phase lb (122 calendar days following Notice to Proceed) — Includes balance of Package 2 work. This work can occur simultaneous with Phase la, but must not disrupt the Phase la work. Liquidated Damages in the amount of $875 will be applied to every day beyond the allotted 122 calendar days for Phase lb. c) Phase 2b (274 calendar days following Notice to Proceed or 152 calendar days following acceptance of Phase la and lb work) — Includes all Package 1 work. d) Package 2 must be fully complete, tested and accepted prior to commencing with Package 1. Final completion shall be within thirty (30) days following substantial completion. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. ) Bidder's Initials The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of 7-t-jr—_ Dollars cp , 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. (Sea] if Bidder is a Corpo ion) Secretary Bidder acknowledges receipt of the following addenda: Addenda No. 1 Date 2 3 ©lk Addenda No. _� Date —qC7� Addenda No. Date��� Addenda No. Date M/WBE Firm: �4u,e u BuTi.-fm Company _ Address City, County P =%� + ' (Cd State Zip Code Telephone: 4%0(,� - '*i}�—�t}� FEDERAL TAX ID or SOCIAL SECURITY No. }J — 724 C)2, 051 Woman I I Black American I I Native American Hispanic American I I Asian Pacific American I I Other (SDecifv) ITB-09-709-BM, LUBBOCK BUSINESS PARK - PHASE 1B (STREETS, WATER AND SEWER) CITY OF LLIBROCK INSURANCE REQUMEMENT AFFIO.AVIT To Be Completed by Bidder and Agent Rust be submitted with Bid 1, the undersigned Bidder, certify that tha inourance requirements contained in this bid doewnent have been reviewed by me with the below identified Insurance AgentlBroker. I£ 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, fu mish a v 'd lASurattcc certificate to the City ineeting all of the requirements defined iA this bid. ont actor(0r t al Si rtatur) Contra for tYnt) CONTRACTOR'S FlUd NAME* Allen Butler Construction, Inc. (Print or "type) CONTRACTOR'S FIRM ADD"SS: #24 S. Lakeshore Canyon Drive Ransom Can r�on, TX 79366 Address ofAgentBroker: 8701 Bedford -Euless Rd., Ste 480 City!State&jp: Hurst, TX 76063 A.gentiBroker Telophonc Nu nber: ( 817 ) 299-3800 Dnte: 04/06/09 NOTE TO CONTRACTOR if ttte time requirement specified above is not met, the City has the aright to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Pvb)lc Works Contracting Officer for the City of Lubbock at (806) 775-2163. BII} 4 04-709-Bie1 - LUB130CJC BUSINESS PARK - PHASE ID (STREETS, WA TER AND SEWER) Page Intentionally Left Blank SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO_X 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 di 'tion of offense, if any, and penalty assessed. Bidder's Initials BID # 09-709-BM - LUBBOCK BUSINESS PARK - PHASE 1B (STREETS, ATER AND SEWER) QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO__ -- If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. UESTION 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_Y�,_ If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify. that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire shall be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. 9 9 BID # 09-709-BM - LUBBOCK BUSINESS PARK - PHASE 1B (STREETS, WATER AND SEWER) 1 I [ f a 3 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non - procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: ICU.-l•1t,l�" l,�rl��uG�T'I®3�9� ��t�G 100019) 7AN Signature of Printed name Date Signed: BID # 09-709-BM - LUBBOCK BUSINESS PARK - PHASE 1B (STREETS, WATER AND SEWER) Page Intentionally Left Blank f i i r 2. 3. [ 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. �.� 16. s PROPOSED LIST OF SUB -CONTRACTORS ITB-09-709-BM LUBBOCK BUSINESS PARK - PHASE 1B (STREETS, WATER AND SEWER) Company Name and City Minority Owned Yes or No El El ❑ ❑ ❑ ❑ ❑ ■ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR BID IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO Pa2e Intentionally Left Blank I POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Public Works Contracting Office Not Later Than TWO BUSINESS DAYS after the close date when bids are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank 04/Ei9/2009 17:31 6873319 ALLEN BUTLER LIST OF SUB -CONTRACTORS ll'W09-709-11M LUBBOCK BUSINESS PARK - PHASE IB (STREETS, WATER AND SEWER) Company Name and City Minority Owned Yes or No LL 2. U+AA-4 Co. +Lqc�' ,s c� America 0 3- �sj-P1M&4Q> Tn. Q Anvr-Ica X 0 4, 0 s. WA 96-v'Luq� 6. D 7 -Pome- 8. 0 0 10. ❑ 11. 0 u 12. 0 0 13. 0 14. 0 ❑ 15- f.-I ❑ 16, 0 0 THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN TWO BUSINESS DAYS AFTER THE CLOSE DATE WHEN BEDS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED MtASE INDICATE SO 0 Pan Intentionally Left Blank PAYMENT BOND Paze Intentionally Left Blank Bond #022026628 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN S25,000) Allen Butler Construction, KNOW ALL MEN BY THESE PRESENTS, that Inc. (hereinafter called the Principal(s), as Principal(s), and Liberty Mutual_Insurance_.Companv (hereinafter called the Surety s), as Surety(s , are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of �$n0dr ls�e$en Y o$esanai'sRiM nd one Dollars (S4.os7.i71.so) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27th day of April , 009, t0 Bid 09-709-BM-Lubbock Bus JB,ess Park-p_h_a-ge 1B s �..._ (Streets, Watt-r and sewer) and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Cade, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. s.. IN WITNESS VdIEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 27th day of April 2009. Liberty Mutual Insurance Company Allen Butler Construction, Inc. Surety (Company Name) *By: '_ By:_1YZI�L3�JC� (Title) Tracy, D. ucker (Print Rttornzy in -Fact {Si ure) (Title) The undersigned surety company represents that it is duly y qualified to do business in Texas, and hereby _ J Dunn an agent resident and on whom service of in Lubbock County to whom any requisite notices may be delivered Pro may be had in matters arising out of such suretyship. Liberty Mutual Insurance Company Surety (Title) racy D. Tucker Approved as to form: ttorney-in-Fact City of Lubbock By: ttom y * Note: If signed by an officer of the Surety Company there Inust be on file a that this person has authority to sign such obligat on, yIf signed by an At flrney certified extract Somm the ©y-1 o f sho�,Ing attorney for our files. py power of _ 2 2539560 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint TRACY D. TUCKER, TOBIN R. TUCKER, WILLIAM L. BROWN, ALL OF THE CITY OF FT. WORTH, STATE OF TEXAS............................................... .........................................:.............................................................. ..................................... .... ..... .. .. ........................................... , each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100************ ******* DOLLARS ($ 50,000,000.00***** 1 each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: Pursuant to Article XIII, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 14th day of April 2009 LIBERTY MUTUAL INSURANCE COMPANY By (a,.ill %w/- J� , - _ Garnet W. Elliott, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss �y COUNTY OF MONTGOMERY On this 14th day of April 2009 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WH unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. are g COMMONWEALTH OF PENNSYLVANIA riser`. seal F ., TereSaTwp, a, Notaiy Puulic Oyu; Plymouth fi4ar'E=m' Y C.^'. By MyCo�missz,E;,es ,arc,2s,2o1a Ter sa Pastella, Notary Public L4 :il—tor. Nrn; :YSma Ass ah of Nota:1 CERTIFICATE I, the undersigned, Assistan ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with the same force and effect as though manually affixed. with surety bonds, shall be valid and binding upon the company IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of April , Inn9 &d'NBv,4�'Z David M. Carey, Ass' nt Secretary x y 27ch 0 v H N dW ,E 0CL aM O� 1r M a� c 0£ aE N O � O 00 �d 'a > d O 04 N y M :.= 0 00 0 r F r «r It Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection Wtdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companfas, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direcci6n: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a).tdi.state.tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la companfa de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 r- PERFORMANCE BOND Pape Intentionally Left Blank Bond #022026628 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Allen Butler Construction, KNOW ALL MEN BY THESE PRESENTS, that Inc. (hereinafter called the Principal(s), as Principal(s), and r,4uP _Mutual Inauran e Company — (hereinafter called the Surety as s e held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of�my sev n hh aHa one �� drre seven y o e an 8 /��i� --- Dollars ($ jL25 171.8dj lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27thday of April 2009+ to Bid 09-709-BM - r bot'Y Rnainacc 77 tr PhaaP 1 (Streets, Water and Sewer) 4el• and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the 'Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said _article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 27th -day of April , 2009. ty Mutual InsuraRS2,q2,mpany Allen Butler Construction, Inc. y (Company Name)) By (Title) Trap D. Tucker (P -zzl� ,'Attoi'n2y-in-Fact (Si ture) (Title) 4 The undersigned surety company represents that it is dulyqualified to do business in Texas and q hereby go designates Kevin J. Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Liberty Mutual Insurance Company Surety (litre) Tracy Approved as to Form City of bbock c By: dily Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power'o attorney for our files. 2 CERTIFICATE OF INSURANCE Page Intentionally Left Blank 7 ® DATE(MM/DD/YYYY) �►� o CERTIFICATE OF LIABILITY INSURANCE 5/14/2009 PRODUCER Phone: 817-299-3800 Fax: 817-299-3890 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION IBTX Risk Services ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE IBTX Bedford Euless Rd, Ste 450 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Hurst TX 76053 INSURERS AFFORDING COVERAGE NAIC # INSURED wsURERA Valley Forge Insurance Compan 20508 Allen Butler Construction, Inc. INSURER 8Everest National Insurance 10120 24 South Lakeshore Drive wsURERGTexas Mutual Insurance Co 43095 Ransom Canyon TX 79366 INSURER 0 INSURER E: t,u V mmmt=a THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR_ INS D TYPE OF INSURANCE [YYYYi DATE IMM/DDNYYY1 A GENERAL LIABILITY C4013609294 4/1/2009 4/1/2010 EACH OCCURRENCE $ 1, 000, 000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES (Ea ocain$ 3 0 0ence) , 0 0 0 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 10,000 PERSONAL &ADV INJURY $ 1, 0 0 0, 0 0 0 GENERAL AGGREGATE $ 2, 0 0 0, 0 0 0 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS- COMP/OP AGG $ 2 , 0 0 0 , 0 0 0 POLICY X PRO- X LOC i A AUTOMOBILE LIABILITY C¢ 013 6 0 9 2 I 0 4/ 1/ 2 0 0 9 4/ 1/ 2 010 COMBINED SINGLE LIMIT (Ea accident) $ 1, 000, 000 X ANY AUTO ALL OWNED AUTOS BODILY INJURY $ (Per person) SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY $ (Peracddent) X NO"WNED AUTOS PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ B EXCESS/UMBRELLA LIABILITY 71GH000027-091 4/l/2009 4/1/2010 EACH OCCURRENCE $ 5, 000, 000 X OCCUR CLAIMS MADE AGGREGATE $ 5, 0 0 0, 0 0 0 $ DEDUCTIBLE $ RETENTION $ O WC STATU- O_ $ WORKERS COMPENSATION TSF0001074270 4/1/2009 4/1/2010 X TORY LIMITS ER . C AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE El. EACH ACCIDENT $ X, 0 0 0, O O O OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 1 , 0 0 0 , 0 0 0 (Mandatory in NH) If yes, describe under E.L. DISEASE - POLICY LIMIT $ 1 0 0 0 0 0 0 SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS L and Auto policies include Additional Insured endorsements (when required in written contract). Waiver of Subrogation is included on GL, Auto & WC in favor of Certificate Holder (when required in written contract). e: !TB-09-709-BM - Lubbock Business Park - Phase 1B (Street, Water and Sewer) City of Lubbock and others as required by written contract are included as Additional Insured on the General Liability policy per policy form. The General Liability insurance is primary and non-contributory, and any other valid and Continued ... CERTIFICATE HULUEK "^""`-"-^""'.iv SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE City of Lubbock CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO Rm 2T4 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON PO BOX 2000, Lubbock TX 79Rm THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE� ACORD 25 (2009/01) V 7y86-[uvy ha.vrcu a,vr�rvrw t tvr�. nu ynaa ���. The ACORD name and logo are registered marks of ACORD 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 This Certificate of Insurance 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 (2009101) DESCRIPTIONS Continued. collectable insurance for the Additional Insured shall be excess. Waiver of Subrogation is included in favor of the same on the General Liability, Automobile and Workers' Compensation policies. Umbrella policy follows form. A R-& CERTIFICATE OF LIABILITY INSURANCE 5DATE 7%21009 PRODUCER (806) 798-7979 FAX: (806) 798-7888 Butler Carson Insurance 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 4505 82nd St, Suite 10 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lubbock TX 79424 INSURERS AFFORDING COVERAGE NAIC # INSURED Tom's Tree Place; Tom's Tree Place IN$uRERA:America First Lloyds Lightscapes and Patterned Concrete muRERB.The Netherlands Insurance msuRERaAmerica First Insurance West Texas Services, Inc. dba INSURERDTexas Mutual Insurance 5104 34th Street INsuRERE.Lloyd's of London Lubbock TX 79410 OVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING AN 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, WE LIMITS SHOWNMM HAVE BEE q REDUCED BY PAI CLAIMS, INSR ADDIL TYPE OF INSURANCE POLICY NUMBER DATE MM/FDDMI VE PDAATE LICY EXPIRATION LIMITS GENERALUABILR'Y EACH OCCURRENCE $ 1,000 000 RENTED $ 100,000 A X COMMERCIAL GENERALUABIL" CLAIMS MADE ❑X OCCUR CBP8440636 9/27/2008 9/27/2009 $ 5,000 NAL&ADVWJURY $ 1,000,000 2,000,000 GENLAGGREGATE LIMIT APPLIES PER, PRODUCTS-OOMPIOPAGG $ 2,000,000 FRO POLICY ECY LOC AUTOMOBILE UA13FUTY X ANY AUTO COMBINED SINGLE LIMIT (Eaecddenq $ 1,000,000 BODILY INJURY (�P"a') $ B ALLOWNEDAUTOS SCHEDULED AUTOS HAS440935 9/27/2008 9/27/2009 BODILY INJURY (Per acdden) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (PerecddeM) $ GARAGE LIABILITY AM00NLY-EA ACCIDENT $ OTHERTHAN ANY AUTO $ AUTO ONLY: AGG EXCESSIUMBRELLA LIABILITY X OCCUR CLAIMS MADE EPACH OCCURRENCE $ 1,000,000 AGGREGATE $ ` S $ C DEDUCTIBLE CUS444636 9/27/2008 9/27/2009 $ X RETEMON 10,000 D WORKERS COMPENSATION ANDOTH- EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTNE E.L EACH ACCIDENT $ 1 , 000 000 E L DISEASE - FA EMPLOYEE $ 1,000,000 OFFICERIMEMBEREXCLUDED? Ryes, desm'be under SPECIAL PROVISIONSE.L. TSF0001184331 9/27/2008 9/27/2009 DISEASE- POLICY LIMIT 1,000,000 E OTHER Professional AE080404 9/25/2008 9/25/2009 Occurrence Limit 1,000,000 Liability aggregate Limit 1,000,000 DESCRIPTION OF OPERATIONSILOCATIONSNiNICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Additional Insured and Waiver of Subrogation in favor of the certificate holder on the General Liability and Auto policies as required by written contract. Waiver of Subrogation in regards to Workers Compensation in favor of certificate holder as required by written contract. Project: Lubbock Business Park Phase SB (806) 745-7577 shellies@tomstreeplace.com SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Allen Butler Construction, Inc. EXPIRATION DATE THEREOF, THE ISSUING INSURER V4LL ENDEAVOR TO MAIL and City of Lubbock 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT #24 South Lakeshore Drive FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR UABRITY OF ANY KIND UPON THE Ransom Canyon, TX 79366 INSURER, ITS AGENTS Oft REPRESENTATIVES. RED REPRESENTATIVE 01 Gordonrdo Butler/THERES ACORD 25 (2001108) ® ACORD CORPORATION 1988 INAn9R--Q%nay Pm i m? IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) 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 Ileu 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. INS025(olos).w Paget oft ACORD,. CERTIFICATE OF LIABILITY INSURANCE 5D4E2009 ) PRODUCER Phone: 713-688-1500 Fax: 713-688-7967 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Brady, Chapman, Holland & Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 10055 West Gulf Bank HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Houston TX 77040 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Amer isure Mutual Ins CO 23396 Primate Construction, Inc. INSURER B: Amer i sure Insurance Company 19488 P O Box 1509 INsuRERc: Humble TX 77347 INSURER D: INSURER E: OVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR DD' NSRA POLICY NUMBER p LICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CPP2019078040009 3/31/2009 3/31/2010 EACH OCCURRENCE $ 10„00000 DAMAGE TOR TED PREMISES Ea occurence $ 3 0 0 0 0 0 MED EXP (Any one person) $ 10 0 0 0 CLAIMS MADE FXI OCCUR PERSONAL 8 ADV INJURY $ 10 0 0 0 0 0 GENERAL AGGREGATE $ 2000000 GEN'LAGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OPAGG $ 2 0 0 0 0 0 0 POLICY X jE O LOC A AUTOMOBILE LIABILITY ANY AUTO CA2 019 0 7 6 0 6 3/ 31 / 2 0 0 9 3/ 31 / 2 010 COMBINED SINGLE LIMIT (Ea accident) $ 10 0 0 0 0 0 X BODILY INJURY (Per person) $ ALLOWNEDAUTOS SCHEDULED AUTOS X BODILY INJURY (Peraccident) $ HIREDAUTOS NON-OWNEDAUTOS X PROPERTYDAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ OTHERTHAN EAACC $ ANYAUTO $ AUTO ONLY: AGG B EXCESS/UMBRELLA LIABILITY X I OCCUR r I CLAIMS MADE CU2 019 0 810 5 3/ 31 / 2 0 0 9 3/ 31 / 2 010 EACH OCCURRENCE $ 2 0 0 0 0 0 0 AGGREGATE $ 2 0 0 0 0 0 0 $ DEDUCTIBLE $ X RETENTION $ 0 A WORKERS COMPENSATION AND WC201908006 3/31/2009 3/31/2010 X I TWOCSTATIU- OTH- — E.L. EACH ACCIDENT $ 10 0 0 0 0 0 EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE -EA EMPLOYEE $ 10 0 0 0 0 0 E.L. DISEASE -POLICY LIMIT $ 10 0 0 0 0 0 If yes, describe under SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Certificate holder and others when required by written contract are named as additional insured on the general liability and automobile with a waiver of subrogation on the general liability, automobile and workers' compensation, o the extent of liabilities assumed under written contract, subject to the terms, conditions and exclusions of the policy. This insurance is also primary and non-contributory as respects to general liability to the extent of liabilities assumed under written contract, subject to the terms, conditions and exclusions of the policy. ontinued... l;tK I II-IUA I t MULUCK City of Lubbock PO Box 2000, Room 204 Lubbock TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 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 _,,07 i+i, _ }IL. sal. p. ACORD 25 (2001 ACORD CORPORATION 1988 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) DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS / SPECIAL PROVISIONS Re: Lubbock Business Park - Phase 1B(Streets, Water and Sewer) CERTIFICATE HOLDER INCLUDES: City of Lubbock ACORD CERTIFICATE OF LIABILITY INSURANCE 5/1%2009 IDDIYYYY) PRODUCER (972) 772-7228 FAX: (972) 771-4695 K & S Insurance Agency 9 y 2255 Ridge Road, Ste. 333 P. 0. Box 277 Rockwall TX 75087 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 # INSURED Utility Contractors of America, Inc., DBA: Utility Contractors of America, Ltd 927 Hwy. 62 Wolfforth TX 79382 INSURERA:Valley Fore Insurance 20508 INSURERB:United States Fire Ins. INSURER c: Travelers Lloyds Ins. Co. 41564 INSURER D: INSURERE: OVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING AN REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEE4 REDUCEDBY PAID CLAIMS. INSR ADD'L INSRDTYPE OF INSURANCE POLICY NUMBER POLICY TE ( DDTIVE POLICY MM/ D EXPIRATION LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 PREMISES Ea occu RENTED $ 100,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR C2090553748 9/5/2008 9/5/2009 MEDEXP An one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 X Additional Insured G140331A 01/01 X Waiver of Subrogatio GENERAL AGGREGATE $ 2,000,000 CG2404 10/93 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 17 PRO - POLICY X JECT LOC AUTOMOBILE LIABILITY X ANYAUTO COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ A ALL OWNED AUTOS SCHEDULED AUTOS C2090553751 9/5/2008 9/5/2009 BODILY INJURY (Per accident) $ X HIRED AUTOS X NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ X Additional Insured CA0403 6/04 CA2089 6/04 X Waiver of Subro atio GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANYAUTO $ AUTO ONLY: AGG EXCESS/UMBRELLA LIABILITY Umbrella Follows Form EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 X OCCUR CLAIMS MADE $ B DEDUCTIBLE 12 553-091561-1 9/5/2008 9/5/2009 $ RETENTION 0 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Waiver Of Subrogation WC420304A 1/00 X TOCY LIMIT ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYE $ 1 f 000,000 OFFICER/MEMBER EXCLUDED? WC2090553765 9/5/2008 9/5/2009 I E.L. DISEASE - POLICY LIMIT $ 1 , 000 , 000 If yes, describe under SPECIAL PROVISIONS below C OTHER Equipment Floater QT6605376B228 9/5/2008 9/5/2009 $4,781,640 w/$1000 Deductible C Installation Floater QT6605376B228 9/5/2008 9/5/2009 $300,000 w/$1000 Deductible C Rented/Leased Eq. IQT6605376B228 9/5/2008 1 9/5/2009 $200,000 Max. Limit DESCRIPTION OF OPERATIONS/LOCATIONSA/EHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: Lubbock Business Park; ITB-09-709-BM, Phase 1B (streets, water & sewer). City of Lubbock, contractor, the owner, its and others when required by written contract should be known as Additional Insured on all liability policies with a Waiver of Subrogation on liability and Work Comp when required by written contract. G/L Insurance is written on a Primary and Non -Contributory Basis with Completed Ops.*Except 10 days notice for non-payment of premium. City of Lubbock P. 0. Box 2000, Suite 102 Lubbock, TX 79457 CANCELLATION 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 Johnny Moss/CHERYL =—T ACORD 25 (2001/08) I ICA04 —, no.. © ACORD CORPORATION 1988 D.— I of -- DATE(MWDD/YYY` ) ACDMry CERTIFICATE OF LIABILITY INSURANCE 5/4 2009 -PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION BENT TREE INSURANCE AGENCY INC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR B 11839a ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. ox Carrollton, TX 75011 (972)466-0084 1 INSURERS AFFORDING COVERAGE NAIC# INSURED v—Tech Environmental Services INSURERA: A—rican safety Casualty Ins. Co. INSURER B: Texas Mutual Ins ccuipany 1510 Buddy Holly INSURER C: Lubbock, TX 79401 INSURER D: 806.748.1700 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAIDCLAIMS. - I POLICY NUMBER YDATI N LIMITS LTR RD OCCURRENCE s 2, 0 0 0, 0 0 0 GENERAL LIABILITY EACH X COMMERCIAL GENERAL LIABILITY PREMISES E xurenoe i 501000 CLAIMSMADE � OCCUR r EXP(Anyoneperson) i5 000A X XProfessional Lis.* ENV015789-09-03 02-17-09 02-17-10 SONALaADVIruuRY s 2, 000,000 X Pollution Lia. ERAL AGGREGATE i 2,000,000 GEN'LAGGREGATELIMITAPPLIESPER: PRODUCTS-COMP/OPAGG i 2,000,000 X POLICY PRO LOC AUTOMOBILELIABIIJTY COMBINED SINGLE LIMIT i (Ee acddent) ANYAUTO ALLOWNEDAUTOS BODILY INJURY i (Per person) SCHEDULED AUTOS HIRED AUTOS This agency does not BODILY INJURY NON-0WNEDAUT03 rovide coverage. (Pareoddent) S PROPERTY DAMAGE i (Peraoddent) - GARAGE LIABILITY AUTO ONLY -EA ACCIDENT i ANYAUTO his agency doe • not OTHERTHAN EAACC i provide coverage. AUTOONLY: AGG i EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE Is OCCUR LJ CLAIMSMADE AGGREGATE Is s agency does not i DEDUCTIBLE Friov Is coverage. i RETENTION i _ WORKERSCOMPENSATIONAND x EMPLOYERS' LIABILITY SBP0001082788 10-24-08 10-24-09 E.L. EACH ACCIDENT $ 1,000,000 ANY PROPRIETORMARTNERIEXECUTNE E.L. DISEASE -EA EMPLOYE i 1 OOO O00 B OFFICERNEMBER EXCLUDED? H�e CY1 1,000,000 3AaOWIONS below OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Lubbock Business Park Phase 1B (ITB-09-709-BM) City of Lubbock is added as additional insured and granted waiver of subrogation. Coverage available to such additional insureds is subject to all terms and conditions of the additional insured endorsement attached. *Professional Liability is claims made. Coverages provided by the policies indicated above do not extend to Indemnification/Hold Harmless Contractual Requirements. EHOLDER "".._.. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO City of Lubbock DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL_JQ DAYS WRITTEN P . 0. BOX 2000, Room 204 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Lubbock, TX 79457 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Attn: Contract Management Dept. REPRESENTATIVES. ` CORPORATION 1988 r��.vrcuw�av uvvJ 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. ACORD25(2001/08) THIS ENDORSEMENT CHANGES THE POLICY..I'LEASE READ IT CAREFULLY. ASCIC - ENV Ol 009 06 07 ADDITIONAL INSURED COVERAGE ENDORSEMENT This Endorsement shall not serve to increase our- limits of insurance, as described in the LIMITS OF INSURANCE section of this policy. It is agreed the following changes are incorporated into the policy. h The following shall be added to SECTION I, COVERAGE A., Par. 1.: Any person shown as an Additional Insured on a certificate of insurance issued by our authorized representative provided such person is required to be named as an Additional Insured in a written contract with you, shall be entitled to coverage hereunder solely for "claims" or "suits" for "bodily injury" or "property damage" arising solely out of your negligence and not out of the negligence of any other person or entity. The limits of insurance provided to such Additional Insured shall be limited to the lesser of the limits of insurance required in a written contract with you, or the limits of insurance as described in the LIMITS OF INSURANCE section(s) under the policy. No obligation for defense or indemnity under the policy is provided to any Additional Insured for "claims" or "suits" directly or indirectly "arising from" the status, actions or inaction, including (without limitation) for vicarious, derivative or strict liability of said Additional Insured, its agents, consultants, servants, contractors or subcontractors (other than the Named Insured), except for the actions or inactions of the Named Insured. We will have no duty to defend any insured, other than the Named Insured, except when the sole allegation against that insured is vicarious liability for the sole negligence of the Named Insured and not the negligence of any other person or entity. All terms, conditions and exclusions of the policy, including, but not limited to, any deductible or self -insured retention, -, shall apply to such Additional insured. All other terms, conditions and exclusions under the policy are applicable to this Endorsement and remain unchanged. ENV 01 009 06 07 Copyright© 2007 American Safety Casualty insurance Company Page 1 of 1 f TATE fA11M INSURANCE 6= CERTIFICATE OF INSURANCE SUCH INSURANCE AS RESPECTS THE INTEREST OF THE CERTIFICATE HOLDER NAMED BELOW WILL NOT BE CANCELED OR OTHERWISE TERMINATED WITHOUT GIVING 10 DAYS PRIOR WRITTEN NOTICE TO THE CERTIFICATE HOLDER, BUT IN NO EVENT SHALL THIS CERTIFICATE BE VALID MORE THAN 30 DAYS FROM THE DATE WRITTEN. THIS CERTIFICATE OF INSURANCE DOES NOT CHANGE THE COVERAGE PROVIDED BY ANY POLICY DESCRIBED BELOW. This certifies that: ® STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, Illinois ❑ STATE FARM FIRE AND CASUALTY COMPANY of Bloomington, Illinois ❑ STATE FARM COUNTY MUTUAL INSURANCE COMPANY OF TEXAS of Dallas, Texas, or ❑ STATE FARM INDEMNITY COMPANY of Bloomington, Illinois has coveraae in force for the followina Named Insured as shown below: NAMED INSURED: Randy & Polly Vann dba V-Tech Environmental Services ADDRESS OF NAMED INSURED: 100 EAST 25`H STREET - LITTLEFIELD, TEXAS 79339-5601 POLICY NUMBER P14 2104 P14 2104 P14 2104 P14 2104 EFFECTIVE DATE OF POLICY 11/21/08-05/21/09 11/21/08-05/21/09 11/21/08-05/21/09 11/25/07-05/21/08 DESCRIPTION OF 1997 FORD EXP.SPT 2000 CHEV K1500 2004 FORD F250 SD VEHICLE (Including VIN) 2002 GMC K2500 PU WGN PU PU 1GTHK291X111777 1FMFU18LVLB45816 2GCEK19T5Y1380830 1FTNW21P44EB65361 LIABILITY COVERAGE ® YES ❑ NO ® YES ❑ NO ® YES ❑ NO ® YES ❑ NO LIMITS OF LIABILITY a. Bodily Injury Each Person 1 MILLION 1 MILLION 1 MILLION 1 MILLION Each Accident 1 MILLION 1 MILLION 1 MILLION 1 MILLION b. Property Damage Each Accident 1 MILLION 1 MILLION 1 MILLION 1 MILLION c. Bodily Injury & Property Damage Single Limit Each Accident PHYSICAL DAMAGE COVERAGES ® YES ❑ NO ❑ YES ® NO ® YES ❑ NO ® YES ❑ NO a. Comprehensive $ 1000 Deductible $ Deductible $ 1000 Deductible $ 1000 Deductible ® YES ❑ NO ❑ YES ® NO ® YES ❑ NO ® YES ❑ NO b. Collision $ 1000 Deductible $ Deductible $ 1000 Deductible $ 1000 Deductible EMPLOYERS NON -OWNED CAR LIABILITY COVERAGE ® YES ❑ NO ® YES ❑ NO ® YES ❑ NO ® YES ❑ NO HIRED CAR LIABILITY COVERAGE ❑ YES ® NO ❑ YES ® NO ❑ YES ® NO ❑ YES ❑ NO FLEET - COVERAGE FOR ALL OWNED AND LICENSED MOTO VEHICLES ❑ YES ® NO ❑ YES ® NO ❑ YES ® NO ❑ YES ® NO Z / twwvt--�V< `I//tptt m AGENT 7339 05/04/2009 Signature of Authorized Representative Title Agent's Code Number Date Name and Address of Certificate Holder Name and Address of Agent City of Tj-.hhocK F.APM I)`ISUP.ANCE PO Box 2000 Rm 204 113 WEST AVE D Lubbock, Texas 79457 P.O. BOX 315 MULESHOE, TEXAS 79347 Attn: Contract Management Dept. ** Added as Additional Insured and granted a Waiver of Subrogation. Lubbock Business Park - Phase 1B (ITB - 09-709-BM) INTERNAL STATE FARM USE ONLY: ❑ Request permanent Certificate of Insurance for liability coverage. 122429.2 Rev. 06-10-2004 ❑ Request Certificate Holder to be added as an Additional Insured. No Text AGORD CERTIFICATE OF LIABILITY INSURANCE T,a DATE(MM1DDlYYYY) 05/06/2009 PRODUCER Alan Henry Ins. Agency, Inc. 3407 19th Street Lubbock TX 79410 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 # usURED West Texas Barricades, Ltd. dba Barricades Unlimited PO BOX 11001 Lubbock TX 79408 INSURER A: Southern County Mutual Ins. Co. INSURER B: INSURER C: INSURER D: INSURER E: Texas Mutual Insurance CO. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD'L POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED 1SESJEanccucaD S MED EXP (Any weperson) S CLAIMS MADE OCCUR PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE S GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS- COMPIOP AGG S POLICY PRO- LOC AUTOMOBILE LIABILITY ANY AUTO STC564564-03 *Blanket Additional Insured; 05/31/2008 05/31/2009 COMBINED SINGLE LIMIT ( Ea accident) $ 1,000,001 X BODILY INJURY (Per person) S ALL OWNED AUTOS SCHEDULED AUTOS Blanket Waiver of Subrogation; Blanket 30 day NOC apply if X X HIRED AUTOS NON•OWNEO AUTOS required by written contract BODILY INJURY (Per accident) S PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY -EAACCIDENT S OTHER THAN EA ACC AUTO ONLY: AGG S ANY AUTO S EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE S AGGREGATE S OCCUR CLAIMSMADE $ S DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND TSF0001 11749720080531 05/31/2008 05/31/2009 X WC STTnWY LIAMTU- DTH- EMPLOYERS' LIABIUTY ANY PROPRIE70RIPARiNER1EXECUTIVE OFFICERIMEMBER EXCLUDED7 "yea, describe under P 1 LPR VI I N a Blanket Waiver of Sub. ifre� by written contract _ E.L. EACH ACCIDENT S l,aaa,aaa E.L. DISEASE - EA EMPLOYEE --1,aa� $ raaa E.L.OISEASE-POLICY LIMIT S 1,000,000 OTHER DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES ! EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS ubbock Business Park, Phase I B )wner: City of Lubbock I ertificate holder is named as Additional Insured with Waiver of Subrogarion and 30 day Notice of Cancel, if required by ,mitten contract. 'Allen Butler Construction, Inc, and City of Lubbock #24 South Lakeshore Drive Ranson Canyon TX 79366 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOY8 THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3 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 AUTHORIZED REPRESENTATIVE CORD 26 (2001/08) © ACORD CGRPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the pollcy(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. .CORD 25 (2001108) No Text CERTIFICATE OF INSURANCE Y 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 i" 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 $ 0 Claims Made Products-Comp/Op AGG $ rl Occurrence Personal & Adv. Injury $ 11 Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY 0 Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ 0 Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive 0 Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK 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. ITB-09-709-BM -- LUBBOCK BUSINESS PARK - PHASE 111 (STREETS, WATER AND SEWER) CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; I_ i (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 ri (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and _ filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. Pase Intentionally Left Blank CONTRACT Page Intentionally Left Blank CONTRACT # 8826 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 27th day of April, 2009, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Allen Butler Construction, Inc. of the City of Ransom Canyon, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID 09-709-BM - LUBBOCK BUSINESS PARK - PHASE 1B (STREETS, WATER AND SEWER) $4,057,171.80 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 r as defined in the General Conditions of Agreement. Allen Butler Construction, Inc's bid dated April 7, 2009 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. 0 a f COMPLETE ADDRESS: Company Address S O Ljc City, State, Zip a, ` ATTEST: Corporate Secretary CITY OF LUBBOCK, TEXAS (OWNER): By: %►'1 MA OR W61039 City Secre`Kary APPROV/E/ D AS T NTENT Owner's Representative irector Paye Intentionally Left Blank 9 e GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Allen Butler Construction. Inc. who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative R. ]KEITH SMITH. ASSISTANT CITY ENGINEER, so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors shall act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. a 10. 11. 12. CONTRACTOR'S RESPONSIBILITIES f -. Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. -' LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades are needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision ._ by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR`S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any ,of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's i_ Representative and Contractor. 18. WE 1a Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and FJ11 accepted. The building of structures for the housing of men or equipment are permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION 21. 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. OBSERVATION AND TESTINGrl 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 i that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work shall be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or 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 1 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 bome 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 LI 4 tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (I5%) 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 9.1 In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 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 N 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. 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. 6 i t 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the f subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change shall be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. 10 C. D. E. F. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Heavy Equipment XCU (Explosion, Collapse, Underground) Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, 500,000 Combined Single Limit, to include any auto, all owned and non -owned autos including: Employers Non -ownership Liability Hired and Non -owned Vehicles. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED. Umbrella Liability Insurance — NOT REQUIRED. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $ 500,000. 1. 01 Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- LJ operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 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 I, of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity shall have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of t coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and 9 G (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who shall provide services on the project shall be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor ri does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. pi Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. - (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. t- (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. L_1 (9) A Contractor shall: 10 (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; f L (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 800-372-7713 or 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: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; 11 29. U (iii) include in all contracts to provide services on the project the following language: `By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (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. f,3 PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, U 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 12 1� _l this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. 13 t 35. 36. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $875 (EIGHT HUNDRED SEVENTY-FIVE AND 00/100) for each day in excess of the time set forth herein above for completion of PACKAGE 2 and $520 (FIVE HUNDRED TWENTY AND 00/100) for each day in excess of the time set forth herein above for completion of the ENTIRE PROJECT, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS t In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in E 14 t securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity 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 fall 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 gr 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. f5 42. 43 44. 45. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. 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 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by 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. 16 } i E- Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE I It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. 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. 18 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is 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 k1 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 z work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's �. Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a 19 57. Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 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 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. 20 DAVIS BACON WAGE DETERMINATIONS Page IntentionaBy Left Blank EXHIBIT A GENERAL DECISION: TX20080028 02/08/2008 TX28 Date: February 8, 2008 General Decision Number: TX20080028 02/08/2008 Superseded General Decision Number: TX20070028 State: Texas Construction Types: Heavy and Highway Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number Publication Date 0 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 ................$ 13.36 0.00 Roller Operator, Pneumatic, Self -Propelled .................$ 7.67 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping.............$ 8.06 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement .............$ 7.50 0.00 Scraper Operator ...............$ 8.50 0.00 Servicer .......................$ 8.98 0.00 Slip Form Machine Operator ..... $ 13.64 0.00 Tractor operator, Pneumatic .... $ 12.00 0.00 Traveling Mixer Operator ....... $ 12.00 0.00 Truck driver, lowboy -Float ..... $ 12.67 0.00 Truck driver, Single Axle, Heavy ..........................$ 8.50 0.00 Truck driver, Single Axle, Light ..........................$ 8.08 0.00 Truck Driver, Tandem Axle, Semi -Trailer ...................$ 8.66 0.00 Welder .........................$ 15.25 0.00 Work Zone Barricade Servicer...$ ---------------------------------------------------------------- 8.28 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an ` interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B 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 Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. PaLye Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank Specifications City of Lubbock Lubbock Business Park (Phase 1B) Streets, Water and Sewer Lubbock, Texas February 2009 PSC Project #: 01229507 Parkhill, Smith & Cooper, Inc. Engineers ■ Architects ■ Planners Specifications City of Lubbock - Lubbock Business Park (Phase 1B) Streets, Water and Sewer Lubbock, Texas February 2009 PSC Project #: 01229507 ' Parkhill, Smith & Cooper, Inc. M..... I Engineers ■Architects ■Planners Lubbock Business Park Phase 1B Streets, Water and Sewer TABLE OF CONTENTS DIVISION 1- GENERAL REQUIREMENTS 01000 Special Conditions..................................................................................................................... 5 01010 Summary of Work...................................................................................................................... 3 01019 Contract Considerations.............................................................................................................2 01025 Measurement and Payment........................................................................................................ 9 01028 Change Order Procedures.......................................................................................................... 3 01039 Coordination and Meetings........................................................................................................4 01300 Submittals.................................................................................................................................. 3 01356 Storm Water Pollution Prevention Measures............................................................................. 2 01410 Testing Laboratory Services....................................................................................................... 3 01500 Temporary Facilities and ControIs............................................................................................. 4 01555 Barricades, Signs and Traffic Handling.....................................................................................1 01560 Environmental Protection.......................................................................................................... 3 01700 Contract Closeout...................................................................................................................... 3 DIVISION 2 - SITE WORK 02110 Site Preparation and Cleaning.................................................................................................... 2 02151 Trench Safety Systems...............................................................................................................3 02200 Demolition, Removal and Salvaging of Existing Materials....................................................... 2 02221 Excavating for Water/Sewer...................................................................................................... 2 02222 Backfilling for Water/Sewer...................................................................................................... 3 02223 Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling .............................. 7 02317 Excavation and Backfill. for Storm Drainage............................................................................. 8 02320 Utility Backfill Materials for Storm Drainage............................................................................ 4 02371 Rock Riprap and Filter Fabric.................................................................................................... 5 02510 Removing and Replacing Existing Asphalt Pavement............................................................... 3 02518 Interlocking Concrete Pavers..................................................................................................... 6 02577 Pavement Markings................................................................................................................... 3 02638 Storm Drainage..........................................................................................................................4 02665 Piping, Valves and Fittings........................................................................................................9 02730 Sewer Line Construction............................................................................................................ 8 02732 Glass -Fiber Reinforced Polyester (FRP) Manholes...................................................................7 02742 Dense -Graded Hot -Mix Asphalt (Method) ................. .,........................................................... 10 02751 Reinforced Concrete for Site Work..........................................................................................16 02764 Pavement Joint Sealants............................................................................................................. 5 02920 Lawns and Grasses..................................................................................................................... 9 DIVISION 3 - CONCRETE 03100 Concrete Formwork for Water/Sewer........................................................................................ 4 03200 Concrete Reinforcement for Water/Sewer................................................................................. 2 03300 Cast -in -Place Concrete for Water/Sewer................................................................................... 5 03410 Precast Concrete for Water/Sewer............................................................................................. 6 r 01229507 TABLE OF CONTENTS TOC - I 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer DIVISIONS 4 - 8 Not Used DIVISION 9 - FINISHES 09703 Rehabilitation and Corrosion Protection.................................................................................... 6 DIVISIONS 10-15 Not Used DIVISION 16 - ELECTRICAL 16000 Basic Electrical Methods........................................................................................................... 5 16111 Conduit...................................................................................................................................... 3 16123 Wire and Cable.......................................................................................................................... 4 16130 Boxes......................................................................................................................................... 2 16140 Wiring Devices.......................................................................................................................... 3 16170 Grounding and.Bonding............................................................................................................3 16190 Supporting Devices....................................................................................................................2 16195 Electrical Identification..............................................................................................................2 16470 Panelboards................................................................................................................................3 APPENDIX A — OSHA 1926 SUBPART P (For Information Only) APPENDIX B — Geotechnical Investigation, Hamilton Engineering, Inc. APPENDIX C — HKS Signage Program 01229507 TABLE OF CONTENTS TOC - 2 02109 I Lubbock Business Park Phase 1B Streets, Water and Sewer DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited in the following: DIVISION 2 — SITE WORK - 02110 Site Preparation and Cleaning 02151 Trench Safety Systems 02221 Excavating for Water/Sewer 02222 Backfilling for Water/Sewer 02510 Removing and Replacing Existing Asphalt Pavement 02665 Piping, Valves and Fittings 02730 Sewer Line Construction 02732 Glass -Fiber Reinforced Polyester (FRP) Manholes DIVISION 3 — CONCRETE 03100 Concrete Formwork for Water/Sewer 03200 Concrete Reinforcement for Water/Sewer 03300 Cast -In -Place Concrete for Water/Sewer 03410 Precast Concrete for Water/Sewer DIVISION 9 - FINISHES 09703 Rehabilitation and Corrosion Protection - 01229507 DESIGN PROFESSIONAL RESPONSIBILITY BMS - 1 ,02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited in the following: DIVISION 16 - ELECTRICAL 16000 Basic Electrical Methods 16111 Conduit 16123 Wire and Cable 16130 Boxes 16140 Wiring Devices 16170 Grounding and Bonding 16190 Supporting Devices 16195 Electrical Identification 16470 Panelboards 5� PEE OF TROY D. SWINNEY /.............................:...� /i 80058 C E NS 0 L o -09 01229507 DESIGN PROFESSIONAL RESPONSIBILITY TDS - 1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited in the following: DIVISION 2 - SITE WORK 02518 Interlocking Concrete Pavers 02920 Lawns and Grasses I z- 10 -09 01229507 DESIGN PROFESSIONAL RESPONSIBILITY KL - 1 02/09 Page Intentionally Left Blank Lubbock Business Park Phase 1B Streets, Water and Sewer { SECTION 01000 SPECIAL CONDITIONS PART 1- GENERAL 1.1 SCOPE OF WORK A. Paving (Package 1) 1. Concrete Paving. 2. Excavation. 3. Embankment. 4. Stormwater Improvements. 5. Miscellaneous Signage. 6. Miscellaneous Electrical. 7. Seeding. B. Water/Sewer (Package 2) 1. 12" Water Line 2. 20" Water Line 3. 10" Sanitary Sewer Line 4. 12" Sanitary Sewer 5. Manholes 6. Hydrants, Valves, etc. 7. Miscellaneous The Contractor shall furnish all labor, superintendence, machinery, equipment, and materials necessary to complete the work as shown on the plans, and as required by these specifications. The project will be awarded based on the sum total of Package 1 and Package 2 1.2 CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with the Contract Documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the drawings and specifications and the Contractor shall be responsible for the satisfactory completion of all work shown on the drawings as specified. 1.3 PLANS FOR USE BY BIDDERS It is intended that all parties with an interest in the type of work included in the project as covered by these documents be given a reasonable opportunity to examine the documents and prepare a bid or sub bid without charge or without forfeiture of deposit. 01229507 SPECIAL CONDITIONS 01000 -1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.4 TIME AND ORDER OF COMPLETION A. The project shall be substantially complete within: 1. Four (4) months for Package 2. 2. Nine (9) months total project B. Package 2 must be fully complete, tested and accepted prior to commencing with Package 1. C. The Contractor may work 7 days per week. Work hours may be between 6:30 am. and 8:00 P.M. 1.5 PAYMENT Partial payments and final payment for the work covered herein will be made in accordance with the Provisions of the GENERAL CONDITIONS. 1.6 AFFIDAVIT OF BILLS PAID Prior to final acceptance of this project by the Owners, the Contractor shall execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of these improvements have been. paid in full, and that there are no claims pending of which he has been notified. 1.7 SANITARY FACILITIES The Contractor shall provide adequate toilet facilities, as approved by the Engineer, for the use of workmen and shall maintain such facilities throughout the construction period. Toilet facilities shall be maintained in a clean and sanitary condition, and the Contractor shall maintain sanitary conditions over the entire site. After completion of the work, temporary toilet facilities shall be removed. Pit -type toilets will not be permitted. 1.8 BARRICADES, WATCHMEN AND SAFETY MEASURES The Contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work, as may be necessary. Barricades shall be painted in two contrasting colors and, from sunset to sunrise, at least one light shall be maintained at each barricade. The work shall be carried on, at all times, in a manner which will minimize danger to the public or the workmen. 1.9 MATERIALS AND WORKMANSHIP The intent of these qualifications 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 in the project. The presence or absence of the Engineer or his representative on the construction site will not relieve the Contractor of full responsibility of complying with these specifications. The specifications for materials and methods set out the minimum standards of quality which the Owner believes necessary to procure a satisfactory project. 01229507 SPECIAL CONDITIONS 01000 - 2 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer f` 1.10 PROTECTION AND MAINTENANCE OF PROJECT �- The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, equipment, tools, apparatus, accessories, facilities, 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 of the Engineer's Certificate of Completion. 1.11 CLEANUP After the construction work is completed and before final acceptance of the improvements on the street, all debris resulting from the construction shall be cleaned up and removed from the site of the work to an approved place of disposal. Gutters shall be cleaned of dirt, aggregate, or other material which would clog the gutter. The entire premises of the work shall be left in a clean condition satisfactory to the Engineer. All costs of clean-up shall be included in the contract unit prices for the item of work involved. 1.12 TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04(F) of the Texas Limited Sales, Excise and Use Tax Act. The Contractor performing this contract may purchase, rent, or lease all materials, supplies, equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's ruling #95- 0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95.0.09 as amended to be effective October 2, 1968. 1.13 INSPECTION OF LOCATIONS AND SITES All bidders are expected to inspect the area to be improved and locations of material sources and to familiarize themselves with local conditions, and the submission of a proposal will be considered as evidence that the bidder has done so. 1.14 PRECONSTRUCTION MATERIAL TESTS Various tests on materials of construction are required in the specifications. In general, the Contractor shall bear the cost of all material tests required before approval of a material source. All tests must be current. The following is a summary of tests required by the Contractor: Asphalt - Certified plant tests and certificates of compliance with each shipment. Aggregate Material - Tests on all aggregates, prior to use, for approval of source and compliance with the specifications. TESTS SHALL BE CURRENT. Hot Mix - Current nix design for all surface and base materials proposed, as required in the technical specifications. Cement - Certifications on cement material used. 01229507 SPECIAL CONDITIONS 01000 - 3 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer Portland Cement Concrete — Mix design for all materials proposed, as required in the technical specifications. THESE TESTS TO BE PAID FOR BY THE CONTRACTOR. Where only small amounts of any material are used or where compliance with the specifications can be determined by visual inspection, no tests are required. Certificates of compliance shall be required on all materials not tested. 1.15 LABOR Attention is called to the fact that there must be paid on this project not less than the general prevailing rates of wages as set out below; however, the inclusion of such minimum schedule of wages does not release the Contractor from compliance with any State Wage Law that may be applicable. The Contractor must abide by the Wage and Hour Laws of the State of Texas and must pay not less than the rates legally prescribed or as set forth below, whichever is higher. 1.16 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT The making of the final payment by the Owner to the Contractor shall not relieve the Contractor of responsibility for faulty materials or workmanship. The Contractor shall promptly replace any such defects discovered within one year from the date of written acceptance of the work. The Performance Bond shall remain in effect until one year after the date of the written acceptance of the work to insure compliance by the Contractor with the requirements of this paragraph. 1.17 EQUAL OPPORTUNITY CLAUSE Attention is called to the Equal Opportunity Clause applicable to this project, and included in the Specifications. 1.18 MEASUREMENTS Before ordering any material or doing any work, the Contractor shall verify all measurements of the work and shall be responsible for the correctness of same; any difference which may be found shall be submitted to the Engineer for consideration before proceeding with the work. 1.19 PROTECTION OF EXISTING FACILITIES A. The Contractor shall take precautions to protect existing facilities and features within the designated construction limits and along the access to the construction site. B. After materials, equipment and machinery are installed, properly protect all work until the several portions thereof are accepted. C. Any damage from whatever cause shall be made good by the Contractor without cost to the Institution, whether the repair is made with his own materials and labor or by others under his directions. 01229507 SPECIAL CONDITIONS 01000 - 4 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.20 REFERENCE STANDARDS A. For products specified by association or trade standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. The date of the standard- is that in effect as of the Bid date, except when a specific date is specified. C. Obtain copies of standards when required by Contract Documents. Maintain a copy at job site during progress of the specific work. 1.21 MANUFACTURERS' DIRECTIONS All manufacturer's articles, materials and equipment shall be applied, installed, connected, erected, secured, used, cleaned, and put in operation as recommended, directed or specified by the manufacturer, for the type of installation called for. 1.22 SUBSTITUTIONS Substitutions of any materials other than those specifically called for shall be submitted to the Engineer and Owner for approval 1.23 SAFETY REQUIREMENTS A. Store volatile wastes in covered metal containers, and remove from the premises daily. B. Prevent the accumulation of wastes which create hazardous conditions. C. Provide adequate ventilation during the use of volatile or noxious substances. D. Conduct cleaning and disposal operations to comply with local ordinances and anti -pollution laws. E. Do not burn or bury rubbish and waste materials on project site. F. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains. 1.24 REPAIR OF DAMAGE The Contractor shall be responsible for any loss or damage caused by the Contractor, the Contractor's workmen, or the Contractor's Subcontractors to the work or materials, to tools and the equipment of one another, to adjacent property and persons, and shall make good any loss, damage or injury without cost to the Owner.. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION t 01229507 SPECIAL CONDITIONS 01000 - 5 02/09 Lubbock Business Park Phase -1B Streets, Water and Sewer SECTION 01010 SUMMARY OF WORK PART 1- GENERAL 1.1 SUMMARY A. The owner is: City of Lubbock, Texas and Lubbock Economic Development Alliance. B. Section Includes: 1. Project description. 2. Pernuts and licenses. 3. Access to the site. 4. Contractor's use of the premises. 5. Coordination requirements. 6. Coordination drawings. 7. Preconstruction meeting. 8. Warranty. 1.2 PROJECT DESCRIPTION A. The project consists of paving, drainage, seeding, electrical, water, sanitary sewer and other miscellaneous improvements at the Lubbock Business Park. Included are: 1. Paving (Package 1) a. Miscellaneous demolition and clearing. b. Subgrade preparation. C. 8" concrete paving. d. Concrete sidewalk. e. Concrete curb and gutter. f. Miscellaneous concrete work. g. Drainage culverts. h. Seeding. i. Street lighting. j. Signage. 2. Water/Sewer (Package 2) a. 12" water line and related items. b. 20" water line and related items. C. 10" sanitary sewer and related items. d. 12" sanitary sewer and related items. e. Manholes f. Hydrants, valves, etc. g. Miscellaneous. B. The project is located: 1. Lubbock Business Park — Along the east side of I-27 between Ursuline Street and Kent Street. 1.3 DEFINITIONS A. Furnish: To supply products to the project site, including delivering ready for unloading and replacing damaged and rejected products. 01229507 SUMMARY OF WORK 01010 - 1 02/09 ^i Lubbock Business Park.Phase 1B Streets, Water and Sewer B. Install: To put products in place in the work ready for the intended use, including unloading, unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring, working, finishing, curing, protecting, cleaning, and similar operations. C. Provide: To furnish and install products. D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract documents. 1.4 REGULATORY REQUIREMENTS A. Submit copies of all permits, licenses, and similar permissions obtained, and receipts for fees paid, to the owner directly. 1.5 ACCESS TO THE SITE AND USE OF THE PREMISES A. The space available to the Contractor for the performance of the work, either exclusively or in conjunction with others performing other construction as part of the project, is restricted to the area shown on the site plan of the contract drawings unless the Contractor makes arrangements to use additional space with the Owner. An additional staging area will be made available if required. B. Signs: Provide signs adequate to direct visitors. 1. Do not install, or allow to be installed, signs other than specified sip(s) and signs identifying the principal entities involved in the project. 1.6 PROJECT IDENTIFICATION A. Two project signs (4' x 8') shall be provided by the Contractor for the site. Coordinate wording with the Engineer and Owner. Cost of signs will be considered incidental to the other bid items. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PRE.CONSTRUCTION MEETING A. A preconstruction meeting will be held at a time and place designated by the Owner, for the purpose of identifying responsibilities of the owners and the engineer's personnel and explanation of administrative procedures. B. The Contractor shall also use this meeting for the following minimum agenda: 1. Construction schedule. 2. Use of areas of the site. 3. Delivery and storage. 4. Safety. 5. Security. 6. Cleaning up. 01229507 SUMMARY OF WORK 01010 - 2 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 7. SubContractor procedures relating to: a. Submittals. b. Change orders. C. Applications for payment. A. Record documents. C. Attendees shall include: 1. The Owner. 2. The Engineer and any consultants. 3. The Contractor and its superintendent. 4. Major Subcontractors, suppliers, and fabricators. 5. Others interested in the work. 3.2 SECURITY PROCEDURES A. Limit access to the site to persons involved in the work. B. Provide secure storage for materials for which the owner has made payment and which are stored on site. C. Secure completed work as required to prevent loss. D. Secure this site by means of fencing, security guards or other means to prevent damage, theft, safety hazards or other problems on the site. The use of security personnel shall be cleared with the Owner. 3.3 COORDINATION A. If necessary, inform each party involved, in writing, of procedures required for coordination; include requirements for giving notice, submitting reports, and attending meetings. 1. Inform the owner when coordination of his work is required. B. See other requirements in other portions o tie contract documents. C. Prepare the coordination drawings specified in product sections. 1. Where space is limited, show plan and cross-section dimensions of space available. 2. Coordinate shop drawings prepared by separate entities. 3. Show installation sequence when necessary for proper installation. D. Coordinate utility adjustments where applicable. 3.4 WARRANTY A. Contractor shall warrant 100 percent of the project for one (1) year after the date of final acceptance of the work. H B. On the eleventh month from the date of final acceptance, Owner's Representative will schedule an annual Inspection with the presence of the Contractor to inspect for.defects and assessment of the work performed. Any work that is considered defective by the Owner's Representative will be repaired. 1 C. Contractor shall remedy any defects in workmanship, and pay for any and all damages of any nature whatsoever resulting in defects at no cost to the Owner. END OF SECTION 01229507 SUMMARY OF WORK 01010 - 3' 02109 Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 01019 CONTRACT CONSIDERATIONS PART1-GENERAL 1.1 SECTION INCLUDES ` A. Schedule of Values. B. Application for Payment. C. Change procedures. 1.2 SCHEDULE OF VALUES A. Submit a printed schedule on Engineer approved Contractor's form or electronic media printout. B. Submit Schedule of Values in duplicate within five (5) days after receiving the bid tabulation. C. Revise schedule to list approved Change Orders, with each Application for Payment. 1.3 APPLICATIONS FOR PAYMENT A. Submit five (5) copies of each application on Engineer approved Contractor's form or electronic media printout. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. Payment Period: Monthly, submit application for payment on or about the 13' day of each month. Applications for payment submitted later than previously described will be processed the following month. C. Include an updated construction progress schedule, materials received and manifest. D. Submit the following along with the application for final payment: 1. The documentation for the completed Project. 2. Signed affidavit from the Notary Public that all claims on this job have been settled and that all bills owed by the Contractor for the project including materials and labor, have been paid. 3. Contractor warranties for this job shall be signed and sealed by a Notary Public. 1.4 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by General Conditions by issuing a work directive change. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting request for change to the Engineer, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01300. 01229507 CONTRACT CONSIDERATIONS 01019 - 1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer D. Stipulated Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by the Engineer. E. Construction Change Authorization: Engineer may issue adrrective on Work Directive Change, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work, and designate method of determining any change in Contract Price or Contract Time. Promptly execute the change. F. Time and Material Change Order: Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. Engineer will determine the change allowable in Contract Price and Contract Time as provided in the Contract Documents. G. Maintain detailed records of work done on Time and Material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. H. Change Order Forms: As specified by Owner. I. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the General Conditions of the Contract. PART 2 • PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01229507 CONTRACT CONSIDERATIONS 01019 - 2 02l09 Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 01025 MEASUREMENT AND PAYMENT PART 1- GENERAL The bid price on each item, as stated in the proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost. of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the prices on the various items. 1.1 MOBILMATION/DEMOBILMATION (PACKAGES 1 AND 2) Payment will be made for mobilization and demobilization on a lump sum basis. Bid amount for mobilization/demobilization shall not exceed 8% of the total bid price. The work covered under this item consists of preparatory work and operations, including but not limited to those necessary for the movement of personnel, equipment, supplies and incidentals to the Project site; for the establishment of all offices, buildings, and other facilities necessary for work on the Project; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various items on the Project site. The Contractor shall demobilize within 30 days after substantial completion of the work. Partial payments for the item of "Mobilization" will be made with the first, second and final pay estimates paid on the contract, and will be made at the rate of 37.5 percent of the lump sum price for "Mobilization" on each of the first two partial pay estimates and 25% on the final pay estimate, less the retainage provided for in the General Provisions of these Specifications. All such payments will be made less the retainage provided for in the General Provisions. No additional payment will be made for items overlooked in the bid. 1.2 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) AND EROSION CONTROL MEASURES (PACKAGES 1 AND 2) Payment will be made on a lump sum basis for preparing a SWPPP, filing a Notice of Intent (NOI), installing and maintaining erosion control measures, preparing reports and filing a Notice of Termination (NOT) as specified. 1.3 TRAFFIC CONTROL (PACKAGES 1 AND 2) Payment will be made on a lump sum basis for preparing, implementing and maintaining an approved traffic control plan as specified. 1.4 SITE CLEARING AND GRUBBING Payment will be made on a per acre basis for clearing and grubbing as specked and where shown on the plans. Price shall include removing vegetation, stockpiling topsoil and reinstalling topsoil prior to seeding. 01229507 02/09 MEASUREMENT AND PAYMENT 01025 -1 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.5 DEMOLITION OF EXISTING CONCRETE CURB AND GUTTER Payment will be made on a linear foot basis for removing and disposing of concrete curb and gutter as specified and where shown on the plans. Price shallinclude disposal at a State of Texas approved Type IV landfill. 1.6 DEMOLITION OF IRRIGATION VALVE AND LINE Payment will be made on a lump sum basis for demolition and disposal of irrigation valves, pipeline and related items on a lump sum basis. Price shall include backfill of trench within limits of line removal. 1.7 DEMOLITION OF CONCRETE MEDIAN Payment will be made on a per square yard basis for the demolition and removal of concrete median. There will be no variance in payment for variable median thickness. Price shall include asphalt repair, median nose reconstruction, and other miscellaneous items necessary to restore the area to specified conditions. 1.8 SIGNAGE (TRAFFIC CONTROL) Payment will be made on a lump sum basis for removing existing (where applicable), and providing and installing traffic control signage as specified and where shown on the plans. Payment will be made on a square foot basis for installing pavement marking as specified and where shown on the plans. Price shall include pavement reflectors. 1.10 EXCAVATION Payment will be made on a cubic yard basis for excavation (airspace volume) as specified and where shown on the plans. No special consideration will be made for swell factors. Any dispute in excavation shall be supported, by a survey from a licensed Professional Land Surveyor in the State of Texas at the Contractor's expense. Excavation includes cut to the top of subgrade. "UH� MINQI:�&WaI Payment will be made on a cubic yard basis for embankment (airspace volume) as specified and where shown on the plans. No special consideration will be made for swell factors. Any dispute in excavation shall be supported by a survey from a licensed Professional Land Surveyor in the State of Texas at the Contractor's Expense. 1.12 1 T' SUBGRADE PREPARATION Payment will be made on a square yard basis for preparing densified subgrade as specified and where shown on the plans. No additional compensation will be made for rework due to rain, etc. 01229507 MEASUREMENT AND PAYMENT 01025 - 2 02109 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.13 CHIP SEAL Payment will"'be made for constructing chip seal at.the unit price per square yard as specified and where'shown on the plans. 1.14 TXDOT ITEM 340 TYPE D HMAC Payment will be made on a per ton basis for providing and installing TxDOT Item 340 Type D as specified and where shown on the plans. Where an HMAC thickness is specified, the Contractor will not be paid for additional thickness over and above that specified. 1.15 8-INCH REINFORCED CONCRETE PAVEMENT Payment will be made on a per square yard basis for "constructing reinforced concrete pavement as specified and where shown on the plans. No additional compensation will be made for varying reinforcement. This bid item covers pavement from lip of gutter to lip of gutter. 1.16 BRICK PAVERS IN PEDESTRIAN AREAS Payment will be made on a per square yard basis for providing and installing brick pavers in pedestrian areas as specified and where shown on the plans. Payment shall include full section as detailed. 1.17 BRICK PAVERS IN TRAFFIC AREAS Payment will be made on a per square yard basis for providing and installing traffic -rated brick pavers as specified and where shown on the plans. Payment shall include concrete base, sand bedding and brick pavers. 1.18 TYPE A ACCESSIBLE RAMPS Payment will be made on a per each basis for constructing Type A accessible ramps as specified and where shown on the plans. 1.19 TYPE C ACCESSIBLE RAMPS Payment will be made on a per each basis for constructing Type C accessible ramps as specified and where shown on the plans. 1.20 30-INCH CONCRETE CURB AND GUTTER Payment will be made on a per linear foot basis for constructing 30-inch concrete curb and gutter as specified and where shown on the plans. 1.21 30-INCH SAWTOOTH CURB AND GUTTER Payment will be made on a per linear foot basis for constructing 30-inch sawtooth curb and gutter as specified and where shown on the plans. 01229507 MEASUREMENT AND PAYMENT 01025 - 3 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer t-, 1.22 ROCK RIPRAP Payment will be made on a per cubic yard basis for providing and installing rock riprap as specified and where shown on the plans. Price shall include non -woven geotextile fabric. 1.23 CONCRETE VALLEY GUTTER (5' ) Payment will be- made on a per square yard basis for constructing concrete valley gutter as specified and where shown on the plans. Price shall include sawing and sealing joints as shown. 1.24 CONCRETE VALLEY GUTTER (2') Payment will be made on a per square yard basis for constructing concrete valley gutter as specified and where shown on the plans. Price shall include sawing and sealing joints as shown. 1.25 DOUBLE 10' X 1.66' BOX CULVERT Payment will be made on a per linear foot basis for constructing double 10' x 1.66' Box -culvert as specified and where shown on the plans. Price shall include all excavation and backfill. Price shall also include length of cast -in -place box culvert to back side of headwall. 1.26 SINGLE 10' X 1.66' BOX CULVERT Payment will be made on a per linear foot basis for constructing single 10' x 1.66' Box -culvert as specified and where shown on the plans. Price shall include all excavation and backfill. Price shall also include length of cast -in -place box culvert to back side of headwall. 1.27 Y X 2' PRECAST CONCRETE BOX CULVERT Payment will be made on a per linear foot basis for providing and installing 3' x 2' precast concrete box culvert as specified and where shown on the plans. Price shall include all excavation and backfill. 1.28 4' X 2' PRECAST CONCRETE BOX CULVERT Payment will be made on a per linear foot basis for providing and installing 4' x 2' precast concrete box culvert as specified and where shown on the plans. Price shall include all excavation and backfill. 1.29 CAST -IN -PLACE CONCRETE HEADWALL FOR DOUBLE 10' X 1.66' BOX CULVERT Payment will be made on a- per each basis for constructing a concrete headwall as specified and where shown on the plans. Price shall include safety end treatment. Limit of payment is the back side of the headwall. 1.30 CAST -IN -PLACE CONCRETE HEADWALL FOR SINGLE 10' X 1.66' BOX CULVERT Payment will be made on a per each basis for constructing a concrete headwall as specified and where shown on the plans. Price shall include safety end treatment. Limit of payment is the back side of the headwall. 01229507 MEASUREMENT AND PAYMENT 01025 - 4 02109 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.31 CAST -IN -PLACE HEADWALL FOR 3' X 2'- BOX CULVERTS Payment will be made on a per each basis for constructing a concrete headwall as specified and where shown on the plans. Price shall include safety end treatment. Price shall also include the cast -in -place transition between the headwall and precast box sections. 1.32 CAST -IN -PLACE HEADWALL FOR 4' X T BOX CULVERTS - Payment will be made on a per each basis for constructing a concrete headwall as specified and where shown on the plans. Price shall include safety end treatment. Price shall also include the cast -in -place transition between the headwall and precast box sections. 1.33 BOX CULVERT JUNCTION BOX Payment will be made on a lump sum basis for constructing the junction box for the box culvert as specified and where shown on the plans. Price shall include manhole lid, frame and other incidental items. 1.34 HYDROMULCH, FERTILIZING AND WATERING Payment will be made on a per acre basis for hydromulch, fertilizing and watering as specified and where shown on the plans. Price for temporary irrigation, necessary to establish an acceptable stand of grass, shall include retrofitting existing well if used, or purchase of water from the City. Price shall also include fine grading necessary to prepare ground for seeding. 1.35 "LIGHT DUTY" EROSION CONTROL FABRIC Payment will be made for providing and installing "light duty" erosion control fabric, as specified, on a per square yard basis. Installation shall be according to manufacturer's recommendations. Price shall also include preparation of ground, removal of clods, removal of vegetation and any other step necessary to ensure a smooth, clean topsoil bedding. 1.36 "HEAVY DUTY" EROSION CONTROL FABRIC Payment will be made for providing and installing "heavy duty" erosion control fabric, as specified, on a per square yard basis. Installation shall be according to manufacturer's recommendations. Price shall also include preparation of ground, removal of clods, removal of vegetation and any other step necessary to ensure a smooth, clean topsoil bedding. 1.37 STREET LIGHTING SYSTEMS Payment will be made on a lump sum basis for constructing the street lighting system as specified and where shown on the plans. Price shall include foundation, pole, fixture, conduit, wiring, pullboxes, and all other related equipment necessary to complete the system as shown on the plans. 1.38 MOBILIZATION/DEMOBILIZATION Refer to 1.1. f. 01229507 MEASUREMENT AND PAYMENT 01025 - 5 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.39 STORM WATER — POLLUTION PREVENTION PLAN (SWPPP) AND EROSION CONTROL MEASURES Refer to 1.2 1.40 TRAFFIC CONTROL Refer to 1.3 1.41 HEAVY POLYETHYLENE WARNING TAPE Furnishing and installation of warning tape will be paid for at the unit price bid per foot. The unit price work shall include all incidental work required for complete installation. 1.42 - SANITARY SEWER LINES IN TRENCH 1.49 The length of lines of the size and type to be paid for will be determined by measurement along the center lines of the pipe installed; measurement being made from the center of fitting to center of fitting or from center of manhole to center of manhole. No deduction will be made for the space occupied by manholes or fittings. Furnishing and installing gravity sewer pipe of the various sizes and types specified and shown on the drawings will be paid for at the unit price bid per linear foot furnishing and installing the pipe at the depths shown complete in place and for which compensation is not otherwise provided in other bid items. The unit price bid shall be complete compensation for furnishing and installing the pipe complete in place including all relocation of utilities as shown on drawings, repair of asphalt streets, drives and other items shown on the drawings, excavation, backfilling, compaction, testing of lines and any and all incidental work not otherwise included in the bid items or otherwise provided for in the specifications. 1.50 MANHOLES The depth of all standard or drop manholes will be determined by measurement of the vertical distance from the flow line of the pipe to the top of the manhole frame. The standard depth of manholes shall be considered as a depth of from 0 to 6 feet. The additional depths of manholes over a depth of six (6) feet will be measured as stated above and paid for as extra vertical feet of manholes. The construction of standard or drop manholes at the locations and to the diameters and sections indicated on the plans, or as required, will be paid for at the unit price bid, each, for constructing Standard Coated Concrete or Fiberglass or Drop Manholes of the diameter specified, 0' - 6' Depth, complete in place. The unit price bid for the standard or drop manhole shall be complete compensation for constructing the manhole and stub outs complete in place, including all materials, excavation, backfilling and other incidental work necessary for constructing the manhole in accordance with the plans and specifications. 01229507 MEASUREMENT AND PAYMENT 01025 - 6 02I09 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.51 EXTRA VERTICAL FEET OF MANHOLE The extra vertical feet of standard or drop manholes will be paid for at the unit price bid of the diameter specified, per extra vertical foot for constructing the additional depth of manhole over the standard depth of 6 feet complete in place. The unit bid price shall be complete compensation for constructing the extra vertical feet complete in place, including all materials, excavation, backfilling and other incidental work. 1.52 CONNECTIONS TO EXISTING MANHOLE The number of connections to existing manholes will be determined by counting the number of existing manholes modified. Connecting to existing manholes will be paid for at the unit price bid per each for connections to existing manholes. The unit price bid will be complete compensation for modifying existing manholes, complete, including all materials, labor, drop pipe, trench safety concrete work, excavation, backfill, cutting and sealing manhole and other incidental work as needed. 1.53 - CONNECTIONS TO EXISTING PIPE OR FITTINGS 1.54 No separate payment will be made for making connections to existing fittings or pipe other than fittings listed in the proposal. The cost of making such connections, including closing and opening - of existing valves, removing the plug on the existing fitting or pipe, dewatering the trench, connecting the new pipe to the existing fitting or pipe and all other incidental work shall be included in the price bid for the various items for which payment is provided. 1.55 TRENCH SAFETY SYSTEMS The furnishing, installing and removal of trench safety systems complete as shown on the plans or as required shall be measured in the field and paid for at the unit price bid per linear foot for "Trench Safety Systems." The Contractor is reminded that he must fully comply with OSHA requirement in all cases and no separate payment will be made for such compliance other than that specifically indicated in these specifications and in bid items included in the proposal. 1.56 - POTABLE WATER DISTRIBUTION LINE IN TRENCH 1.58, 1.65 The length of water lines of the various sizes, and types to be paid for will be determined by measurement along the center lines of the pipe installed, measurement being made from the center of fitting to center of fitting or end of pipe, without any deduction , for the length of intermediate fittings or valves. Furnishing and installing pipe of the size and type specified and shown on the drawings will be paid for at the unit price bid per linear foot furnishing and installing the pipe at the depths shown '- complete in place and for which compensation is not otherwise provided in other bid items. The unit price bid shall be complete compensation for furnishing and installing the pipe complete in place including all relocation of utilities as shown on drawings, repair of streets, drives, excavation, backfilling, testing and disinfection of lines and shall include any and all incidental work not otherwise included in the bid items or otherwise provided for in the specifications. 01229507 MEASUREMENT AND PAYMENT 01025 - 7 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.59 — WATER VALVES, TAPPING SLEEVES, AND MISCELLANEOUS APPURTENANCES 1.61, 1.64 The furnishing and installing of butterfly valves, gate valves, valve boxes, tapping sleeves, and other miscellaneous water systems appurtenances of the sizes and types required in the various locations as shown on the plans will be paid for at the unit price bid each for furnishing and installing the various size valves, boxes, and tapping sleeves complete in place. The unit price bid shall be complete compensation for furnishing and installing the valves, boxes, and tapping sleeves complete in place. 1.62 DUCTILE IRON FITTINGS Installation of ductile iron fittings shall be paid for at the contract unit price ton. The price shall include furnishing of all equipment, labor, materials, superintendence and all incidentals necessary for complete installation of the fittings in the water distribution line. 1.63 STANDARD FIRE HYDRANT ASSEMBLY The furnishings and installing of fire.hydrants assemblies in the various locations shown on the plans or as otherwise required will be paid for at the unit price bid each assembly, complete and in place. The unit price bid shall include complete compensation for furnishing and installing the fire hydrant, PVC pipe riser, ductile iron fittings, thrust blocking, backfill and all incidental work required for complete installation. The gate valve and PVC line between the main and hydrant will be paid for under the appropriate bid items for valves and pipe. 1.66 CONCRETE SIDEWALK REPAIR Payment will be made on a per linear foot basis for reconstructing 5-ft concrete sidewalk disturbed during construction. Payment shall include all labor, material, supplies, superintendence and related appurtenances necessary to complete the repair as shown on the plans. 1.67 18" STEEL CASING IN BORE Payment will be made for installing 18" steel casing by bore on a per linear foot basis. Price shall include excavation and backfill of bore and receiving pit. Price shall also include grouting of annular space in excess of 1-inch. Price shall include all labor, material, supplies, superintendence and related appurtenances necessary to complete the bore. Price for pipe and spacers will be paid for under the appropriate bid item for pipe installed in trench. 1.68 TUNNELING Where pipes, conduits, concrete curbs or curbs and gutters, sidewalk, driveways, or other obstructions are encountered, the cost of tunneling and boring under such obstructions shall be included as a part of the cost. of the pipe complete in place and no extra compensation will be allowed (except for the bore installation defined in 1.67). 1.69 SURVEYING No direct compensation will be made for construction surveying. The cost of surveying shall be included as part of the cost of various items of work. 01229507 MEASUREMENT AND PAYMENT 01025 - 8 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer r._ 1.70 REMOVE AND REPLACE ASPHALT PAVEMENT In areas of work where subsurface construction is to take place under bituminous asphalt pavement, where shown on plans the Contractor must remove and replace the bituminous asphalt pavement, as specified. Payment for this work shall be made at a unit price per linear foot of line to be installed under such pavement. No provisions shall be made for the width of such excavations. 1.71 FINAL CLEANUP The Contractor shall make a final cleanup of all parts of the work before final acceptance of the work by the school. This cleanup shall include, among other things, removing all pieces of concrete, pipe and other construction materials and in general preparing the sites of the work in an orderly manner. The cost of the cleanup shall be included as a part of the cost of the various items of work involved and no direct compensation will be made for this work. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01229507 MEASUREMENT AND PAYMENT 01025 - 9 02109 Paee IntentionaRv Left Blank I i c il c Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 01028 CHANGE ORDER PROCEDURES PART 1- GENERAL 1.1 SECTION INCLUDES A. Submittals. B. Documentation of change in Contract Sum/Price and Contract Time. C. Change procedures. D. Stipulated price change order. E. Unit price change order. F. Time and material change order. G. Execution of change orders. H. Correlation of Contractor submittals. 1.2 RELATED SECTIONS A. Document - General Contract Conditions. B. Section 01300 — Submittals: Work Schedule. C. Section 01700 — Contract Closeout. 1.3 'SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms. 1.4 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and- material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. On request, provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 01229507 02/09 CHANGE ORDER PROCEDURES 01028 - 1 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.5 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to -Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. 1.6 CONSTRUCTION CHANGE AUTHORIZATION A. Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a. change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in Work. 1.7 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by Engineer. 1.8 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.9 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 01229507 CHANGE ORDER PROCEDURES 01028 - 2 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer a 1.10 EXECUTION OF CHANGE ORDERS A. Execution of Change Order: Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.11 CORRELATION OF CONTRACTOR SUBMITTALS -� A. Promptly revise Schedule of Values and Application for Payment forms to records each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise prograss schedules to reflect any change in Contract Time, revise sub - schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01028 �4 01229507 CHANGE ORDER PROCEDURES 01028 - 3 02/09 a Page Intentionally Left Blank J U Lubbock Business Park Phase I Streets, Water and Sewer SECTION 01039 COORDINATION AND MEETINGS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings. General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Coordination. B. Field engineering. C. Preconstruction meeting. D. Progress meetings. E. Preinstallation meetings. F. Cutting and Patching. 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project Manual to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate space requirements and installation of electrical work as indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable. C. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. D. Items which require electrical connections shall be coordinated with Division 16 for: 1. Voltage. 2. Phase. 3. Ampacity. 4. No. and size of wires. 5. Wiring diagrams. 6. Starter size, details and location. 7. Control devices and details. E. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. F. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owners activities. 1.4 FIELD ENGINEERING A. Locate and protect survey control and reference points. B. Control datum for survey is that shown on Drawings. C. Verify set -backs and easements, confirm drawing dimensions and elevations. 01229507 COORDINATION AND MEETINGS 01039 - 1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer D. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. E. Submit a copy of registered site drawing and certificate signed by the Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents. 1.5 PRECONSTRUCTION MEETING A. Engineer will schedule a meeting after Notice to Proceed. B. Attendance Required: Owner, Engineer, Contractor and major Subcontractors. C. Agenda: 1. Designation of personnel representing the parties in Contract and the Engineer. 2. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 3. Scheduling a. Use of premises by Owner and Contractor. b. Owner's requirements. C. Construction facilities and controls provided by Owner. d. Survey and layout. e. Security and housekeeping procedures. f. Schedules. g. Procedures for testing. h. Procedures for maintaining record documents. i. Requirements for start-up of equipment. j. Inspection and acceptance of equipment put into service during construction period. D. Engineer will record minutes and distribute copies within five days after meeting to participants. 1.6 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at minimum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 01229507 COORDINATION AND MEETINGS 01039 - 2 02109 Lubbock Business Park Phase 1B } Streets, Water and Sewer 12. Effect of proposed changes oil progress schedule and coordination. 13. Other business relating to Work. E. Engineer will record minutes and distribute copies within five days. 1.7 PREINSTALLATION MEETING A. When required in individual specification Sections, convene a preinstallation meeting at work site prior to commencing work of the Section. B. Require attendance of parties directly affecting, or affected by, work of the specific Section. C. Notify Engineer four days in advance of meeting date. D. Prepare agenda and preside at meeting. L Review conditions of installation, preparation and installation procedures. 2. Review coordination with related work. E. Engineer will record minutes and distribute copies within five days after meeting. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Examine and verify specific conditions described in individual specification sections. C. Verify that utility services are available, of the correct characteristics, and in the correct location. 3.2 PREPARATION A. Clean substrate surfaces prior, to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.3 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit written request in advance of cutting or altering elements which affects: 1. Structural integrity of element. 2. Integrity of weather -exposed or moisture -resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight -exposed elements. 5. Work of Owner or separate contractor. k 01229507 COORDINATION AND MEETINGS 01039 - 3 02/09 Lubbock Business Park Phase IB �. Streets, Water and Sewer C. Execute cutting, fitting, and patching, including excavation and fill, to complete Work, and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and non -conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. D. Execute work by methods which will avoid damage to other Work, and provide proper surfaces to receive patching and finishing. E. Cut rigid materials using masonry saw or core drill. F. Restore Work with new products in accordance with requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for an assembly, refinish entire unit. I. Identify any hazardous condition exposed during the Work to the Architect or Engineer for Decision or remedy. END OF SECTION 01229507 COORDINATION AND MEETINGS 01039 - 4 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 01300 PART 1- GENERAL 1.1 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. 1.2 RELATED SECTIONS A. Section 01410 — Testing Laboratory Services. B. Section 01700 - Contract Closeout. 1.3 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. 1.4 RESUBMITTAL REQUIREMENTS A. Revise initial submittal as required and resubmit to meet requirements as specified. B. Mark as RESUBMTTTAL. C. Re -use original transmittal number and supplement with sequential alphabetical suffix for each L re -submittal. 01229507 SUBMITTALS 01300 -1 02/09 Lubbock Business Park Phase 1B �_ 1 Streets, Water and Sewer ' 1.5 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 Application for Payment, 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. 1.6 PROPOSED PRODUCTS LIST 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. 1.7 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 Architect. 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. 1.8 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. E. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 - Contract Closeout. 01229507 SUBMITTALS 01300 - 2 02/09 f Lubbock Business Park Phase 1B Streets, Water and Sewer 1.9 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate 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 full Project information and identification of manufacturer, model number, type, style and color on each sample. E. Submit the number or 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. 1.10 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. 1.11 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 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01229507 SUBMITTALS 01300 - 3 02/09 Page Intentionally Left Blank j Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES PART 1- GENERAL 1.1 GENERAL A. The Contractor will be solely responsible for meeting all TCEQ and EPA requirements for stormwater pollution prevention. Included are development of a Storm Water Pollution Prevention Plan (SWPPP), filing of the Notice of Intent (N.O.I.), installing and maintaining all erosion control measures and best management practices (BMP's), performing inspections and preparing reports, and filing for Notice of Termination (N.O.T.). The Contractor shall include the owner as an "Operator" on the N.O.I. 1.2 SUBMITTALS A. Submit three (3) copies of the SWPPP and all other related documentation. 1.3 EROSION AND SEDIMENT CONTROLS A. General 1. Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. Structural practices shall be implemented as specked in the SWPPP and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress 1. Stabilized access to and from the construction site will be installed by the Contractor as soon as practical and in accordance with the SWPPP. 2. In all cases, Contractor shall ensure that any. soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Berms 1. The Contractor may provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). D. Sand/Gravel Bags 1. The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and grubbing, excavation, embankment, and grading) in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for 01229507 STORM WATER POLLUTION PREVENTION MEASURES 01356 - 1 02/09 Lubbock Business Park Phase 1B t Streets, Water and Sewer work to progress in the drainage area). Sand/gravel bags must remain in good condition, or they shall be replaced. E. Site Stabilization - l. Contractor shall disturb the least amount of site area as possible. 2. - Stabilization measures to be implemented by the Contractor may include any of the following measures: a. temporary or permanent seeding or sodding, b. mulching, C. geotextiles, d. vegetative buffer stips, e. paving, f. rock riprap, g. rock -filled gabions. 3. Stabilization measures shall be implemented in accordance with the SWPPP. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. Stormwater Pollution Prevention Plan (SWPPP) shall be developed by the Contractor. Contractor must keep a copy of the SWPPP on site at all times as required by the General Permit. B. A completed Construction Site Notice form in accordance with the requirements of the State's general permit for storm water discharges from construction sites shall be prepared by the Contractor. C. The SWPPP shall be continually updated as necessary to reflect current and changing conditions on site. Additional measures not specifically shown in the SWPPP may be used to control erosion from leaving the site. END OF SECTION 01356 01229507 STORM WATER POLLUTION PREVENTION MEASURES 01356 - 2 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 01410 TESTING LABORATORY SERVICES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions 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. 1.3 RELATED SECTIONS' A. Section 01300 - Submittals. B. Section 01700 - Contract Closeout. C. Individual Specification Sections: Inspections, tests, and standards for testing are required. 1.4 REFERENCES A. ANSUASTM 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. An independent firm or the City of Lubbock lab 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 independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. 1. Notify Engineer and independent firm 48 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. 01229507 TESTING LABORATORY SERVICES 01410 - 1 02/09 Lubbock Business Park Phase IB Streets, Water and Sewer D. Testing or inspecting does not relieve Contractor from performing Work to contract requirements- E. The cost associated with compliance testing shall be paid by the Owner. Re -testing required because of non-conformance to specified requirements shall -be performed by the same independent firm on instructions by the Engineer. Payment for re -testing will be paid by the Contractor. 1.6 QUALITY ASSURANCE A. Comply with requirements of ANSUASTM E329 and ANSI/ASTM D3740R. B. Laboratory Staff: Maintain a full time registered Engineer on staff to review services. C. 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 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 of materials 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. 1.8 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. 1.9 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. 01229507 TESTING LABORATORY SERVICES 01410 - 2 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.10 CONTRACTO R RESPONSIBILITIES A. Deliver 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. 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. 1.11 SCHEDULE OF INSPECTIONS AND TESTS A. As indicated in individual Specification Sections. P ART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01229507 TESTING LABORATORY SERVICES 01410 - 3 02/09 Page Intentionally Left Blank L I �11 Lill u Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 01500 TEMPORARY FACILITIES & CONTROLS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction. Supplementary Conditions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Temporary Utilities: Electricity, lighting, heat, ventilation, telephone service, water, and sanitary facilities. B. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water control. C. Construction Facilities: Access roads, parking, progress cleaning, project signage, and temporary buildings. 1.3 RELATED SECTIONS A. Section 01700 — Contract Closeout. 1.4 TEMPORARY ELECTRICITY A. Provide temporary electric feeder from electrical service at location as directed. B. Contractor shall pay cost of energy used. Exercise measure to conserve energy. C. Power Service Characteristics: as indicated on the drawings. D. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. E. Permanent convenience receptacles may be utilized during construction. F. Provide adequate distribution equipment, wiring, and outlets. 1.5 TEMPORARY LIGHTING A. As necessary, provide and maintain lighting for construction operations to achieve a minimum lighting level of 2 watt/sq ft. B. As necessary, provide and maintain 1 watt/sq ft lighting to exterior staging and storage areas after dark for security purposes. C. Provide and maintain 0.25 watt/sq ft H.I.D. lighting to interior work areas after dark for security purposes. D. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. E. Maintain lighting and provide routine repairs. 01229507 TEMPORARY FACILITIES & CONTROLS 01500 -1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.6 TEMPORARY HEAT A. Provide and pay for heat devices and heat as required to maintain specified conditions for construction operations. 1.7 TELEPHONE SERVICE A. Provide, maintain and pay for telephone service to field office at time of project mobilization. 1.8 TEMPORARY WATER SERVICE A. Provide, maintain and pay for suitable quality water service required for construction operations. B. Exercise measures to conserve water. C. Extend branch piping with outlets located so water is available by hoses with threaded connections. Provide temporary pipe insulation to prevent freezing. D. The Contractor may retrofit an existing irrigation well for construction and irrigating water. Cost for retrofitting a well shall be covered by the Contractor. 1.9 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Permanent building facilities shall not be used during construction operations. Maintain daily in clean and sanitary condition. 1.10 BARRIERS A. . Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of the site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide protection for plant life designated to remain. Replace damaged plant life. C. Protect non -owned vehicular traffic, stored materials, site and structures from damage. 1.11 FENCING A. Construction: At Contractor's option, commercial grade chain link fence or solid wood fence, painted. B. Provide 6 foot high fence around construction site; equip with vehicular and pedestrian gates with locks. 1.12 WATER CONTROL A. Grade to site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 01229507 TEMPORARY FACILITIES & CONTROLS 01500 - 2 02/09 i-� Lubbock Business Park Phase 1B Streets, Water and Sewer 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 identified in individual specification Sections, and to prevent entry of unauthorized persons. B. 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 temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Prohibit traffic from landscaped areas. 1.15 SECURITY A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. 1.16 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and maintain access to fire hydrants, free of obstructions. D. Existing on -site roads may be used for construction traffic. 1.17 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris, and rubbish from site and dispose off -site at intervals as required to maintain clean site. 1.18 PROJECT IDENTIFICATION A. Two 4' x 8' project identification signs shall be provided on the site. 1.19 FIELD OFFICES AND SHEDS A. Office: Weather -tight, with lighting, electrical outlets, heating, cooling and ventilating equipment, and equipped with sturdy furniture drawing rack and drawing display table. B. Provide a field office for the Owner's representative. 01229507 TEMPORARY FACILITIES & CONTROLS 01500 - 3 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.20 REMOVAL OF UTIIHIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities and materials as soon as permanent facilities. can be utilized. B. Remove underground installations to a minimum depth of 2 feet. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2 - PRODUCTS Not Used PART 3 - PRODUCTS Not Used END OF SECTION 01229507 TEMPORARY FACILITIES & CONTROLS 01500 - 4 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 01555 BARRICADES, SIGNS AND TRAFFIC HANDLING PART 1- GENERAL 1.1 DESCRIPTION A. This Item shall govern for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. PART 2 - PRODUCTS 2.1 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 01555 01229507 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555-1 02/09 Page Intentionally Left Blank Lubbock Business Park Phase 1B Streets, Water and- Sewer SECTION 01560 ENVIRONMENTAL PROTECTION PART 1- GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. '- CODE OF FEDERAL REGULATIONS (CFR) 29 CFR 1910-SUBPART G Occupational Health and Environmental Control CORPS OF ENGINEERS (COE) COE EP-1165-2-304 1976 Flood Plain Regulations for Flood Plain Management 1.2 DEFINITIONS A. Sediment 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. 01229507 ENVIRONMENTAL PROTECTION 01560 -1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 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 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. PART 2 - PRODUCTS 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, cables, or guys is authorized, the Contractor shall be responsible for any resultant damage. 1. Protection Protect existing trees which are to remain and which may be injured, bruised, defaced, or otherwise damaged by construction operations. Remove displaced rocks from uncleared areas. By approved- excavation, remove trees with 30 percent or more of their root systems destroyed. 2. Replacement Remove trees and other landscape features scarred or damaged by equipment operations, and replace with equivalent, undamaged trees and landscape features. Obtain Engineer's approval before replacement. 3. Temporary Construction Remove traces of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, and other signs of construction. Grade temporary roads, parking areas, and similar temporarily used areas to conform with surrounding contours. 01229507 ENVIRONMENTAL PROTECTION 01560 - 2 02109 Lubbock Business Park Phase 1B Streets, Water and Sewer 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. 3.2 EROSION AND SEDIMENT CONTROL MEASURES A. Bumoff Burnoff of the ground cover is not permitted. B. Borrow Areas Manage and control borrow areas to prevent sediment from entering nearby streams or lakes. Restore areas, including those outside the borrow areas, disturbed by borrow and haul operations. Restoration includes grading, replacement of topsoil, and establishment of a permanent vegetative cover. C. Protection of Erodible Soils Immediately finish the earthwork brought to a final grade, as indicated or specified. Immediately protect the side slopes and back slopes upon completion of rough grading. Plan and conduct earthwork to minimize the duration of exposure of unprotected soils. D. Temporary Protection of Erodible Soils Mechanically retard and control the rate of runoff from the construction site. This includes construction of diversion ditches, benches, and berms to retard and divert runoff to protected drainage courses. 3.3 CONTROL AND DISPOSAL OF SOLID AND SANITARY WASTES Pick up solid wastes, and place in containers which are regularly emptied. Do not prepare, cook, or dispose of food on the project site. Prevent contamination of the site of other areas when handling and disposing of wastes. On completion, leave the areas clean. Control and dispose of waste. A. Disposal of Rubbish and Debris Dispose of rubbish and debris offsite. B. Garbage Disposal Place garbage in approved containers, and move to a pickup point or disposal area, where directed. 3.4 DUST CONTROL Contractor will be fully responsible for dust control along all haul roads and in the project area. Keep dust down at all times, including during nonworking periods. Sprinkle or treat, with dust suppressants, the soil at the site, haul roads, and other areas disturbed by operations. 3.5 STORM WATER POLLUTION PREVENTION PLAN Refer to Section 01356. END OF SECTION 01229507 ENVIRONMENTAL PROTECTION 01560 - 3 02/09 Page Intentionally Left Blank Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 01700 CONTRACT CLOSEOUT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. G. Spare parts and maintenance materials. 1.3 RELATED SECTIONS Not Used 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 01229507 CONTRACT CLOSEOUT 01700 - 1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. 4. Changes made by addenda and modification. F. Submit documents to Engineer with claim for final Application for Payment. 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. 1.9 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART 2-PRODUCTS Not Used 01229507 CONTRACT CLOSEOUT 01700 - 2 02109 Lubbock Business Park Phase 1B Streets, Water and Sewer PART 3 - EXECUTION Not Used 01229507 02/09 END OF SECTION CONTRACT CLOSEOUT 01700-3 Page Intentionally Left Blank Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 02110 SITE PREPARATION AND CLEARING PART 1- GENERAL 1.1 SECTION INCLUDES A. Remove surface debris. B. Remove paving, curbs, and gutters. C. Clear site of plant life and grass. D. Remove root system of shrubs. E. Topsoil excavation. 1.2 RELATED SECTIONS A. Section 02221— Excavating for Water/Sewer. B. Section 0222 — Backfilling for Water/Sewer. 1.3 REGULATORY REQUIREMENTS A. Conform to applicable code for disposal of debris. B. Coordinate clearing Work with utility companies. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Verify that existing plant life designated to remain is tagged or identified. 3.2 PROTECTION A. Locate, identify, and protect utilities that remain, from damage. B. Protect trees, plant growth, and features designated to remain, as final landscaping. C. Protect bench marks and existing structures from damage or displacement. 3.3 CLEARING A. Clear areas required for access to site and execution of Work. B. Remove paving, curbs, and gutters as required for structure foundations. C. Remove trees, shrubs, grasses, undergrowth and deadwood within a 5-foot perimeter of all strictures, buildings and new paved areas. Remove stumps and main root ball. 01229507 SITE PREPARATION AND CLEARING 02110 -1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 3.4 REMOVAL A. Remove debris, rock, and extracted plant life from site. 3.5 TOPSOIL EXCAVATION A. Excavate topsoil from areas to be further excavated or entire site of each new structure. B. Stockpile in area designated on site to depth not exceeding 8 feet. Spread excess topsoil not being reused in area designated. END OF SECTION 01229507 SITE PREPARATION AND CLEARING 02110 - 2 02109 Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 02151 TRENCH SAFETY SYSTEMS PART 1- GENERAL 1.1 SECTION INCLUDES This section of the specifications covers trench safety systems for trench excavations greater than five feet in depth. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. The Contractor shall be responsible for complying with the requirements of the specifications, drawings and all applicable codes. The Contractor shall immediately notify the Engineer of any unforeseen field conditions which might affect the integrity of the trench safety system. 1.2 RELATED SECTIONS A. General Conditions B. Supplementary Conditions C. Section 02110, Site Preparation and Cleaning D. Appendix, Excerpts from OSHA Subpart P 1.3 SCOPE OF WORK The scope of work includes but is not limited to trench and excavation safety systems either by cut back method or braced excavation method for all trenches five feet and deeper whether indicated on the drawings or required by actual field conditions. Trenches not exceeding five feet in depth shall be protected as required by OSHA, State and Local standards. Alternative methods of trench safety may be submitted for approval to the Engineer, however alternative methods will not be reviewed or approved prior to bid opening. 1.4 SUBMITTALS Provide detail drawings for proposed trench safety systems. Clearly identify where each system is proposed for use and type of system to be used. Trench excavations cannot be started until trench safety systems have been submitted and approved by the Engineer. A. Trench Boxes - Submit manufacturer's standard data sheet and certificate of compliance signed by a registered engineer stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. B. Alternative Systems - If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, submit design calculations signed by a registered engineer showing all member properties, design strengths and any stress increases used with justification for their use. 01229507 TRENCH SAFETY SYSTEMS 02151 -1 02/09 Lubbock Business Park Phase 1B Streets Water and Sewer 1.5 QUALITY ASSURANCE Trench safety systems shall be designed based on actual field conditions. The Contractor shall review and determine the field conditions for the project. - Work shall be performed by forces having at least two years experience with similar types of trench safety systems. All prefabricated items used in trench safety systems shall be manufactured by a company with at least two years experience in fabricating the items. The Contractor shall be responsible for complying with all trench safety requirements and for the safety of trenches and excavations. PART 2 - MATERIALS Provide suitable materials capable of withstanding imposed loads without excessive deflections. Materials shall be clean, free of rust, holes, knots and other defects. A. Steel - Steel shall be of type and thickness as required by design and shall have a minimum yield stress of Fy = 36000 psi. B. Aluminum - Type 6061 T6, thickness as required by design. C. Wood in Contact with Earth - Pressure treated soft woods or untreated hardwoods. D. Wood not in Contact with Earth - Soft or hardwood as required by design. PART 3 - EXECUTION 3.1 JOB CONDITIONS Prior to starting trench excavations, the Contractor shall examine all site conditions and note any conditions in existing pavements, structures and other items which may be adversely affected by trenching operations. Prepare a written list of all such conditions and submit the list to the Engineer. During trenching operations note any changes which occur to existing pavements or structures and submit a written report to the Engineer of all such changes. 3.2 EXISTING UTILITIES Prior to starting trench excavations, chart and field locate all existing utilities. Notify owners of all utilities of work to be performed. Protect all existing utilities from damage. Provide additional support for utility lines which cannot span trench width. Do not interrupt existing services without written approval by the Engineer and the utility owner. Repair all sewer line damaged by the Contractor using CT adaptors (eccentric) and schedule 40 PVC sewer pipe. 01229507 TRENCH SAFETY SYSTEMS 02151 - 2 Ll 02109 .. ____.__._._..._.... Lubbock Business Park Phase 1B Streets, Water and Sewer 3.3 TRENCHING PROCEDURES Provide shoring systems in accordance with the submitted design to adequately resist earth pressures indicated on the drawings. 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. Excavations which must remain open during periods of rainfall shall be covered with suitable material to prevent accumulations of water in excavation. F. If cut back method is employed, maintain a clear distance of three feet from edge of cut to avoid allowing loose material to enter trench. G. Do not operate heavy equipment except for trench digging equipment within twenty feet of edge of excavation. END OF SECTION 01229507 TRENCH SAFETY SYSTEMS 02151 - 3 02/09 Page Intentionally Left Blank Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 02200 DEMOLITION, REMOVAL AND SALVAGING OF EXISTING MATERIALS PART 1- GENERAL 1.1 GENERAL This item shall consist of the demolition, removal, and. salvage or disposal of certain portions of existing paving materials, including existing asphalt surfacing, base material, existing concrete curb and gutter and concrete median in accordance with these specifications and in conformity with the dimensions and typical cross sections shown on the plans and with the lines and grades established for ~ the project. 1.2 CLASSIFICATION Materials to be removed may consist of asphaltic concrete, caliche base, concrete curb and gutter and concrete median. No consideration shall be given to differences in thickness or volume of material for each material removed. All pavement of each type to be removed shall be considered as being the same and equal and no consideration shall be given to differences in thickness of material. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 GENERAL 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 by the Owner's Representative which will produce a satisfactory edge. In no case shall the line be cut with a motor grader blade. 3.2 REMOVING EXISTING ASPHALT SURFACING AND BASE MATERIAL All existing materials to be removed and disposed of under this item shall be removed by the Contractor, and shall be disposed of in appropriate disposal areas off the Owner's property. Removal operations shall be accomplished in such a manner to minimize disturbance of existing underlying courses and adjacent pavement structures or improvements to remain in place. Any underlying courses disturbed during removal operations shall be reworked, recompacted and regraded to the satisfaction of the Engineer. Any damage to adjacent pavement structures or improvements to remain in place shall be repaired to the satisfaction of the Engineer. -- 01229507 DEMOLITION, REMOVAL AND SALVAGING 02200 - 1 02109 OF EXISTING MATERIALS i Lubbock Business Park Phase IB Streets, Water and Sewer 3.3 REMOVING CONCRETE CURB AND GUTTER All concrete curb and gutter to be removed shall be done so by saw cutting the curb section and adjacent asphalt at the point of removal. The removed portion(s) shall be disposed of offsite at the Contractor's expense. 3.4 REMOVING CONCRETE MEDIAN All concrete median to be removed shall be done so by sawcutting the median at the point of removal. The removed portion(s) shall be disposed of offsite at the Contractor's expense. 3.5 IRRIGATION REMOVAL All irrigation valves and related line within the limits of the project shall be removed and disposed of offsite at the Contractor's expense. The irrigation line shall be cut at the limits of removal and removed from the trench. Cap line to remain. Backfill trench to 95% density per ASTM D-698. END OF SECTION 01229507 DEMOLITION, REMOVAL AND SALVAGING 02200 - 2 02I09 OF EXISTING MATERIALS Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 02221 EXCAVATING FOR WATER/SEWER PART 1- GENERAL 1.1 SECTION INCLUDES A. Excavating for site structures. 1.2 RELATED SECTIONS A. Section 01019 - Contract Considerations. B. Section 01400 - Quality Control: Inspection of bearing surfaces. C. Section 01500 - Construction Facilities and Temporary Controls: Dewatering of excavations and water control. D. Section 02222 — Backfilling for Water/Sewer A. Verify that survey bench mark and intended elevations for the Work are as indicated. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Identify required lines, levels, contours, and datum locations. B. Locate, identify, and protect utilities that remain from damage. C. Notify utility company to locate utilities. D. Protect plant life, lawns, and other features remaining as a portion of final landscaping. E. Protect bench marks, survey control points, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. 3.2 EXCAVATING A. Underpin adjacent structures which may be damaged by excavating work. B. Excavate subsoil to accommodate construction operations. C. Compact disturbed load bearing soil in direct contact with foundations to original bearing capacity; perform compaction in accordance with Section 02223. D. Slope banks with machine to angle of repose or less until shored. E. Grade top perimeter of excavating to prevent surface water from draining into excavation. F. Hand trim excavation. Remove loose matter. G. Remove lumped subsoil, boulders, and rock. 01229507 EXCAVATING FOR WATER/SEWER 02221 - 1 02/09 r Lubbock Business Park Phase 1B Streets. Water and Sewer H. Notify Engineer of unexpected subsurface conditions and discontinue affected Work in area until notified to resume work. _ I. Correct areas over excavated in accordance with Section 02222. J. Stockpile excavated material in area designated. 3.3 FIELD QUALITY CONTROL A. Section 01400 - Quality Assurance: Field inspection and testing. B. Provide for visual inspection of bearing surfaces. 3.4 PROTECTION A. Prevent displacement or loose soil from falling into excavation; maintain soil stability. B. Protect bottom of excavations and soil adjacent to and beneath foundation from freezing. 1- END OF SECTION �a �r i i 01229507 EXCAVATING FOR WATERISEWER 02221 - 2_� 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 02222 BACKFILLING FOR WATER/SEWER PART 1- GENERAL 1.1 SECTION INCLUDES A. Foundation perimeter and site structure backfilling to subgrade elevations. B. Site filling and backfilling. C. Fill under slabs -on -grade and paving. D. Consolidation and compaction. E. Fill for over -excavation. 1.2 RELATED SECTIONS 1.3 A. Section 01400 - Quality Control: Testing fill compaction. B. Section 02221— Excavating for Water/Sewer. C. Section 03300 - Cast -in -Place Concrete for Water/Sewer. Concrete materials. D. Geotechnical Soils Investigation report. A. ANSI/ASTM C136 - Method for Sieve Analysis of Fine and Coarse Aggregates. B. ANSVASTM D698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5 lb Rammer and 12 inch Drop. C. ANSUASTM D1556 - Test Method for Density of Soil in Place by the Sand -Cone Method. D. ANSIiASTM D1557 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10 lb Rammer and 18 inch Drop. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. PART 2 - PRODUCTS 2.1 FILL MATERIALS A. Type A - Structural Fill - Types GW, GM, GC, GP, SW, SP, SM with a PI between 5 and 12 and free of organic materials and rocks, lumps or other items larger than 2 inches. B. Type B - Ordinary Fill - Types GW, GM, GC, SW, SP, SM, SS, CL or CH with a PI between 5 and 18 and free of organic materials and rocks, lumps or other items larger than 2 inches. C. Type C - Sand - Natural river or bank sand; free of silt, clay, loam, friable or soluble materials, or organic matter; graded in accordance with ANSI/ASTM C136. D. Concrete: Structural concrete conforming to Section 03300 except with a compressive strength of 3000 psi and a minimum cement ratio of 4 sacks/yard. 01229507 BACKFILLING FOR WATER/SEWER 02222 -1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer PART 3 - EXECUTION 3.1 EXAMINATION A. Verify fill materials to be reused are acceptable. 3.2 PREPARATION A. Generally, compact subgrade to density requirements for subsequent backfill materials. B. Cut out soft areas of subgrade not capable of insitu compaction. Backfill with Type B fill and compact to density equal to or greater than requirements for subsequent backfill material. C. Prior to placement of aggregate base course material at paved areas, compact subsoil to 95 percent of its maximum dry density in accordance with ANSUASTM D698. 3.3 BACKFILLING A. Backfill areas to contours and elevations with unfrozen materials. B. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. C. Type A and B Fill: Place and compact materials in continuous layers not exceeding 8 inches compacted depth. D. Employ a placement method that does not disturb or damage utilities in trenches. E. Maintain optimum moisture content of backfill materials to attain required compaction density. F. Backfill against supported foundation walls. Do not backfill against unsupported foundation walls except for cantilevered retaining walls. G. Backfill simultaneously on each side of unsupported foundation walls. H. Slope grade away from building minimum 2 inches in 10 ft, unless noted otherwise. I. Make grade changes gradual. Blend slope into level areas. J. Spread surplus backfill materials in designated areas. K. Leave fill material stockpile areas completely free of excess fill materials. 3.4 TOLERANCES A. Top Surface of Backfilling: Plus or minus one inch from required elevations. 3.5 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. B. Tests and analysis of fill material will be performed in accordance with ANSI/ASTM D698 or D1557 and with Section 01400. C. Compaction testing will be performed in accordance with ANSUASTM D698 and with Section 01400. D. If tests indicate Work does not meet specified requirements, remove Work, replace and retest at no cost to Owner. E. Frequency of Tests: 1 test for each 8" lift every 500' of trench as specified on the project plans. F. Proof roll compacted fill surfaces under slabs -on -grade and paving. 01229507 BACKFILLING FOR WATER/SEWER 02222 - 2 02/09 �f Lubbock Business Park Phase 1B Streets. Water and Sewer 3.6 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of Section 01500. B. Recompact fills subjected to vehicular traffic. 3.7 SCHEDULE A. Interior Slab -On -Grade: 1. Type A fill, compacted to 95 percent. 2. Cover with Type C fill, 2 inches thick, compacted to 95 percent. B. Exterior Side of Foundation Walls: 1. Type B fill, to subgrade elevation, each lift, compacted to 95 percent. C. Fill Under Grass Areas: 1. Type B fill, to 6 inches below finish grade, compacted to 95 percent. D. Fill to Correct Over -excavation: 1. Type D fill, flush to required elevation. E. Fill Over Excavation of Material: 1. Type A fill, to 8 inches below finish grade, compacted to 95 percent. F. Beneath Lift Station, wet well and manholes 1. Type C 6 inches from bottom of Lift Station and valve vault. G. Backfill around Lift Station, wet well and manholes 1. Type B fill, to 8 inches below finish grade, compacted to 95 percent. END OF SECTION 01229507 BACKFILLING FOR WATER/SEWER 02/09 02222 - 3 Page Intentionally Left Blank i Lubbock Business Park Phase 1B i Streets, Water and Sewer SECTION 02223 EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING PART 1- GENERAL 1.1 GENERAL A. This item shall consist of excavation, subgrade preparation, grading, embankment and topsoiling of all materials within the limits of the work required to complete the construction of the various items included in this project in accordance with these specifications and in conformity with the dimensions and typical sections shown on the plans and with the lines and grades established for the project. B. All suitable material taken from excavation shall be used in the formation of embankment, subgrade, and for backfilling as indicated on the plans or as directed by the Owner's Representative. C. Fill material shall be supplied from borrow sites approved by the Owner's Representative at the Contractor's expense. If the volume of excavation material removed from the project construction area exceeds that required to construct the project to the grades indicated, the excess material shall become the property of the Contractor and shall be properly disposed of in areas off the construction site at the Contractor's expense. 1.2 CLASSIFICATION A. All material excavated shall be defined as unclassified excavation and shall include all excavation performed under this item regardless of the material encountered. Existing asphaltic and concrete material, where shown, shall 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. Any excess material shall be stockpiled on -site at a location determined by the Owner. B. Any borrow material shall have a maximum PI of 15. C. The rough excavation shall be carried to the necessary depth to obtain the specified depth of subgrade densification shown on the plans. Likewise, on embankments, the depth of subgrade densification shall be as shown on the plans. Should the Contractor, through negligence or other fault, excavate below the designated lines, he shall replace the excavation with approved materials, in an approved manner and condition, at his own expense. The Owner's Representative shall have complete control over the excavation, moving, placing, and 01229507 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 1 02l09 EMBANKMENT AND TOPSOILING Lubbock Business Park Phase 113 Streets, Water and Sewer disposition of all material and shall determine the suitability of material to be placed in embankments. All material determined unsuitable shall be disposed of in waste areas or as directed. Topsoil shall not be used in fills or in subgrades but shall be handled and placed as directed. D. 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. E. Those areas outside of the pavement areas in which the top layer of soil material becomes compacted, due to hauling or to any other activity of the Contractor, shall be scarified and disced to a depth of 4 inches, as directed, to loosen and pulverize the soil. F. 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. G. Prior to any excavation or embankment, but after all surface vegetation has been removed, the Contractor shall stockpile sufficient topsoil to spread 6 inches over all areas to be seeded. 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 U! measurements of the existing ground surface, and has set control base lines for the proposed - work. All material encountered within the limits indicated shall be removed and disposed of as directed. During the process of excavation, the grade shall be maintained so that it will be well drained at all times. When directed, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. B. When selective grading is specified or required as indicated on the plans, the excavated material shall be handled to allow the selected material to be properly placed in the embankment and in the capping of pavement subgrades as determined from the soil profile and soil characteristics. C. The Contractor shall so schedule the work that excavated material can be placed in its proper section of the pavement construction. If the Contractor for his convenience desires to stockpile material, it shall be stockpiled in approved areas for later use. D. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for subgrades, roads, shoulders, intermediate areas, or any areas intended for turfing shall be excavated to a minimum depth of 12 inches below the contemplated surface of the subgrade or the designated grades. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to a depth specified, to provide a satisfactory foundation._Y! Unsatisfactory materials shall become the property of the Contractor and shall be disposed of at locations approved by the Owner's Representative at the Contractor's expense. The portion so excavated shall be refilled with suitable selected material as specified, obtained from the grading operations or borrow area and thoroughly compacted by rolling. The necessary refilling will constitute a part of the embankment. Where rock cuts are made and refilled with selected material, or where trenching out is done to provide for a course of pavement, the depths thus created shall be ditched at frequent intervals to provide adequate drainage. 01229507 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 2 Li 02109 EMBANKMENT AND TOPSOILING t_ Lubbock Business Park Phase 1B Streets, Water and Sewer E. The Owner reserves the right to make minor adjustments or revisions in lines or grades, if found necessary, as the work progresses due to discrepancies in the- plans or to obtain satisfactory construction. F. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by the Contractor as an incidental part of the work, unless otherwise shown on the plans. G. In cut areas, the subgrade under areas to be paved shall be compacted to the depths and to the densities at optimum moisture as shown on the plans or as specified by the specifications, and as determined by the compaction control tests specified in ASTM D-698. Any unsuitable materials encountered shall be removed. H. In cut areas, the subgrade material shall be removed to the depths indicated on the drawings. The bottom layer of subgrade shall be compacted to the depths and density as shown on the drawings. The remaining layers of subgrade shall be constructed as embankment as shown on the drawings. I. No payment or measurement for payment will be made for suitable materials removed, manipulated, and replaced in order to obtain density except as specified above. Any removal, manipulation, aeration, replacement, and recompaction of suitable materials necessary to obtain the required density, except as specified above, shall be considered as incidental to the excavation and embankment operations, and shall be performed by the Contractor at no additional cost to the project. J. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 12 inches of the subgrade. The finished grading operations conforming to the typical cross section shall be completed and maintained ahead of the paving operations. K. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line or finished grade of slope. All cut -and -fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Owner's Representative. L. Blasting will not be permitted. M. No special consideration will be given to site specific swell factors. Excavation will be paid for based on the airspace volume of material removed. 3.3 PREPARATION OF EMBANKMENT AREA A. Embankment areas shall be cleared and grubbed. All depressions or holes below the ground surface, whether caused by grubbing or otherwise, shall be backfilled with suitable material and compacted to ground surface before the construction of the embankment will be permitted to start. B. Immediately prior to the placing of the fill materials, the entire area upon which the embankment is to be placed, except where limited by rock, shall be scarified and broken by means of a disc harrow or plow, or other approved equipment, to a depth of 6 inches. Scarifying shall be done approximately parallel to the axis of the fill. All roots, debris, large stones, or objectionable material that would cause interference with the compaction of the foundation or fill shall be removed from the area and disposed of as directed. A thin layer (approximately 3 inches) of the fill material shall be spread over the scarified foundation and the whole area compacted as required in the specifications. C. Where embankments are to be placed on natural slopes steeper than 3-to-1, horizontal benches shall be constructed as directed by the Owner's Representative. Suitable excavated material shall be incorporated in embankments. 01229507 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 3 02109 EMBANKMENT AND TOPSOILING Lubbock Business Park Phase 1B Streets, Water and Sewer D. No direct payment shall be made for the preparation of the embankment area. E. No special consideration will be given to site specific swell factors. Embaninnent will be paid for based on the airspace volume of fill material. 3.4 STRIPPING A. All vegetation such as trees, brush, heavy sods, heavy growth of grass, decayed vegetable matter, rubbish, and any other unsuitable material within the area upon which embankment is to be placed shall be stripped or otherwise removed before the embankment is started, and in no ,case shall such objectionable material be allowed in or under the embankment. Payment for stripping will be covered under the bid item for "Clearing and Grubbing." 3.5 FORMATION OF EMBANKMENTS A. Embankments shall be formed of satisfactory materials placed in successive horizontal layers of not more than 8 inches in loose depth for the full width of the cross section. B. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure as shown on the typical cross section or as directed. All materials entering the embankment shall be reasonably free of organic matter such as leaves, grass, roots, and other objectionable material. Soil, granular material, shale, and any other material permitted for use in embankment shall be spread in successive layers as specified. C. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing weather, or other unsatisfactory conditions of the field. The Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. D. The material in the layers shall be of the proper moisture content before rolling to obtain the prescribed compaction. Wetting or drying of the material and manipulation when necessary to secure a uniform moisture content throughout the layer shall be required. Should the material be too wet to permit proper compaction or rolling, all work on all portions of the embankment thus affected shall be delayed until the material has dried to the. required moisture content. Sprinkling shall be done with approved equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken at frequent intervals. From these tests, corrections, adjustments, and modifications of methods, materials, and moisture content will be made to construct the embankment. E. Rolling operations shall be continued until the embankment is compacted to not less than 95% 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, 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. 01229507 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 4 02/09 EMBANKMENT AND TOPSOILING 7 ,^ Lubbock Business Park Phase 1B Streets, Water and Sewer H. When rock and 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. J. The Contractor shall be responsible for the stability of all embankments made under the contract and shall replace any portion which, in the opinion of the Owner's Representative, has become displaced due to carelessness or negligence on the part of the Contractor. K. 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 12" depth per ASTM D-698 based on the following table: Soil Class Group Symbol % Density based on Proctor GW 97 GP 97 GM 98 GC 98 SW 97 SP 98 SM 98 SM-SC 99 SC 99 ML 100 NU-CL 100 CL 100 : ' 01229507 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 5 02/09 EMBANKMENT AND TOPSOILING Lubbock Business Park Phase 1B Streets, Water and Sewer 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. C. At all times, the top of the subgrade shall be kept in such condition that it will drain readily and effectively. In handling materials, tools, and equipment, the Contractor shall protect the subgrade from damage by laying planks when directed and shall take other precautions as needed. In no case will vehicles be allowed to travel in a single track. If nits 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 part of the work. All hauling will be considered a necessary and incidental part of the work and its cost shall be considered by the Contractor and included in the contract unit price for the pay items of work involved. 3.9 TOLERANCES 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. 01229507 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 6 02I09 EMBANKMENT AND TOPSOILING Lubbock Business Park Phase 1B Streets, Water and Sewer D. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Owner's Representative, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. E. Grades on the areas to be topsoiled, which have been established, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded and the surface left at the prescribed grades in an even and properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. F. Prior to the stripping of topsoil from designated areas, any vegetation, briers, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Owner's Representative. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. G. The Contractor shall remove topsoil from the designated areas and to the depth as directed by the Owner's Representative. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Owner's Representative. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. H. In unpaved excavation areas, at least the upper 6 inches of material shall be topsoil, unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. I. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be lightly 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. Topsoil spreading shall be done in a manner to allow planting to occur with little additional tillage or soil preparation. K. Final grades shall be 2 inches below the surface of any adjacent landscape elements, such as curbs or pavements. L. Where any portion of the surface becomes eroded or otherwise damaged, repair the affected area to establish the condition and grade prior to topsoil placement, then replace the topsoil. M. The Contractor shall notify the Engineer/Landscape Architect 24 hours in advance of topsoil placement. N. No direct payment will be made for topsoil as such. END OF SECTION 01229507 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 7 02/09 EMBANKMENT AND TOPSOILING Paize Intenflonaliv Left Blank IJ Lubbock Business Park Phase 1B Streets, Water and Sewer D. Remove existing pavements and structures, including sidewalks and driveways, to conform with requirements of Section 02220 - Demolition, Removal and Salvaging of Existing Material. E. 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 backfill, 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 Walls. 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. 3. Unless otherwise directed by the Engineer, leave 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. 01229507 EXCAVATION AND BACKFILL FOR STORM DRAINAGE 02317 - 5 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 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 extending into the embedment zone shall be the equivalent of a 1-inch-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 sufficient 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, nor the degree of compaction reduced. 3. When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. For backfill above bedding, lift the shield as each layer of backfill is placed and spread. Place and compact 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 for Storm Drainage. 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. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. Do not allow materials to free -fall from heights greater than 24 inches above top of pipe. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. D. Do not place trench shields or shoring within height of the embedment zone unless means - to maintain the density of compacted embedment material are used. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and compaction of the material against undisturbed soil. E. Do not damage coatings or wrappings of pipes during backfilling and compacting operations. When embedding coated or wrapped pipes, do not use crushed stone or other ; I sharp, angular aggregates. s 01229507 EXCAVATION AND BACKFILL FOR STORM DRAINAGE 02/09 02317 - 6 Lubbock Business Park Phase 1B Streets, Water and Sewer G. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex-110-E - Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA.). 1.5 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures. 1.6 SUBMITTALS A. Conform to Section 01330 - Submittal Procedures. B. Submit a written description for information only of the planned typical method of excavation, 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 Backiill Materials for Storm Drainage. 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 laboratory density compaction curves for each material. 1.7 TESTS A. Perform backfill material source qualification testing in accordance with requirements of Section 02320- Utility Backfill Materials for Storm Drainage. B. The Owner will perform field density tests of trench backfill representative of each 150 linear feet or other intervals as necessary of storm sewer trench and each compacted layer. C. Once within the pavement subgrade depth under paved areas, perform field density tests of subgrade at the frequency specified in Section 02223 — Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling. -; 01229507 EXCAVATION AND BACKFLL FOR STORM DRAINAGE 02317 - 3 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 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 storm sewer pipe to conform with the trench details shown in the drawings. 3.2 PREPARATION A. Establish traffic control to conform with requirements of Section 01555 — Barricades, Signs and Traffic Handling and the drawings. B. Perform work to conform with applicable safety standards and regulations. Employ a trench safety system as necessary. C. Immediately notify 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. 01229507 EXCAVATION AND BACKFILL FOR STORM DRAINAGE 02317 - 4 02/09 ! Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 02317 EXCAVATION AND BACKFILL FOR STORM DRAINAGE PART 1- GENERAL 1.1 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. 1.2 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 02200 — Demolition, Removal and Salvaging of Existing Materials. D. Section 02223 — Excavation Subgrade Preparation, Grading, Embankment and Topsoiling. E. Section 02320 — Utility Backfill Materials for Storm Drainage. 1.3 DEFINITIONS A. Pipe Foundation: Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Pipe Bedding: The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under 1/3 of the pipe O.D. C. Haunching: The material placed on either side of pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. 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. 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. -1 01229507 EXCAVATION AND BACKF LL FOR STORM DRAINAGE 02317 - 1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 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 trenches extending below ground water level. 2. Stable Trench with Seepage: Stable trench in which ground water seepage is controlled by excavation drainage. a. Stable Trench with Seepage in Clayey Soils: Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. tl b. Stable Wet Trench in Sandy Soils: Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. 3. Unstable Trench: Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving or loss of density. 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. P. Trench Shield (Trench Box): A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces 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. 1.4 REFERENCES Y A. ASTM D 558 - Test Methods for Moisture -Density Relations of Soil Cement Mixtures. 1.. B. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-1b (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). J F. ASTM D 3017 - Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). 01229507 EXCAVATION AND BACKFILL FOR STORM DRAINAGE 02317 - 2 02109 Lubbock Business Park Phase 113 Streets, Water and Sewer F. Place haunching material manually around the pipe and compact it to 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 restricted areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas. Compact each lift before proceeding with placement of next lift. Water tamping and water jetting are not allowed. H. For 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. Topsoil a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Light compaction. 3. Bedding Material a. Sand bedding shall be loosely placed in trench as shown on drawings. 4. Two (2) Sack flowable backfill. 3.9 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfilll 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 for Storm Drainage. 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. 01229507 EXCAVATION AND BACKFILL FOR STORM DRAINAGE 02109 02317 - 7 Lubbock Business Park Phase 1B Streets, Water and Sewer 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 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, including verification tests. F. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. G. Acceptability of crushed rock compaction will be determined by inspection. 3.11 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials at a location determined by Contractor. END OF SECTION 02317 01229507 EXCAVATION AND BACKFILL FOR STORM DRAINAGE 02317 - 8 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 02320 UTILITY BACKFILL MATERIALS FOR STORM DRAINAGE PART 1- GENERAL 1.1 SECTION INCLUDES A. This Section of the specifications covers materials related to the backfill of utilities. Included are the following: 1. "Concrete" sand. 2. Native soil materials. 3. Topsoil. 4. Borrow material. 5. Z-sack flowable material. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specifications, apply to this section. B. Section 02223 — Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling. C. Section 02317 — Excavation and Backfill for Storm Drainage. 1.3 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Storm Drainage. 1.4 REFERENCES A. ASTM C 33 - Specification for Concrete Aggregate. B. ASTM C 40 - Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 - Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 - Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 - Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 - Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/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 of Soil and Flexible Base Materials for Testing. N. TxDOT Tex- 104-E - Test Method for Determination of Liquid Limit of Soils (Part 1). O. TxDOT Tex-106-E - Test Method - Methods of Calculating Plasticity Index of Soils. P. TxDOT Tex- 110-E - Determination of Particle Size Analysis of Soils. 03229507 UTILITY BACKFILL MATERIALS FOR STORM DRAINAGE 02320 -1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.5 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials. D. For each delivery of material, provide a delivery ticket which includes source location. 1.6 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 C136 and the following limits. Sieve Percent Passing 3/81' 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 B. 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. C. 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. D. Borrow 1. Use Class A borrow under roadways and Class B elsewhere. E. Two (2) Sack Flowable Backfill 1. Cement content 2 sack mix per cubic yard. 2. Water/cement ratio: 0.6. 03229507 UTILITY BACKFILL MATERIALS FOR STORM DRAINAGE 02320 - 2 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 3. Maximum aggregate size shall not exceed 1.5-inch diameter for backfilling pipe sizes 48 inches and greater in diameter. 4. Maximum aggregate size shall not exceed one -inch diameter for backfilling pipe sizes less than 48 inches in diameter. 2.2 MATERIAL TESTING A. Ensure that material selected, produced and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification. Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum_ of three samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: 1. Gradation. Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. 2. Plasticity of material passing the No. 40 sieve. 3. Los Angeles abrasion wear of material retained on the No. 4 sieve. 4. Clay lumps. 5. Lightweight pieces 6. Organic impurities C. Production Testing. Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. D. Assist the Engineer in obtaining material samples for verification testing at the source or at the production plant. E. Native material requires testing only when questionable material is encountered. PART 3 • EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. Top 3 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. 03229507 UTILITY BACKFILL MATERIALS FOR STORM DRAINAGE 02320 - 3 02109 _. Lubbock Business Park Phase 1B Streets, Water and Sewer 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 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 corrufations. 3.3 FIELD QUALITY CONTROL A. Quality Control 1. The Engineer may sample and test backfill at: a. Sources including borrow pits, production plants and Contractor's designated off -site stockpiles. b. On -site stockpiles. C. Materials placed in the Work. 2. The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with Owner and Engineer in allowing access to materials. END OF SECTION 02320 03229507 UTILITY BACKFILL MATERIALS FOR STORM DRAINAGE 02320 - 4 02/09 F _- Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 02371 ROCK RIPRAP AND FILTER FABRIC PART 1- GENERAL 1.1 SECTION INCLUDES A. The work shall consist of the construction of loose rock riprap on a geotextile filter layer. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. B. Section 01045 — Quality Control. C. Section 02223 — Excavation, Grading, and Subgrade Preparation. 1.3 SUBMITTALS A. Provide gradation curves for riprap to be used prior to any rock delivery. B. Laboratory test results for bulk specific gravity, absorption and sodium sulfate soundness at least 30 days prior to delivery of any rock. C. Name and location of rock source. D. Submit a sample of filter cloth and manufacturer's certification that it meets the requirements of this specification. 1.4 REFERENCES A. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) 1. ASTM A 975-97 - Standard Specifications for Double -Twisted Hexagonal Mesh Gabions and Rivet Mattresses (Metallic -Coated Steel Wire or Metallic -Coated Steel Wire with Polyvinyl Chloride (PVC) Coating). 2. ASTM A 370-979 - Text Methods and Definitions for Mechanical Testing of Steel Products. 3. ASTM B 117-97 - Salt Spray Test. 4. ASTM C 88 - Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. 5. ASTM C 127 - Standard Test Method for Specific Gravity and Absorption of Course Aggregate (as modified in this specification section). 6. ASTM D1242-95A — Resistance of Plastic Materials to Abrasion. 7. ASTM D1499-99 — Standard Practice for Filtered Open -Flume Carbon Are Exposures of Plastics. 8. ASTM D 2240-04 — Standard Test Method for Rubber Property-Durometer Hardness. 9. ASTM D 412-98a — Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers — Tension. 10. ASTM D746-04 — Standard Test Method for Brittleness Temperature of Plactics and Elastomers by Impact. 11. ASTM D 792-00 — Standard Test Methods for Density and Specific Gravity (Relative Density) of Plastics by Displacement. 01229507 ROCK RIPRAP AND FILTER FABRIC 02371- 1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 12. ASTM G 152-00 — Standard Practice for Operating Open Flume Carbon Arc Light Apparatus for Exposure of Non -Metallic Materials. 13. ASTM D 3786 - Hydraulic Bursting Strength of Knitted Goods and Nonwoven Fabrics: Diaphragm Bursting Strength Tester Method. 14. ASTM D 4354 - Sampling of Geosynthetics for Testing. 15. ASTM D 4355 - Deterioration of Geotextiles from Exposure to Ultraviolet Light and Water (Xenon -Arc Type Apparatus). 16. ASTM D 4491- Water Permeability of Geotextiles by Permittivity. 17. ASTM D 4533 - Trapezoid Tearing Strength of Geotextiles. 18. ASTM D 4632 - Grab Breaking Load and Elongation of Geotextiles. 19. ASTM D 4751 - Determining Apparent Opening Size of a Geotextile. 20. ASTM D 4759 - Determining the Specification Conformance of Geosynthetics. 21. ASTM D 4833 - Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products. 22. ASTM D 4873 - Identification, Storage, and Handling of Geosynthetic Rolls. 23. TEX 735-I - Sampling Construction Fabrics. 24. TEX 616-J - Testing Construction Fabrics. PART 2 - PRODUCTS 2.1 MATERIALS A. Rock 1. R.E. Janes or approved equal to match existing rock at Business Park. 2. Loose rock riprap shall be limestone or other hard, angular to round, non -erodible rockwith a specific weight of 155 lbs. per cubic foot. Rock shall be well graded with diameters ranging from 4 inches to 8 inches. 3. Rock from designated sources shall be excavated, selected and handled as necessary to meet the quality and grading requirements of this specification. The rock shall conform to the specified grading limits when installed. The rocks shall be screened of all fines and under or oversized aggregate. 4. Rock riprap shall be excavated, selected, and handled as necessary to meet the quality and grading requirements specified. Individual rock fragments shall be dense, sound and free from cracks, seams and other defects conducive to accelerated weathering. The rock fragments shall be angular to subrounded in shape. The least dimension of an individual rock fragment shall not be less than one-third the greatest dimension of the fragment. 5. Rock riprap shall have the following properties: a. Bulk specific gravity (saturated surface -dry basis) not less than 2.5 when tested in accordance with ASTM C 127. b. Absorption not more. than two percent when tested in accordance with ASTM C 127. C. Weight loss in five cycles not more than 18 percent when sodium sulfate is used. 1) The test sample shall not be separated into fractions. It shall consist of 5,000 +/- 300 grams of rock fragments, reasonably uniform in size and shape and weighing approximately 100 grams each, obtained by breaking the rock and selecting fragments of the required size. 01229507 ROCK RIPRAP AND FILTER FABRIC 02371- 2 02/09 f, 1 Lubbock Business Park Phase 1B Streets, Water and Sewer 2) After the sample has been dried, following completion of the final test cycle and washing to remove the sodium sulfate or magnesium sulfate, the loss of weight shall be determined by subtracting from the original weight of the sample the final weight of all fragments that have not broken into three or more pieces. 3_) The report shall show the percentage loss of weight, list the sulfate solution used, and list the results of the qualitative examination. B. Geotextile 1. Geotextile shall conform to Texas Department of Transportation Geotextile Performance Requirements (Type 2) and shall be of type Maccaferri Mactex MX275 non -woven, or approved equal, typical equivalent sieve opening equal to 100. 2.. The fabric shall be constructed exclusively of manmade thermoplastic fibers; shall be a non -woven geotextile fabric, and shall form a mat of uniform quality. 3. Fabric fibers may be continuous and oriented in a random pattern throughout the fabric. 4. The fabric shall be mildew resistant, rot -proof and shall be satisfactory for use in a wet soil and aggregate environment. 5. Packaging Requirements a. The fabric shall be packaged in rolls of the length and width specified. b. The fabric itself shall be uniformly wound onto suitable cylindrical forms or cores to aid in handling and unrolling. C. Each roll of fabric and the form or core upon which it is rolled shall be packaged individually in a suitable sheath, wrapper or container to help protect the geotextile from damage due to ultraviolet light and moisture during normal storage and handling. 6. Tagging or Labeling a. Each roll shall be identified by a tag or label securely affixed to the outside of the roll on one end. This tag or label must list the following required information (examples of each are shown in parentheses): 1) A unique roll number, serially designated (Roll No. 31275). 2) Manufacturer's lot number or control numbers, if any (Lot 290, control 6750). 3) Name of fabric manufacturer (Afghan Fabrics). 4) Date of Manufacture (Jan. 16, 1987). 5) Brand name of the product ("Fabriweld"). 6) Manufacturer's style or catalog designation of the fabric, if any ("300- X"). 7) Roll width in millimeters (inches) (Width — 3810 millimeters [150 inches]). 8) Roll length in meters (yards) (Length — 91 meters [100 yards]). 9) Gross weight in kilograms (pounds) of entire package which is to include fabric core, wrapping and sheath or container identification tag, etc. (Gross — 67.00 kilograms [147 pounds]). 10) Tare weight in kilograms (pounds) of core, wrapping, sheath or container identification tag, etc. (Tare — 8.20 kilograms [ 18 pounds]). 11) Net weight in kilograms (pounds) of fabric alone (Net Weight — 59.0 kilograms [129 pounds]). 01229507 ROCK RIPRAP AND FILTER FABRIC 02371 - 3 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer C. Bedding shall be obtained from the designated sources and shall be selected to meet the quality and grading requirements of this specification. D. At least 30 days prior to changing source of approved rock riprap, the Contractor shall notify the Engineer in writing of the new sources from which he intends to obtain the material. The Contractor shall submit the gradation, tests and source name and location required in paragraph 1.3 and receive Engineer's approval prior to delivery of any material from the new source. Failure to obtain approval will result in rejection of the source and any material delivered. PART 3 - EXECUTION 3.1 SUBGRADE PREPARATION A. The subgrade surfaces on which the rock riprap and filter fabric are to be placed shall be cut or filled and graded to the lines and grades shown on the drawings. When fill to subgrade lines is required, it shall consist of approved materials and shall conform to the requirements of the specified class of fill. Subgrade shall be compacted to 95% density, according to ASTM D698, for a depth of six inches. 3.2 GEODE A. Where the drawings specify geotextile, the filter material shall be spread uniformly on the prepared subgrade surfaces. B. Sampling and Testing Requirements 1. Samples for testing purposes shall be taken in accordance with Test Method "Tex- 735-I, Sampling Construction Fabrics" 2. Testing shall be in accordance with the appropriate ASTM or Test Method "Tex- 616-J, Testing Construction Fabrics." C. Basis for Rejection 1. Should any individual sample selected at random from 100 rolls, or fraction thereof, fail to meet any specification requirement, then that roll shall be rejected and two (2) additional samples shall be taken, one (1) from each of two (2) other additional rolls selected at random from the same 100-roll lot, or fraction thereof. 2. If either of these two (2) additional samples fail to comply with any portion of the specification, then the entire quantity of rolls represented by that sample shall be rejected. D. Installation 1. Subgrade Preparation: The surface underlying the geotextile shall be smooth and free of ruts or protrusions which could damage the geotextile. Subgrade materials and compaction requirements shall be in accordance with Section 02223 — Excavation, Grading, and Subgrade Preparation. 2. Placement: The Contractor shall request the presence of the Engineer during handling and installation. Geotextile rolls which are damaged or contain imperfections shall be repaired or replaced as directed. The geotextile shall be laid flat and smooth so that it is in direct contact with the subgrade. The geotextile shall also be free of tensile stresses, folds, and wrinkles. 3. Geotextile panels shall be continuously overlapped a minimum of 12 inches. The Contractor has the option of field sewing instead of overlapping. 01229507 ROCK RIPRAP AND FILTER FABRIC 02371- 4 02109 Lubbock Business Park Phase 1B Streets, Water and Sewer 4. Extend filter fabric up the sides of the excavation so that it is flush with adjacent top of concrete. This will serve to anchor the fabric and will prevent undermining from occurring around concrete portions of any structure. 5. The geotextile shall be protected during installation from clogging,. tears, and other damage. Damaged geotextile shall be repaired or replaced as directed. Adequate ballast (e.g. sand bags) shall be used to prevent uplift by wind. The geotextile shall not be left uncovered for more than 14 days during installation. 6. Geotextile damaged during installation shall be repaired by placing a patch of the same type of geotextile which extends a minimum of 12 inches beyond the edge of the damage or defect. Patches shall be continuously fastened using a sewn seam or other approved method. The machine direction of the patch shall be aligned with the machine direction of the geotextile being repaired. Geotextile which cannot be repaired shall be replaced. 7. Geotextile shall not be covered prior to approval by the Engineer. The Contractor shall request the presence of the Engineer during covering of the geotextile. END OF SECTION 01229507 ROCK RIPRAP AND FILTER FABRIC 02371 - 5 02/09 No Text Lubbock Business Park.Phase 1B Streets, Water and Sewer SECTION 02510 REMOVING AND REPLACING EXISTING ASPHALT PAVEMENT PART 1- GENERAL 1.1 SECTION INCLUDES The work to be done under this specification consists of furnishing all labor, materials and equipment required to make cuts in existing asphalt paving, remove the existing pavement and replace the pavement as specified herein and as shown on the drawings. 1.2 RELATED SECTIONS A. General Conditions. B. Supplementary Conditions. C. Section 01040, Coordination. D. Section 01300, Submittals. E. Section 02665, Water Works, Piping, Valves and Fittings. 1.3 REFERENCED STANDARDS A. AASHTO T96, Los Angeles Abrasion. B. ASTM P946. PART 2 - PRODUCTS 2.1 ASPHALT MATERIAL A. Paving Mixture Asphaltic concrete surfacing shall consist of a mixture composed of mineral aggregate and asphaltic material, placed on a previously competed base course. All methods employed in performing the work and all equipment, plant and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer before the work is started. Equipment, tools, machinery and plant shall be maintained in first class condition, and whenever found unsatisfactory shall be changed or improved as required. The surface course composed of mineral aggregate and bituminous material shall produce a mixture which, when designed and tested in accordance with these specifications and methods outlined shall have the following laboratory density and stability: Densi , %t}� o Stability % Min. - 93 Max. - 96 Optimum - 95 Not less than 40 01229507 REMOVING AND REPLACING EXISTING ASPHALT PAVEMENT 02510 - 1 02109 k Lubbock Business Park Phase 1B Streets, Water and Sewer ' The paving mixture shall- be composed. of a uniform mixture of coarse aggregate, fine aggregate, mineral filler and asphaltic cement. The material. forming the mixture shall be proportioned by weight. -The grading of each constituent shall be such as. to produce, when proportioned, a mixture conforming to the limitations for grading of a Type D (Fine Grade Surface Course) meeting 1993 New Mexico'Department of Transportation Specifications. The _ asphalt material shall form approximately 6 percent of the mixture by weight. The mixture shall meet the requirements of SDHPT 1982 specifications Item 350. The thickness of the asphaltic concrete shall be as shown on the drawings or as specified. B. Environmental Restrictions The asphaltic mixture shall not be placed when the air temperature is below 45 degrees F. and falling, but it may be placed when the air temperature is above 40 degrees F. and rising, with the further provision that the materials shall be placed only when the weather conditions, in the opinion of the Engineer, are suitable. 2.2 TACK COAT A. Tack Coat Material The asphalt for the tack coat shall be cutback asphalt of the rapid curing type. The asphalt used shall meet NMDOT specifications. The tack coat shall be RC-250. i L B. Environmental Restrictions The tack coat shall not be applied when the air temperature is below 50 degrees F. and falling, but it may be placed when the air temperature is 40 degrees F. and rising. No tack coat shall be - - applied when the weather conditions, in the opinion of the Engineer, are not suitable. PART 3 - EXECUTION 3.1 EXISTING PAVEMENT REMOVAL Wherever it is necessary to make cuts in existing asphalt pavement, the cuts shall be made in such manner as to cause the least amount of damage to adjoining surfaces. In removing asphalt pavement, the surface shall be saw -cut along each side of the trench ahead of the trenching machine, the width to be removed to be sufficient to allow a shoulder on each side of the trench, as shown on the drawings, and the surfacing and base removed with the trenching machine as the trench is excavated. Tunneling will be required under curb and gutter. 3.2 REPLACING ASPHALTIC PAVING CUTS After the completion of the backfill in areas where an asphalt type of paving has been removed and after sufficient time has passed for the ponding water to leach out of the backfill material, a lean concrete (2 sack per CY) backfill shall be placed to the width shown on the plans. The 6-inch slab of lean concrete (minimum) shall be placed in the trenched -out area and the surface of the concrete struck off to the bottom of the proposed HMAC pavement surface course. The slab shall be given a rough but even finish with a wood float. High Early Strength Cement shall be used. The surfacing may be applied 24 hours after completing the slab. 01229507 REMOVING AND REPLACING EXISTING ASPHALT PAVEMENT 02510 - 2 _ 02/09 i 1 s Lubbock Business Park Phase 1B Streets, Water and Sewer After completion of the base slab and elapse of the required time, a surface course of asphaltic concrete as specified above shall be laid as specified herein. Immediately prior to placing surfacing, the existing surfacing shall be saw -cut back 3 inches from the edge of the concrete slab, the cut being vertical and in a straight line longitudinally, and the base shall be swept clean of all dirt and loose material. The base shall then be tacked by spraying with from 0.10 to 0.15 gallon per square yard of cut -back asphalt. Hand spraying or mopping will be permitted. The surfacing material shall then be applied; as the material is placed it shall be thoroughly raked and leveled. After the surfacing has been placed as described above, it shall be rolled with a suitable 8-ton (or larger) flat wheel roller. Care shall be taken to replace the pavement to the proper cross-section and elevation. In general, the new surfacing, after initial rolling, shall be from 1/4" to 3/8" above the old surfacing to allow for further compaction. If, after rolling, there are any high or low spots, such places shall be corrected by loosening the surface and then adding or removing the proper amount of asphaltic concrete and then recompacting the surface. Where this specification contradicts or omits information provided for in the asphalt pavement details on sheet C-501 of the Drawings, the detail information shall supercede or supplement this specification. END OF SECTION 01229507 REMOVING AND REPLACING EXISTING ASPHALT PAVEMENT 02510 - 3 02/09 Page Intentionally Left Blank L_ Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 02518 INTERLOCKING CONCRETE PAVERS PART 1- GENERAL 1.1 SECTION INCLUDES A. Concrete paver units. B. Bedding and joint sand. 1.2 REFERENCES A. American Society of Testing and Materials (ASTM): 1. C 33, Specification for Concrete Aggregates. 2. C 136, Method for Sieve Analysis for Fine and Coarse Aggregate. 3. C 140, Sampling and Testing Concrete Masonry Units. 4. C 144, Standard Specification for Aggregate for Masonry Mortar. 5. C 936, Specification for Solid Interlocking Concrete Paving Units. 6. C 979, Specification for Pigments for Integrally Colored Concrete. 7. D 698, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 5.5-1b (2.49 kg) Rammer and 12 in. (305 mm) drop. 8. D 1557, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 10-1b (4.54 kg) Rammer and 18 in. (457 nun) drop. 9. D 2940, Graded Aggregate Material for Bases or Subbases for Highways or Airports. 1.3 QUALITY ASSURANCE A. Manufacturer: Company specializing in the manufacture of concrete interlocking pavers for a minimum of three (3) years. B. Installation shall be by a contractor and crew with at least one (1) year of experience in placing interlocking concrete pavers on projects of similar nature or dollar cost. C. Installation Contractor shall conform to all local, state/provincial licensing and bonding requirements. 1.4 SUBMITTALS A. Submit product drawings and data. B. Submit full size sample sets of concrete paving units to indicate color and shape selections. Color will be selected by Landscape Architect from manufacturer's available colors. C. Submit sieve analysis for grading of bedding and joint sand. D. Submit test results from an independent testing laboratory for compliance of paving unit requirements to ASTM C 936. E. Substitutions: Substitutions shall be submitted 10 days prior to bid opening for acceptance. 01229507 INTERLOCKING CONCRETE PAVERS 02518 - 1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.5 MOCK-UPS A. Install a 7 -ft. x 7 ft. (2 m x 2 m) paver area as described in- Article 3.02. This area will be used to determine surcharge of the bedding sand layer, joint sizes, lines, laying pattem(s), color(s), and texture of the job. This area shall be the standard from which the work will be judged. Consideration shall be given with regard to differences in age of materials from time of mock-up erection to time of actual product delivery. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver concrete pavers to the site in steel banded, plastic banded, or plastic wrapped cubes capable of transfer by fork lift or clamp lift. Unload pavers at job site in such a manner that no damage occurs to the product. B. Sand shall be covered with waterproof covering to prevent exposure to rainfall or removal by wind. The covering shall be secured in place. C. Coordinate delivery and paving schedule to minimize interference with normal use of buildings adjacent to paving. 1.7 ENVIRONMENTAL CONDITIONS A. Do not install sand or pavers during heavy rain or snowfall. B. Do not install sand and pavers over frozen base materials. C. Do not install frozen sand. PART 2 - PRODUCTS 2.1 CONCRETE PAVERS A. Concrete pavers shall be supplied by Pavestone Company. 1. D/FW, TX: 817.481.5802 2., San Antonio/Austin, TX: 512.558.7283 3. Dallas Service Center: 972.404.0400 B. Product names shall be: 1. ADA Detectable Warning Pavers — Color: Milsap Blend. Dimensions: 3-7/8" x 7-13/16" x 2 — 3/8". 2. Pavestone: Holland Stone 60MM (3-7/8" x 7-13/16" x 2-3/8") (for pedestrian areas). Color: Milsap Blend. 3. Pavestone: Holland Stone 80MM (3-7/8" x 7-13/16" x 3-1/8") (for crosswalks in roadways). Color: Milsap Blend 4. Pavestone: 80MM City Stone II — Rectangle only (5-13/16" x 8-3/4"). Color: Milsap Blend (for soldier course, outside edge, pedestrian crosswalks). C. Pavers shall meet the following requirements set forth in ASTM C 936, Standard Specification for Interlocking Concrete Paving Units: 1. Average compressive strength of 8,000 psi (55 MPa) with no individual unit under 7,200 psi (50 MPa). 2. Average absorption of 5% with no unit greater than 7% when tested in accordance with ASTM C 140. 3. Resistance to 50 freeze -thaw cycles when tested in accordance with ASTM C 67. D. Pigment in concrete pavers shall conform to ASTM C 979. E. Material shall be manufactured in individual layers on production pallets. 01229507 INTERLOCKING CONCRETE PAVERS 02518 - 2 02/09 I'� Lubbock Business Park Phase 1B Streets, Water and Sewer F. Materials shall be manufactured to produce a solid homogeneous matrix in the produced unit. 2.2 VISUAL INSPECTION A. All units shall be sound and free of defects that would interfere with the proper placing of unit or impair the strength or permanence of the construction. B. Minor cracks incidental to the usual methods of manufacture, or chipping resulting from customary methods of handling in shipment and delivery, shall not be deemed grounds for rejection. 2.3 SAMPLING AND TESTING A. Manufacturer shall provide access to lots ready for delivery to the Owner or his authorized representative for testing in accordance with ASTM 936 82 for sampling of material prior to commencement of paver placement. B. Manufacturer shall provide a minimum of three (3) years testing backup data showing manufactured products that meet and exceed ASTM 936-82 when tested in compliance with ASTM C-140. C. Sampling shall be random with a minimum of nine (9) specimens per 20,000 sq. ft. per product shape and size with repeated samples taken every additional 20,000 sq. ft. or a fraction thereof. D. Test units in accordance with ASTM for compressive strength, absorption and dimensional tolerance. A minimum of three (3) specimens per test required for an average value. Testing of full units is preferred. 2.4 REJECTION A. In the event the shipment fails to conform to the specified requirements, the manufacturer may sort it, and new test units shall be selected at random by the Owner from the retained lot and tested at the expense of the manufacturer. If the second set of test units fails to conform to the specified requirements, the entire lot shall be rejected. 2.5 EXPENSE OF TESTS A. The expense of inspection and testing shall be borne by the Owner: 2.6 BEDDING AND JOINT SAND A. Bedding and joint sand shall be clean, non -plastic, free from deleterious or foreign matter. The sand shall be natural or manufactured from crushed rock. Limestone screenings or stone dust shall not be used. When concrete pavers are subject to vehicular traffic, the sands shall be as hard as practically available. 01229507 INTERLOCKING CONCRETE PAVERS 02518 - 3 02/09 Lubbock Business Park Phase- 1B Streets, Water and Sewer B. Grading of sand samples for the bedding course and joints shall be done according to ASTM C136. The bedding sand shall conform to the grading requirements of ASTM C 33 as shown in Table 1. A Table 1 Grading Requirements for Bedding Sand ASTM C 33 _ Sieve Size Percent Passing 3/8 in. (9.5 nun) 100 No. 4 (4.75 nun) 95 to 100 No. 8 (2.36 mm) 85 to 100 No. 16 (1.18 nun) 50 to 85 No. 30 (600 µm) 25 to 60 No. 50 (300 µm) 10 to 30 No. 100 (150 µm) 2 to 10 The joint sand shall conform to the grading requirements of ASTM C 144 as shown in Table 2 below: Table 2 Grading for Joint Sand ASTM C 144 Sieve Size Natural Sand Percent Passing No. 4 (4.75 mm) 100 No. 8 (2.36 nun) 95 to 100 No. 16 (1.18 nun) 70 to 100 No. 30 (600 µm) 40 to 75 No. 50 (300 µm) 10 to 35 No. 100 (150 µm) 2 to 15 No. 200 (75 µm) 10 01229507 11,4TERLOCKING CONCRETE PAVERS 02518 - 4 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that subgrade preparation, compacted density ,and elevations conform to the specifications. Compaction of the -soil subgrade to at least 95% Standard Proctor Density per ASTM D 698 is recommended. Higher density, or compaction to ASTM D 1557 may be necessary for areas subject to continual vehicular traffic. Stabilization of the subgrade and/or base material may be necessary with weak or saturated subgrade soils. The Architect/Engineer should inspect subgrade preparation, elevations, and conduct density tests for conformance to specifications. B. Verify that geotextiles, if applicable, have been placed according to specifications. C. Verify that aggregate base materials, thickness, compaction, surface tolerances, and elevations conform to the specifications. D. Verify location, type, installation and elevations of edge restraints around the perimeter area to be paved. E. Verify that base is dry, uniform, even, and ready to support sand, pavers, and imposed loads. F. Beginning of bedding sand and paver installation means acceptance of base and edge restraints. 3.2 INSTALLATION A. Spread the sand evenly over the base course and screed to a nominal 1 in. thickness, not exceeding 1-1/2 in. thickness. The screeded sand should not be disturbed. Place sufficient sand to stay ahead of the laid pavers. Do not use the bedding sand to fill depressions in the base surface. B. Ensure that pavers are free of foreign materials before installation. C. Lay the pavers in the pattern(s) as shown on the drawings. Maintain straight pattern lines. D. Joints between the pavers on average shall be between 1/16 in. and 3116 in. wide. (Consult manufacturer for recommended joint widths.) E. Fill gaps at the edges of the paved area with cut pavers or edge units. F. Cut pavers to be placed along the edge with a double blade paver splitter or masonry saw. G. Use a low amplitude, high frequency plate vibrator to vibrate the pavers into the sand. Use Table 3 below to select size of compaction equipment: Table 3 Paver Thickness Minimum Centrifugal Compaction Force 2.36" 3000 Ibs. (13kN) 3.14" 5000 Ibs. (22 kN) H. Vibrate the pavers, sweeping dry joint sand into the joints and vibrating until they are full. This will require at least two or three passes with the vibrator. Do not vibrate within 3 ft. of the unrestrained edges of the paving units. I. All work to within 3 ft. of the laying face must be left fully compacted with sand -filled joints at the completion of each day. J. Sweep off excess sand when the job is complete. 01229507 INTERLOCKING CONCRETE PAVERS 02518 - 5 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer K. The final surface elevations shall not deviate more than 3/8 in. under a 10 ft. long straightedge. L. The surface elevation of pavers shall be 1/8 in. to 1/4 in. above adjacent drainage inlets, concrete collars or channels. M. The resanding as necessary- of paver joints shall be accomplished by contractor for a period of 90 days after completion of work. 3.3 FIELD QUALITY CONTROL A. After removal of excess sand, check final elevations for conformance to the drawings. ` END OF SECTION (A 01229507 INTERLOCKING CONCRETE PAVERS 02/09 Lubbock Business Park Phase 1B i Streets, Water and Sewer SECTION 02577 PAVEMENT MARKINGS 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 of this Section. 1.2 SECTION INCLUDES A. This section covers the painting stripes and installation of traffic buttons on the roadways applied in accordance with this specification and at the locations shown on the plans. 1.3 RELATED SECTIONS A. Section 02742 — Dense -Graded Hot -Mix Asphalt (Method). B. Section 02751— Reinforced Concrete for Site Work. PART 2 - PRODUCTS 2.1 PAVEMENT MARKINGS A. Material for concrete paving shall conform to TxDOT DMS-8220, "Hot Applied Thermoplastic"; color shall be as shown on the plans. B. Material for asphalt paving shall conform to TxDOT DMS-8200. "Traffic Paint"; color shall be as shown on the plans. C. Material 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. D. Furnish drop -on glass beads conforming to TxDOT DMS-8290, "Glass Traffic Beads". 1. For thermoplastic markings, furnish Type II[ drop -on glass beads. 2. For traffic paint, furnish Type III drop -on glass beads. E. Furnish and install raised pavement markers in accordance with TxDOT Item 672. Type and color shall match marking. Face(s) shall be retro-reflective. 2.2 TESTING ` A. Materials will be approved for use based on either of the following data furnished by the Contractor: 1. A test report showing that the proposed batch meets all specified requirements. 2. A test report showing that a previous batch manufactured using the same formulation as that used in manufacturing the proposed batch met all specified requirements, and a report showing rest results on the proposed batch for the following properties required in 01229507 PAVEMENT MARKINGS 02577 - 1 02/09 t Lubbock Business Park Phase 1B Streets, Water and -Sewer ' the material specifications: weight per gallon, viscosity, fineness of grind, drying time and gradation. 2.3 EQUIPMENT A. General All equipment for the work shall include the -apparatus necessary to properly clean the existing surface, a mechanical marking machine, and such auxiliary hand marking equipment as may be necessary to satisfactorily complete the job. B. Applicators 1. The equipment for applying marking material to pavements shall be self-propelled or mobile -drawn. The machine shall be capable of applying the stripe widths indicated, at the coverage rate specified in paragraph 3.1, and of even uniform thickness with clear-cut edges. 2. Equipment shall be maintained in satisfactory condition. 3. Shall meet or exceed requirements of the National Board of Fire Underwriters and the RPC for this application. 4. Can provide continuous mixing and agitation of the pavement marking material. C. Abrasive Blasting Equipment Abrasive blasting equipment shall include an air compressor, hoses and nozzles of proper size and capacity as required for cleaning surfaces to be painted. The compressor shall be capable of furnishing not less than 150 cfm of air at a pressure of not less than 100 psi at the nozzle for each nozzle used. D. Bead Applicators 1. Use an automatic bead dispenser. E. Provide a hand-held thermometer capable of measuring the temperature of the thermoplastic marking material. PART 3 - EXECUTION 3.1 TRAFFIC MARKINGS A. Surface Preparation New pavement surfaces shall be allowed to cure for a period of not less than 5 days or as recommended by the marking material manufacturer before application of marking materials. All surfaces to be marked shall be thoroughly cleaned before application of the paint. Dust, dirt, and other granular surface deposits shall be removed by sweeping, blowing with compressed air, rinsing with water, or a combination of these methods as required. Rubber deposits, curing compound, 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. 01229507 PAVEMENT MARKINGS 02577 - 2 02l09 .r. Lubbock Business Park Phase 1B Streets, Water and Sewer B. Layouts and Alignment 1. On those sections of pavements where no previously applied figures, markings or stripes are available to serve as a guide, suitable layouts and lines of proposed stripes shall be spotted in advance of the paint application. Control points shall be spaced at such intervals as will insure accurate location of all markings. 2. The Contractor shall provide an experienced technician to supervise the location, alignment, layout, dimensions and application of the markings. C. Rate of Application 1. Apply Type I thermoplastic markings at a thickness of .100 inch (100 mils). The maximum thickness shall not exceed .180 inch (180 mils). 2. Apply Type Il traffic paint markings at a rate of 20 gal. per mile of 4-inch solid stripe. 3. Apply beads uniformly distributed across the surface of the stripe, with 40 to 60% bead embedment. D. Marking Application Markings 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. Marking material temperature shall be maintained within tolerances established by the manufacturer. The Contractor shall provide guidelines and templates as necessary to control application. Special precautions shall be taken in marking numbers, letters and symbols. All edges of markings shall be sharply outlined. The maximum drying time requirements of the marking 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, operations shall be discontinued until cause of the slow drying is determined and corrected. E. Weather Limitations The painting shall be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40°F, and when the weather is not excessively windy, dusty or foggy. Minimum surface temperature shall be 50°F. F. Raised Pavement Markers 1. Allow pavement to cure a minimum of 14 days prior to placement of the raised pavement markers. 2. Clean surface of all dirt, curing compound, grease, oil, moisture, etc., prior to applying adhesive. 3. Maintain straight alignment. 4. Use epoxy adhesive per DMS-4200. 5. Ensure that 100% of bonding area of raised pavement markers is in contact with the adhesive. 6. Apply adhesive according to manufacturer's recommendations. 3.2 DEFECTIVE WORKMANSHIP OR MATERIAL A. 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. B. All markings must meet the requirements of Tex-828-B for at least 30 calendar days after installation. END OF SECTION 01229507 PAVEMENT MARKINGS 02577 - 3 02/09 Page Intentionally Left Blank Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 02638 STORM DRAINAGE PART 1- GENERAL 1.1 SECTION INCLUDES 1.2 A. Concrete box culvert. A. ASTM C 76 - Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. B. ASTM C 361— Standard Specification for Reinforced Concrete Low -Head Pressure Pipe. C. ASTM C 443 - Joints for Circular Concrete Sewer and Culvert Pipe. D. ASTM C 478 — Precast Reinforced Concrete Manhole Sections. E. ASTM C 497 - Method of Testing Concrete Pipe, Sections, or Tile. F. ASTM C 655 - Reinforced Concrete D-load Culvert, Storm Drain and Sewer Pipe. G. ASTM C $22 - Standard Definitions and Terms Relating to Concrete Pipe and Related Products. H. ASTM C 789 — Precast Reinforced Concrete Box Sections for Culverts, Storm Drains and Sewers. I. ASTM C850 — Precast Reinforced Concrete Box Sections for Culverts, Storm. Drains and Sewers with less than 2 Feet of Cover. J. ASTM C 990 — Joints for Concrete Pipe, Manholes and Precast Box Sections. K. ASTM C1244 — Test Method for Concrete Sewer Manholes by Negative Air Pressure (Vacuum) Test. 1.3 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 - Submittal Procedures. B. Submit complete product data for box culvert and gaskets for approval. Indicate conformance to appropriate reference standards. C. Submit certificates by testing laboratory, hired and paid by the manufacturer, that concrete pipe meets applicable standards when tested in accordance with ASTM C 497. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Handle all precast sections, fittings, and accessories carefully with approved handling devices. Do not drop or roll sections off trucks or trailers. Materials cracked, gouged, chipped, dented, or otherwise damaged shall not be used for installation. B. Store pipe and fittings on heavy timbers or platforms to avoid contact with the ground. C. Unload pipe, fittings, and appurtenances as close as practical to the location of installation to avoid unnecessary handling. D. Keep interiors of pipe and fittings free of dirt and foreign matter. 01229507 STORM DRAINAGE 02638 - 1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer PART 2 - PRODUCTS 1 7 2.1 CONCRETE BOX CULVERT A. CSR Hydro Conduit Precast Box Culvert, or approved equal, meeting the requirements of ASTM C 850. B. Box culvert sections shall be sizes shown -on.the plans. C. Shall be designed for HS20-44 highway loading with less than 2 ft. cover. D. Contractor may submit cast -in -place option. Submittal must include sealed drawings and calculations by a Registered Professional Engineer in the State -of Texas -showing that the design requirements are met. 2.2 JOINT SEALANT A. Rubber Gaskets 1. Furnish rubber gasket conforming to ASTM C 443 for circular reinforced concrete box sections. 2.3 INSPECTION A. The Engineer shall be entitled to inspect manufacturing. Such inspection shall not relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these specifications. B. Manufacturer's Notification: Should the Engineer wish to see specific material during any phase of the manufacturing process, the manufacturer must provide the Engineer with adequate advance notice of when and where the production of that material will take place. The Engineer shall make known to manufacturer of the intent to inspect production. The manufacturer shall then inform Engineer of the dates planned for production. C. Failure to Inspect: Should the Engineer elect not to inspect the manufacturing, testing, or finished pipes; it in no way implies approval of products or tests. 2.4 CAUSES FOR REJECTION A. Precast sections shall be subject to rejection for failure to conform to any of the specification requirements. Individual sections may be rejected because of any of the r-= following: 1. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint. 2. Defects that indicate imperfect proportioning, mixing and molding. 3. Surface defects indicating honeycombed or open texture. 4. Damaged ends, where such damage would prevent making a satisfactory joint. _ 2.5 BEDDING AND BACKFILL MATERIAL A. Refer to Section 02320 — Utility Backfill Material for Storm Drainage. 01229507 STORM DRAINAGE 02638 - 2 02/09 I_ Lubbock Business Park Phase 1B Streets, Water and Sewer PART 3 - EXECUTION 3.1 BOX INSTALLATION A. Preparation 1. As necessary, set up street barricades in preparation for excavation. Conform to requirements of Section 01555 — Barricades, Signs and Traffic Handling and the traffic control plans indicated on the drawings. Coordinate closed areas with Owner. 2. Maintain barricades while work is in progress or where affected by the work and is considered hazardous to traffic movements. 3. Immediately notify the agency or company owning utility lines which are damaged, broken or disturbed. Obtain. approval from Engineer and controlling agency for repairs or relocations, either temporary or permanent. 4. Remove old pavements and structures including sidewalks and driveways in accordance with requirements of Section 02200 — Demolition, Removal and Salvaging of Existing Materials. 5. Install and maintain storm water pollution prevention measures as indicated on the drawings and comply with Section 01356 — Storm Water Pollution Prevention Plan. B. Excavation 1. Earthwork. Refer to Section 02317 - Excavation and Backfill for Storm Drainage and as indicated on drawings. 2. Line and Grade. Contractor shall establish the line and grade as indicated on drawings. Use amply sized grade boards. Protect grade boards and location stakes from damage or dislocation. Use of laser beam equipment to establish and maintain proper line and grade of the work is acceptable. 3. Trench Excavation. Excavate trenches to a level as indicated on the trench detail drawings. Backfill the excavation with the specified bedding material to the level indicated on the drawings or as specified for the pipe type. Tamp and compact backfill to provide bedding at the indicated grade. Form the bedding foundation to the minimum depth indicated on the drawings or as specified. C. Installation 1. Install in accordance with the drawings and as specified in this Section. Where manufacturer's installation recommendations conflict with drawings and specifications, the Engineer shall make the determination on installation requirements. No additional compensation to Contractor will be made for such determinations. 2. Install box culvert only after excavation is completed, bottom of trench is shaped, bedding material is installed, and trench has been approved by the Engineer. 3. Install box culvert to the line and grade indicated on Drawings. Place so that it has continuous bearing on bedding material and is laid in the trench so the interior surfaces of the culvert follow the grades and alignments indicated. 4. Install with the spigot ends toward the direction of flow. 5. Form a concentric joint with each section of adjoining culvert to prevent offsets. 6. Place and drive home newly laid sections with come -a -long winches to eliminate damage to sections. Use of back hoes or similar powered equipment will not be allowed for placing or joining culvert, unless protective measures are provided and approved in advance by the Engineer. 01229507 STORM DRAINAGE 02638 - 3 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 7. Keep interior of culvert clean as installation progresses. Wherecleaning after laying the culvert is difficult because of small size, use. a suitable swab or drag inside the culvert and pull , it forward past each joint immediately after the joint has been completed. 8. . Keep excavations free of water during construction and until final inspection. 9. When work is not in progress, cover the exposed ends of culvert with a plug specifically designed as culvert plug to prevent foreign material from entering the - culvert. D. Backfill and Site Cleanup 1. Backfill trench after culvert installation is inspected and approved by the Engineer. 2. Bed pipes with materials conforming to requirements of Section 02320 - Utility Backfill Materials for Storm Drainage and as indicated on drawings. 3. Backfill and compact soil in accordance with Section 02317 - Excavation and Backfill for Storm Drainage. 4. In unpaved areas, grade surface as a uniform slope to natural grade as indicated on the drawings. Provide the minimum depth of topsoil of 6 inches, unless otherwise indicated on the drawings. END OF SECTION 02638 3 IJ 01229507 STORM DRAINAGE 02638 - 4 02l09 .r Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 02665 _ PIPING, VALVES AND FITTINGS PART 1 - GENERAL 1.1 WORK INCLUDED This section of the specifications covers all water piping and fittings required for the project. The term piping as used herein shall include all piping, valves, fittings and accessories as shown on the plans and/or as specified herein. 1.2 RELATED SECTIONS A. General Conditions B. Supplementary Conditions C. Section 01040, Coordination and Meetings D. Section 01300, Submittals �- 1.3 MATERIAL SCHEDULE All water lines 12" and smaller shall be C900 DR 18 PVC. All water lines 16" and larger shall be C905 DR 18 PVC. Miscellaneous piping shall be furnished and installed as indicated on the drawings. Sanitary sewer piping shall be as specified in Section 02730 (Sewerline Construction). 1.4 SUBMITTALS Submit all manufactures data for all pipe, valves and fitting including all pipe thickness class calculations. PART 2 - PRODUCTS 2.1 PIPE FITTINGS A. General - Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the _ Pipe. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. �.� 01229507 02/09 PIPING, VALVES AND FITTINGS 02665 - 1 l Lubbock Business Park Phase 113 Streets, Water and Sewer All flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI B16.1 Class 125 flanges rated for at least 250 psi working pressure. Bolts for flanged joints shall be of the length and diameter required by the ANSI Specification. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads. Suitable 1/8" thick. rubber ring gaskets shall be provided for all flanged joints. B. Ductile Iron Fittings - Ductile iron fittings shall conform to AWWA C153. In general, flanged fittings shall be used on all exposed piping and all other fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. 2.2 PIPE JOINTS A. Push -on Joints - Push -on joints shall be as specified in AWWA Standard C111. B. Mechanical Joints - Mechanical joints shall be as specified in AWWA Standard C111. C. Flanged Joints - Flanged joints shall meet the requirements of ANSI B16.1 (Class 125) rated for a working pressure of not less than 250 psi. Bolts shall be of the length and diameter required by the ANSI Specification for Class 125 flanges. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads, except where other types of bolts are specified. Tighten bolts progressively to prevent unbalanced stress. Draw bolts tight to insure proper setting of gaskets. Suitable full face gaskets shall be used in all flanged joints. D. Miscellaneous Joints - Miscellaneous types of joints shall be made as specified in other paragraphs or as recommended by the -manufacturer. All joints shall be made using materials and methods as required to produce joints that will function satisfactorily under the various conditions encountered. 2.3 VALVES A. General - Valves shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. B. Gate Valves - All gate valves shall be resilient seat, iron body, bronze mounted throughout and shall meet all requirements of AWWA C 509. The valves shall be of the type of joint used in the piping. All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two-inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. Gate valves shall be furnished with 0-ring stem packing and shall be Mueller 2360 Series. C. Valve Boxes and Extension Stems -Extension stems shall be furnished on buried valves where the top of the operating nut is more than 36-inches below finished grade. Top of the extension stem shall not be more than 9-inches below the top of the valve box. Buried valves shall be provided with cast iron valve boxes. The boxes shall be designed to fit over a section of 6-inch C900 PVC riser pipe which will be used as an extension from the top of the valve to within 8-inches of the ground surface. The box shall have a heavy cast iron cover. The box shall have a flange type base, with the base being approximately 4 inches larger in diameter than the outside diameter of the barrel of the box. The necessary Iength of 64nch C900 PVC riser pipe required for the extension shall be considered as a part of the box. All valve boxes will have a 2'x 2'x 4" concrete collar paved around each box as shown on the plans. 01229507 PIPING, VALVES AND FITTINGS 02665 - 2 02/09 In N Lubbock Business Park Phase 1B Streets, Water and Sewer 2.4 TAPPING SLEEVES Tapping sleeves shall be stainless steel as manufactured by Mueller or M&H and shall be NSF approved and shall be rated for minimum working pressure of 150 psi. 2.5 POLYETHYLENE WRAP All buried valves and iron fittings shall be thoroughly wrapped prior to installation with a polyethelene material meeting the requirements of ASTM D 1248. The wrapping shall extend beyond the valve or fitting a minimum of 6 inches. The polyethylene material shall have a minimum thickness of 8 mil. The wrap shall be secured by T' duct type. PART 3 - EXECUTION M0000;7.1 All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage and disinfected in the manner herein specified. 3.2 INSPECTION The pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at -the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. 01229507 PIPING, VALVES AND FITTINGS 02665 - 3 02/09 Lubbock Business Park Phase I Streets. Water and -Sewer 3.5 ALIGNMENT AND GRADE All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection recommended by the manufacturer of the particular type of pipe being laid and the degree of deflection shall be approved by the Engineer. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH After the trench grade has been completed, all -bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped in to the trench. 3.7 CLEANING AND INSPECTING Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound pipe and materials shall be rejected. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. At time when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.8 LAYING AND JOINTING DUCTILE IRON PIPE A. General - Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. 01229507 02/09 Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or the cement lining. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be permitted to enter the pipe. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. Flanged joints shall be used where shown on the plans. Mechanical joint, or other approved joints shall be installed with materials furnished by the manufacturer and in accordance with the manufacturer's specifications. PIPING, VALVES AND FITTINGS 02665 - 4 _ Lubbock Business Park Phase 1B Streets, Water and Sewer Before laying the pipes, all lumps, blisters and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. Defectivejoints shall be repaired as directed by the Engineer. B. Mechanical- Joint Piping - The last 8 in. outside of the spigot and .inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. -The cast-iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque -limiting wrench. Nuts spaced 180 deg. apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. C. Flanged Joints - Flanged joints where used shall be bolted with Flange bolts of best quality mild steel and of the size and length required by American Standards Association; bolts and nuts shall be provided with standard hexagonal heads. Gasket rings shall be used and shall be made of best quality rubber composition sheet packing one -eighth (1/8) inch thick, of a brand and quality approved by the Engineer. The pipe and fittings shall be properly aligned and free to move in any direction while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. D. Push -On -Joints - The inside of the bell and the outside of the spigot end shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter. The circular rubber gasket shall be flexed inward and inserted in the gasket recess of the bell socket. A thin film of gasket lubricant shall be applied to either the inside surface of the gasket or the spigot end of the pipe or both. Gasket lubricant shall be as supplied by the pipe manufacturer. The spigot end of the pipe shall be entered into the socket with care used to keep the joint from contacting the ground. The joint shall then be completed by forcing the plain end to the bottom of the socket with a forked tool or jack -type tool or other device. Pipe that is not furnished with a depth mark shall be marked before assembly to assure that the spigot end is inserted to the full depth of the joint. Field -cut pipe lengths shall be filed or ground to resemble the spigot end of such pipe as manufactured. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be properly plugged. No pipe shall be laid in water, or when trench conditions or weather are unsuitable for such work. 01229507 PIPING, VALVES AND FITTINGS 02665 - 5 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe relaid. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. Premoulded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. The surfaces of the jointing material on both the bell and the spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. 3.9 SETTING VALVES, VALVE BOXES AND FITTINGS Valves and fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves buried in the ground shall have a valve box set over the valve. All valves shall be thoroughly inspected and checked for operation before installation. Concrete blocking shall be provided for all buried valves and fittings. Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with box cover flush with the surface of the ground or at such level as directed. All valve boxes and fire hydrants shall have a 2'x 2' x 4" concrete collar poured around each box and hydrant as shown on the plans. 3.10 EXCAVATION AND TRENCHING The trench shall be excavated to the lines and grades as established by the Engineer and as shown on the plans. The minimum depth of cover for all pipe shall be forty-eight (48) inches unless otherwise specifically shown on the drawings. The minimum width of the trench shall be the outside diameter of the pipe plus twelve (12) inches and the maximum width shall be the outside diameter of the pipe plus eighteen (18) inches. The trenching equipment shall be maintained on a sufficiently level road bed to provide substantially vertical trench walls. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. Any part of the trench excavated below grade shall be convected by filling with approved material and compacting thoroughly. The Contractor shall be responsible for implementing a trench shoring system wherever the trench depth exceeds five (5) feet. The Contractor shall refer to Section 02151 TRENCH SAFETY for guidelines on trench shoring methods for pipelines. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench it shall be removed to a depth of six inches below grade, refilled with selected material, and thoroughly compacted. 01229507 02/09 PIPING, VALVES AND FITTINGS 02665 - 6 i Lubbock Business Park Phase 1B " ,Streets, Water and Sewer Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. Wherever necessary to- prevent caving; the trench shall be adequately supported as required by the drawings and specifications. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the public. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other existing structures either above or below ground; in such instances hand methods shall be employed. The Contractor shall locate all existing underground lines of which he has been advised, whether or not they are shown on the drawings, sufficiently in advance of trenching operations to prevent any damage thereto. The operators of all oil or gas pipelines shall be notified prior -to excavation around such lines so that these operators may be present during excavation. Extensive care shall be used to prevent damage to these lines and the Contractor shall be fully responsible for damage to any such line. All excavated material shall be piled in a manner that will not endanger the work or existing structures. Excess trench excavation, not used for backfilling, shall be disposed of by Contractor, and at contractor's expense. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in excavating the trenches or structural excavations. Blasting for excavation of solid rock will not be permitted. All new and existing lines shall be properly supported to prevent settlement or damage to the line both during and after construction. 3.11 BACKFILLING A. Backfill Material - All backfill material shall be free from cinders, ashes, refuse, vegetable or organic material, boulders, rocks or stones, or other unsuitable material. From 1 foot above the top of the pipe to the existing ground, however, material containing stones.up to 4-inches in their greatest dimension may be used. Selected materials from trench excavations shall be used for backfilling except where special bedding material is required. B. Backfilling Under Pipe - All pipe shall be backfilled by hand from the bottom of the trench to the centerline of the pipe with selected backfill material free from rocks or boulders greater than 2 inches in size or other unsuitable material. The material shall be placed in 3-inch layers, moistened if necessary, and thoroughly compacted under and on each side of the pipe. Backfill material shall be deposited in the trench for its full width on each side of the pipe, fitting, and appurtenances simultaneously. C. Backfilling Over Pipe - From the centerline of the pipe to a depth of 1 foot above the top of the pipe, the trench shall be backfilled by hand or by approved mechanical methods using materials free from rocks or boulders greater than 2 inches in size. The material shall be moistened and placed in lifts not exceeding 8-inches in thickness and compacted by tamping to a density of not less than 95% of maximum density at optimum moisture as determined by AASHTO Method T-180. The Contractor shall use special care in placing this portion of the backfill to insure placement under and around the pipe and to avoid injuring or moving the pipe. 01229507 PIPING, VALVES AND FITTINGS 02665 - 7 02109 Lubbock Business Park Phase 1B Streets, Water and Sewer D. Backfilling to Grade - From 1.foot above the top of the pipe to finish grade shall be backfilled by tamping. Where tamping is required, the material shall be placed in 8-inch layers, moistened if necessary, and thoroughly compacted with mechanical tampers from the bottom of the trench to the finish grade to a density of at least 95% of maximum density at optimum moisture as determined by ASTM D 698. E. Anchorage of Bends, Tees and Plugs, Etc. - Reaction or thrust backing shall be applied to all pipe lines at all tees, plugs, caps, and bends. Concrete shall be used for backing the pipe and fittings and shall conform to the concrete specifications as set forth in the Section 03300 Cast - In -Place Concrete, except a minimum compressive strength of 2500 psi will be acceptable. The backing shall be placed between solid ground and the fittings to be anchored; the area of bearing on pipe and on the ground in each instance shall be sufficient to withstand the maximum thrust anticipated and as required by the Engineer. The backing shall be so placed that the pipe and fitting joints will be accessible for repair. 3.12 MARKING TAPE A. All pipes installed in an open trench will be identified with the appropriate color and description of 3 inch wide pipe identification tape. Install the tape parallel to the pipe it identifies at a distance above the pipe of 12 to 18 inches. Install the tape detectable from the top of finished grade with a metal detector above non-metallic (PVC) pipe material. 3.13 LINE TESTING Fiji! After the pipe is laid and the joints completed, each section or run of piping, shall be tested as - specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. Testing procedure shall be _ as follows: A. Duration - The duration of the hydrostatic test shall be a minimum of four (4) hours. B. Pressure - The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. LJ 01229507 PIPING, VALVES AND FITTINGS 02665 - 8 __- 02/09 F i r Lubbock Business Park Phase 1B Streets, Water and Sewer C. Allowable Leakage - The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula(s): PVC: Ductile Iron: L _ ND,lP L _ SDfP 7,400 133,200 where: L = Allowable leakage in gallons/per hour N = Number of joints in length of pipe tested S = Length of pipe D = Nominal diameter of the pipe in inches P = Average of the max. and min. pressures within the test section in psi Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been- previously accepted and tested. 3.14 DISINFECTION OF PIPELINES The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipelines, which shall be disinfected before being placed in service. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C651. After disinfection has been completed and the pipe is filled with water, the City will sample the water in the pipe for bacteriological testing. If acceptable bacteriological test results are not received, the contractor shall disinfect the pipe again and provide whatever measures are necessary to achieve an acceptable result. 3.15 CLEANUP The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. END OF SECTION 01229507 PIPING, VALVES AND FITTINGS 02665 - 9 02/09 Page Intentionally Left Blank Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 02730 SEWER LINE CONSTRUCTION PART 1- GENERAL 1.1 SECTION INCLUDES This section of the specifications covers all piping, manholes and accessories required for the storm sewer line portion of the project. All materials used in construction of sewer lines shall be of the type and class as shown on the plans and as specified herein for the various items of construction. 1.2 RELATED SECTIONS A. General Conditions B. Supplementary Conditions C. Section 01040, Coordination and Meetings D. Section 01300, Submittals E. Section 02151, Trench Safety System F. Section 02665, Piping, Valves and Fittings 1.3 APPROVED MATERIAL Unless otherwise shown on the plans or specified herein, sewer piping shall be "approved type pipe". Approved type pipe shall be one of the following: A. Flexible Pipe Materials: 1. SDR 26 Polyvinyl Chloride (PVC, ASTM F 679) B. Non -Metallic pipe location wire. In the event that non-metallic pipe material is installed along or across an access road, a durable metal wire shall be installed in the trench with the pipe to facilitate locating the pipe in the future. 1.4 SUBMITTALS Submit all manufacturers' data on all pipe, fittings and materials to be used on the project, including pipe thickness class calculations. 1.5 SEPARATION CRITERIA New sanitary sewer pipe shall be installed no closer to any water line than 9 feet in all directions. Parallel water and sewer lines must be installed in separate trenches. Where a new sanitary sewer pipe crosses a water line, the sewer pipe within 9 feet of the crossing shall be constructed either of PVC or other material as specified and placed no closer than 6 inches from the water line, measured between the nearest outside pipe diameters. The water line shall be located above the sewer line wherever possible and one length of sewer pipe must be centered on the water line. 01229507 SEWER LINE CONSTRUCTION 02730 - 1 02/09 Lubbock Business Park Phase 1B Streets Water and Sewer PART 2 - PRODUCTS 2.1 POLYVINYL CHLORIDE (PVC) PIPE PVC pipe shall conform to the requirements of ASTM D3034, SDR 21, SDR 26 or SDR35 cell classification 12454B as described in ASTM D1784, SDR 26 (PVC) PR or SDR 21 (PVC) PR as shown on the plans. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and spigot joint. Gaskets shall conform to ASTM F477. The nominal joint length shall be 20 feet. 2.2 MANHOLE FRAMES AND COVERS Manhole frames and covers shall be of cast iron of the types shown on the drawings. All castings shall be made from superior quality gray cast iron conforming to the requirements of ASTM A 48. Drawings of all manhole frames and covers proposed for use shall be submitted to the Engineer for approval before items are shipped. Bolted and gasketed covers shall be furnished at the locations identified on the drawings. 2.3 PRECAST REINFORCED CONCRETE MANHOLES (WITH EPDXY COATING) Manholes shall be tongue and groove precast reinforced concrete manholes or (Fiberglass — Section 02732), constructed in accordance with ASTM C 478 of the diameter indicated on the drawings. Concrete manholes shall be provided with a flat top cone unless otherwise shown on the drawings. All joints shall be tongue and groove except for the grade rings and all joints shall be watertight. Ram-Nek flexible plastic gaskets or approved equal shall be used in all joints. Manholes shall be epoxy coated as specified in Section 09703. s 2.4 FIBERGLASS MANHOLES In general the FRP manholes shall be a on -piece monolithically designed unit manufactured of glass- 1 fiber reinforced, supplier certified, unsaturated commercial grade polyester resin. containing chemically enhanced silica to improve corrosion resistance, strength and overall performance. FR.P manholes shall be manufactured in strict accordance with ASTM D3753-99 and will include a manufacturer's 20-year corrosion and structural warranty. 2.5 ROCK EMBEDMENT MATERIAL Where rock embedment is required it shall conform to the following gradation: (ASTM D2321): by Weight Passing V sieve 100 Passing No. 4 sieve 0 - 10 Passing No. 200 sieve 0 - 5 Crushing shall result in a product in which the coarse aggregate shall have at least 85% by weight of particles with one or more fractured faces and 65% by weight of particles with two or more fractured faces. The aggregate shall be composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM D2321. The coarse aggregate shall not show j 01229507 SEWER LINE CONSTRUCTION 02730 - 2 02/09 Lubbock Business Park Phase I Streets, Water and Sewer evidence of disintegration nor show a total loss greater than 20% when subjected to five cycles of the sodium sulphate accelerated soundness test as specified in AASHTO T 104. r � • i is • � �._ Material shall be obtained from trench excavation provided it meets the requirements of Class III bedding as defined in ASTM D2321. The material shall be a soil group SC or SM and meet the following requirements. A. Gradation Sieve Size Percent Passim 12" 100%O No. 4 50% No. 200 12% to 50% B. Atterberg Limits: 1. SC Soil, PI > 7 2. SM Soil, PI > 4 PART 3 - EXECUTION 3.1 GENERAL All sewer pipe and fittings shall be unloaded, handled, laid, jointed and tested for defects in the manner herein specified. 3.2 INSPECTION The pipe and fittings shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected and the Contractor shall remove such defective material from the site of the work. The Contractor shall be responsible for all materials furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has been damaged in handling after delivery. 3.3 PIPE TRENCH EXCAVATION Pipe trenches shall be excavated to the lines and grades shown on the drawings or as established by the Engineer. Before excavation begins in paved areas, except in locations shown on the drawings to be bored, the existing pavement shall be cut or sawed to a neat line by methods that meet the approval of the Engineer. Trench widths shall be as shown on the drawings. Trench safety systems as specified and detailed shall be installed where required. The trench walls shall be made vertical to a point one foot above the top of the pipe. Vertical trench walls above this point will not be required; however, in areas of limited right-of-way or when necessary to protect existing facilities or private property, the slope of the trench wall shall be limited. Where necessary to stay within the maximum width limits at the top of the pipe or to maintain a relatively straight trench wall to remain within available right-of-way, the trench walls shall be adequately supported. The Contractor shall be fully responsible for any damage to private property or existing facilities due to inadequate support. 01229507 SEWER LINE CONSTRUCTION 02730 - 3 02/09 Lubbock Business Park Phase 1B Streets, ,Water and Sewer The minimum and maximum width of the trench shall be as shown on the plans. The trenching equipment shall be maintained on a sufficiently level road bed to provide substantially vertical trench walls. The Contractor shall be responsible for implementing a trench shoring system wherever the trench depth exceeds five (5) feet. The Contractor shall refer to Section 02151, TRENCH SAFETY SYSTEMS for approved trench shoring methods for pipelines. Unless otherwise approved by the Engineer, the Contractor will be allowed to have a maximum of 600 feet, of open trench at any time. As soon as practicable after the completion of laying and jointing of the pipe, the trench shall be backfilled. The Contractor shall be responsible for properly and adequately barricading and signing open trenches and excavations to protect the public during the construction of the project. In order to obtain a true even grade, the trench shall be fine graded and shaped in accordance with the details as shown on the plans. Any part of the trench excavated below grade shall be corrected by filling with approved material and thoroughly compacting. If clay, rock or other unyielding material is encountered in bottom of the trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected material and thoroughly compacted to grade. Bell holes of ample dimensions shall be dug at each joint to permit the jointing and bedding of the pipe to be properly accomplished. ki All excavated material shall be piled in a manner that will not endanger the work or existing structures, or will cause obstruction to roadways. t-1 Before the next phase of construction can take place above the trench bottom which has been excavated to the proposed subgrade of the specified class of bedding, the Contractor shall shape and grade earth subgrade. The earth subgrade for the bedding shall be free of surface water, firm, solid and stable before the bedding material is placed. Trench digging machinery may be used to make trench excavations except in places where operations of same would cause damage to existing structures either above or below ground; in such instances, hand methods shall be employed. The Contractor shall locate all existing underground lines, of which he has been advised whether or not they are shown on the drawings, sufficiently in advance of trenching operations to prevent any damage thereto. The operators of all oil or gas pipelines shall be notified prior to excavation around such lines so that these operators may be present- during excavation. Extreme care shall be used to prevent damage and the Contractor shall be fully responsible for damage to any such lines. Wherever necessary to prevent caving, the trench shall be adequately supported as required by SECTION 02151, TRENCH SAFETY SYSTEMS. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the public. There will be no classification of or extra payment for excavated materials and all materials encountered shall be excavated as required. Adjacent structures and property shall be protected from damage by construction equipment. Blasting for excavation of solid rock not will be permitted. 01229507 SEWER LINE CONSTRUCTION 02730 - 4 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer The Contractor will be required -to locate all known utility lines, including consumer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. The Contractor shall not be allowed to disrupt the service on any utility lines except consumers service lines, which may be taken out of service for short periods of time, if the Contractor obtains permission from the Engineer and the City. The Contractor shall immediately notify the proper utility company of any damage to utility lines, in order that service may be established with the least possible delay. Any damage to existing lines and the repair of consumer lines which are authorized to be cut or temporarily taken out of service shall be repaired or replaced by the Contractor at his own expense, and as directed by an official representative of the owner of the damaged line. All new and existing lines shall be properly supported to prevent settlement or damage to the line both during and after construction. Any permanent relocation of existing utility lines shall be done by proper utility company without expense to the Contractor. Where pipes, conduits or concrete curbs, gutters, or other obstructions are encountered in the construction, the cost of tunneling shall be included as a part of the cost of the pipe line, or other pay items, complete in place. Cutting of curb and gutter will not be permitted. Excess trench excavation, not used for backfilling, shall be disposed of by the Contractor, and at the Contractor's expense. 3.4 EMBEDMENT MATERIAL Embedment is defined as the portion of backfill from the bottom of the trench to a point either six inches or one foot above the top of pipe depending on the type of pipe and the depth. A. Materials for embedment. 1. Rock embedment shall be as that specified in this section, Article 2.7. 2. Class III embedment material shall be that defined in ASTM D2321 and as specified in this section, Article 2.8. B. Trench Depths 10 feet or less shall consist of Class III material and compacted to the density specified in this specification, Article 3.7.A.1 and 3.7.A.2. C. Trench depths greater than 10 feet shall consist of all rock for flexible pipe or for rigid pipe, a combination of rock and Class III material that is placed and compacted to the density specified in this specification, Article 3.7.A.3 and 3.7.A.4. D. Paved and Unpaved Road Crossings shall consist of rock embedment and placed as specified in this specification, Article 3.7.A.5. 3.5 BACKFILL MATERIAL Backfill is defined as portion of backfill above the embedment to the existing ground. 01229507 SEWER LINE CONSTRUCTION 02730 - 5 02/09 Lubbock Business Park Phase I Streets Water and Sewer 3.6 PIPE LAYING IN TRENCH A. After the trench has been properly fine graded, the pipe shall be laid in accordance with the following specifications. Each length of pipe shall .be inspected for defects and shall be thoroughly cleaned inside and outside of the. spigot before being lowered into the trench. Pipe laying shall proceed up -grade with the spigot ends pointing in the direction of the flow. All pipe shall be laid true to the lines and grades as established by the drawings using a laser beam to control the grade of each joint of pipe. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the barrel of the pipe -to rest on the trench floor and to allow ample space for properly jointing the pipe. B. Installation and jointing of the pipe shall be in accordance with the manufacturer's -recommendations except where the requirements of these specifications are more strict. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be plugged by approved means. No pipe shall be laid in water, or when trench conditions or weather is unsuitable for such work. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe relaid. 3.7 EMBEDMENT AND BACKFILLING CONSTRUCTION A. Pipe Embedment 1. Flexible Pipe Trench Depths 10 Feet or Less - Place Class III material in the trench following fine grading. The bedding material shall be laid in the pipe trench, shaped, smoothed to grade and thoroughly compacted to density of not less than 95% of maximum density at optimum moisture as determined by ASTM D698. The bedding material shall be checked for grade and bell holes dug before the pipe is laid. After pipe has been laid, place additional material in the trench around the haunches up to the springline of the pipe (6" lift maximum). Compact to 95% of maximum density (ASTM D698). The initial backfill shall then be placed (maximum 6" lifts) and compacted to 90% maximum density (ASTM D698) to a point above the top of pipe as shown on the plans. Do not permit compaction equipment to contact and damage pipe. 2. Flexible Pipe Trench Depths Greater than 10 Feet - Place rock material in the trench following fine grading. The bedding material shall be laid in the pipe trench, shaped, smoothed to grade. Vibratory compaction shall be used to consolidate the material. The bedding material shall be checked for grade and bell holes dug before the pipe is laid. After pipe has been laid, place additional rock material in the trench around the haunches up to the springline of the pipe (6" lift maximum). Make certain the rock material is placed under the haunches. Vibratory compaction shall be used to consolidate the material. The initial backfill (rock material) shall then be placed (6" lift maximum) to a point above the top of pipe as shown on the plans. Vibratory compaction shall be used to consolidate the material. 01229507 SEWER LINE CONSTRUCTION 02730 - 6 .i-1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 3. Paved and Unpaved Road Crossings - Place rock embedment in the trench following fine grading. The bedding layer shall be laid in the pipe trench, shaped and smoothed to grade and then thoroughly consolidated by vibratory compaction. The bedding material shall be checked for grade and bell holes dug before the pipe is laid. The second lift of rock shall be laid around the haunch of the pipe to a point above the top of pipe as shown on the plans. Thoroughly consolidate the material by using vibratory compactors. 4. Trench Backfill - From the top of the pipe embedment to finish grade shall be backfilled by tamping. 5. Pavement Sections - Where tamping -is required, such as road crossings, the material shall be placed in 8-inch layers, moistened if necessary, and thoroughly compacted with mechanical tampers from the bottom of the trench to the finish grade to a density of at least 95 - 98% of maximum density at minus 0 to plus 2 percent of optimum moisture as determined by ASTM D698. B. Testing - Pipe embedment will be periodically tested for compaction. Final backfill above pipe embedment shall not be placed until the embedment is approved by the Engineer. 3.8 MANHOLE CONSTRUCTION A. General - Manholes shall be constructed at the locations shown on the plans or as directed by the Engineer. The manholes shall be constructed in accordance with the details shown on the plans and as specified herein for precast reinforced concrete or fiberglass manholes. Concrete for manhole bases shall meet the requirements of the Section 03410, Precast Concrete. B. Precast Reinforced Concrete Manholes - After the excavation has been completed, the concrete base or bottom shall be poured in accordance with the details shown on the plans. On straight runs the pipe shall be laid through the manholes, and upon completion of the invert the top half of the pipe shall be broken out. On manholes where there is a change in direction of the main, and where lateral lines enter the manhole, the inverts shall be neatly formed with concrete. The inverts shall have a true curve of as large a radius as the size of the manhole will permit and shall be given a smooth trowel finish. Where the concrete bottom has properly cured for not less than 24 hours the precast manhole shall be installed, Ram-Nek flexible plastic gaskets shall be used in the tongue and groove joints. The bottom ring shall be grouted in as shown on the plans. Either concrete grade rings or brick shall be used to adjust the manhole frame to the proper grades; the maximum extension of the top section shall not exceed 12 inches. 3.9 LEAKAGE TEST Leakage tests shall be made by the Contractor on all sewer lines after installation. The tests on the sewer lines shall be made on sections of pipe between manholes. Each section of sewer line shall be tested in accordance with ASTM D 3212 (latest revision). If a test fails to meet the minimum allowable requirements of the test, the Contractor shall immediately determine the cause, make the necessary repairs and retest. All testing and repair work shall be done at the Contractor's expense. 01229507 SEWER LINE CONSTRUCTION 02730 - 7 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer Leakage testing will not be performed until all backfill material required has been placed and densified for a period of 30 days. 3.10 DEFLECTION TEST A deflection test shall be made by the Contractor on all flexible sewer pipe. The test shall not be made on a section of sewer until all the backfill on that section has been in place for 30 days. The deflection test shall be run using a rigid Go -No Go full circle mandrel with a diameter equal to 95% of the inside diameter of the pipe. The Contractor shall submit shop drawings of the mandrel to the Engineer for approval prior to using the mandrel for testing. The test shall be performed without mechanical pulling devices. Wherever possible and practical, the testing shall be initiated at a downstream manhole and proceed upstream. No pipe shall exceed a deflection of 5% of the inside diameter of the pipe. All excess deflections shall be corrected. The Contractor shall excavate to the point of the excess deflection, correct the deficiency and retest the pipe. If the pipe retest fails the 5% allowable deflection, the pipe shall be replaced. 3.11 CLEAN UP After the construction work is completed and before final acceptance by the Owner, the Contractor shall remove all rubbish, excess materials from excavations and other debris from the site of the work, and all trench surfaces shall be bladed and all depressions caused by settlement shall be filled. The cost of cleanup shall be included in the bid prices for the various units of work. END OF SECTION 01229507 SEWER LINE CONSTRUCTION 02730 - 8 02109 Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 02732 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES PART 1- GENERAL 1.1 SUMMARY A. The work covered by this section of the specifications includes that necessary for furnishing and installing glass -fiber reinforced polyester (FRP) manholes. The Contractor shall furnish all materials, equipment, tools, labor, superintendence and incidentals required for the complete construction of the work as shown on the drawings and as specified herein. All material used in construction of the manholes shall be new and of the size, type and class specified herein and as indicated on the Contract Drawings. B. In general the FRP manholes shall be a on -piece monolithically designed unit manufactured of glass -fiber reinforced, supplier certified, unsaturated commercial grade polyester resin containing chemically enhanced silica to improve corrosion resistance, strength and overall performance. FRP manholes hall be manufactured in strict accordance with ASTM D3753-99 and will include a manufacturer's 20-year corrosion and structural warranty. 1.2 REFERENCES A. Pre -manufactured manholes and other FRP components shall conform to the following standards: 1. ASTM D3753-99, Standard specification for glass fiber reinforced polyester manholes and wetwells; 2. ASTM C581, Practice for determining chemical resistance of chemical thermosetting resins used in glass fiber reinforced structures intended for liquid service; 3. ASTM C582, Plastic Laminate; 4. ASTM D695, Test methods for compressive properties of rigid plastics; 5. ASTM D2583, Test method for Indentation Hardness of Rigid Plastics by means of a Barcol Impressor. 6. ASTM D2584, Test method for ignition loss of cured reinforced resins 7. ASTM D790, Test method for flexural properties of unreinforced and reinforced plastics and electrical insulating materials 8. ASTM D3753-99, Std. ; specification for Glass -Fiber -Reinforced Polyester Manholes and Wetwells. 9. AWWA C950, Glass -Fiber Reinforced Thermosetting Resin Pressure Pipe. 10. AASHTO H-20, Axial Loasding. American Association of State Highway Officials H-20. 1.3 SUBMITTALS A. Contractor shall submit for engineer review and approval all components of the material to be used in manhole(s), including details of construction, reinforcing, joint occurrence, method of assembly and qualifications of personnel to perform field assemblies (if field assembly is required). 01229507 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 1 02/09 4 x Lubbock Business Park Phase 1B Streets, Water and Sewer - B. The fiberglass reinforced plastic (FRP) manufacturer shall furnish and submit for approval complete fabrication drawings and calculations for all structures. All inserts, pipe sleeves and other accessories indicated on the Contract Drawings shall be illustrated and dimensioned on the fabrication drawings. C. Provide manufacturer's literature including recommended installation procedures, instructions, certificates of material conformance with all parts of the specifications, test reports demonstrating conformance with ASTM D-3753-99 and to the requirements of this specification. 1.4 QUALITY ASSURANCE A. The manufacturer shall examine the FRP manhole, prior to shipment, for dimensional correctness, hardness and workmanship. B. Controls on glass and resin content shall be maintained for all manufacturing procedures and for each portion of manhole fabrication. Records shall be maintained of the control checks. Proper glass content may be shown by glass usage checks or by glass and resin application rate checks, in accordance with the material composition test in ASTM D3753. C. All required ASTM 3753 testing shall be completed and records of all testing shall be kept by manufacturer. At the request of the Engineer these records shall be mailed for review within five (5) workings days of receiving the request. This material shall be included with literature and other documents specified for Submittal materials. 1.5 CERTIFICATION A. Manufacturer shall certify that material and workmanship comply with the provision of ASTM 3753. This certification shall consist of a statement by the manufacturer accompanied by a copy of the test results, that the manhole(s) has been sampled, tested, and inspected in accordance with the provisions of ASTM 3753 and this specification, and _ meets all requirements. An authorized agent of the manufacturer shall sign each certification. All tests shall be performed as specified in ASTM 3753. Testing documents shall be no older than three (3) months earlier than Contractor Notice to Proceed. 1.6 HANDLING FRP manholes shall be lifted with two slings on spreader bar in horizontal position or by use of a 4"X4" timber inserted crosswise inside the manhole to the underside of the collar with a rope or chain attached to lifting device. Manholes may also be equipped with lifting lugs. Use of chains or cables in contact with the manhole surface is prohibited. FRP manholes may be stored upright or horizontally, however, the manholes vertical deflection ' shall not exceed 4% of the diameter when stored on its side. The manholes shall not be dropped or impacted. Additional handling and installation instructions shall be in accordance with the FRP manufacturer's instructions. Each FRP section manufactured in accordance with the drawings shall be clearly marked to indicate the intended installation location. PART 2 - PRODUCTS 2.1 MANUFACTURER A. Fiber reinforced polyester (FRP) manhole(s) shall be manufactured by LF Manufacturing or approved equivalent. 01229507 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 2 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer B. Fiberglass Reinforced Polyester manhole(s), shall be cylinders made of composite laminate. The laminate shall consist of thermo-setting chemical resistant polyester resin, fiberglass reinforcement, and additions as required. Manhole(s), shall be manufactured in strict accordance with ASTM D-3753-99, and will include a manufacturer's 20-Year Corrosion & Structural Warranty. C. The manufacturer of the manhole(s) shall be able to show experience in the manufacture of FRP manhole(s), in scope to that required for the project, for a continuous, uninterrupted period of at least five (5) years. References shall be provided upon request by Engineer. 2.2 MATERIALS A. Resin: Unsaturated commercial grade polyester resins shall be used and they must meet the requirements listed below. The same supplier shall supply all resin. Mixed lots or "odd lots" of resin from different vendors shall not be used and will be grounds for rejection. Manufacturer shall document the lot number of the resin used for this project and include same with submittal information. UV Inhibitors/stabilizers shall be added directly to resins system to prevent photo -degradation of laminate. Exterior gel -coating or painting shall not be permitted. B. Reinforcing materials: The reinforcing materials shall be commercial grade "E" type glass in the form of mat, continuous roving, chopped roving, roving fabric, or both, having a coupling agent that will provide a suitable bond between the glass reinforcement and the resin. The interior reinforcing surface layer shall have a thickness of between 0.25 mm to 0.50 min (10 to 20 mils). Reinforcement materials shall include chemically resistant surface mat compatible with raw sewerage and organic surfacing veil. C. Fillers and additives: Fillers, when used, shall be inert to the environment and manhole construction and not in any way effect the performance of the manhole for its intended purpose. Additives, such as thixotropic agents, catalysts, promoters, etc., may be added as required by the specific manufacturing process to be used to meet the requirements governing standards. However, calcium carbonate shall not be permitted. The resulting reinforced plastic material must meet the requirement of this specification. D. Laminate: The laminate shall consist of multiple layers of glass matting and resin. The surface exposed to the sewer/chemical environment shall be resin rich and shall have no exposed fibers. Cured laminate shall meet the following conditions: Property Test Method . Requirement Glass Content (% by wt.) ASTM D 2584-68 9% - 20% Compressive Strength D 695-69 Minimum 12,000 psi Flexural Strength D 790-70 Minimum 12,000 psi Flexural E-Modulus ASTM D 790-70 Minimum 700,000 psi Surface Hardness ASTM D 2583-67 Minimum 90% of Resin's Normal Value 2.3 GENERAL DESCRIPTION A. Dimensions: The manhole shall be a circular cylinder, reduced at the top to a circular manway not smaller than 22 1/2" inside diameter. Manholes shall be produced in half -foot increments of length +/- 2". Nominal inside diameters shall be as indicated on the Contract Drawings but no less than 48 inches. Tolerance on the inside diameter shall be +/- 1%. The minimum wall thickness for all FRP manholes at all depths shall be 0.480" HZO Wheel loading and all static and dynamic loads shall be considered in final wall thickness. - 01229507 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 3. 02/09 Lubbock Business Park Phase 1B _ Streets, Water and Sewer B. Configuration: 1. Cone Sections: The Manway reducer must provide a bearing surface on which the specified ring and cover shall be supported and adjusted to grade. Adjacent height shall not exceed one foot. The reducer shall be concentric and shall be joined to the barrel section at the factory with resin and glass fiber reinforcement, thus providing required monolithic design to prevent infiltration and/or exfiltration through the manhole. Manway reducer cone section shall be self -centering to permit vertical height adjustment (raising or lowering) of manhole utilizing manufacturer provided materials and detailed written instructions. Butt -Joint attachment of cone to pipe is - not permitted. C. Class: The manhole shall comply with H-20 wheel load (minimum 16,000 pounds dynamic wheel load) and be able to support said loading without benefit of backfill. AASHTO H-20 as required by ASTM D-3753 Latest Edition. D. Stubouts and Connections: 1. Inserta-Tee: Joints for sewer pipe line and drop connections sizes 4" - IT' shall be made by means of Inserta-Tee watertight compression connection. Installation shall be in strict accordance with manufacturer's written instructions utilizing installation equipment approved for use by the manufacturer of the Inserta-Tee fitting. Use of equipment which does not meet this requirement is expressly prohibited. 2. Pipe Stubouts: a. Install rubber gasketed PVC sewer pipe stubouts to manhole with resin and glass -fiber reinforced lay-up. Gaskets shall meet the same performance requirements of the sewer pipe to be installed unless otherwise directed by the Engineer. Resin and fiberglass shall be of the same type and grade as used in the fabrication of the fiberglass manhole. Attachment of PVC stubout to manhole wall shall be done using non -pigmented resins to allow for easy field inspection. b. Install resilient rubber pipe -to -manhole connectors (boots) which conform to the performance requirements of ASTM C-923. Resilient rubber pipe -to - manhole boots shall be attached using fiberglass lay-ups directly to manhole wall by manufacturer. C. Manholes for large diameter FRP pipe installations may have either factory installed FRP Pipe Stub -Outs identical to pipe used for the project, or a factory installed coupling to bottom of the manhole for T-base style installation. E. Manhole Bottom: Resin and glass fiber reinforced manhole bottoms may be provided, at , Contractor option. Manholes shall be provided with glass reinforced bottom (Contractor option) section designed to withstand the hydrostatic head pressure, empty ' and water to grade, of units at 25-ft. burial depth. (Units deeper than 25-ft. shall be reinforced as necessary to sustain the H2O wheel loading status and all other induced static and dynamic loads). Fiberglass ribs or fiberglass structural members may be utilized to meetthe design criteria. Stiffeners shall be of non -corrosive materials encapsulated in fiberglass. FRP encapsulated wood or lumber will not be permitted. Bottom sections shall be furnished with an integral 3" wide anchoring flange. Invert and bench may be field J installed utilizing concrete to the requirements of Division 3. Invert and bench may be factory installed utilizing non -corrosive materials encapsulated in fiberglass minimum 1/4" thick. E 1 01229507 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 4 02/09 _ �I Lubbock Business Park Phase 1B Streets, Water and Sewer F. Marking and Identification: All manholes shall be marked in letters no less than 1" in height with the following information: 1. Manufacturers Identification 2. Manufacturers Serial Number 3. Manhole Length 4. ASTM Designation 5. Installation assist marks (vertical lines 900 apart at base of manhole). 6. - Project station location G. Manhole cylinders, manway reducers, and connectors shall be produced from glass -fiber - reinforced polyester resin. Manhole cylinders to 72" ID to be manufactured by "computer controlled "Drostholm" continuous band_ mandrel process". Larger Diameters to be manufactured by computer regulated steel mandrel process utilizing structural rib design. H. Interior Access: All manholes shall be designed so that a ladder or step system can be supported by the installed manhole. Manway openings to accommodate 24" or 32" specified ring and cover. I. Manway Reducer: Manway reducers shall be concentric with respect to the larger portion of the manhole diameters through 92". J. Cover Ring and Support: The manhole shall provide an area from which a typical ring and cover plate can be supported without damage to the manhole. K. Assembly Joints: Product components, i.e., cylinders, reducers, bottoms, and connectors, may be joined together to form a complete manhole. 2.4 FABRICATION A. Exterior Surface: The exterior surface shall be relatively smooth with no sharp projections. Hand -work finish is acceptable if enough resin is present to eliminate fiber show. The exterior surface shall be free of blisters larger than 0.5" in diameter, delamination and fiber show. B. Interior Surface: The interior surfaces shall be resin rich with no exposed fibers. Interior surface shall be smooth for improved corrosion resistance and reduced sludge build-up. The surface shall be free of crazing, delamination, blisters larger than 0.5" in diameter, and wrinkles of 0.125" or greater in depth. Surface pits shall be permitted up to 6' 2" if they are less than 0.75" in diameter and less than 0.0625" deep. Voids that cannot be broken with finger pressure and that are entirely below the resin surface shall be permitted up to 4' 2" if they are less than 0.5" in diameter and less than 0.0625" thick. C. Repairs: Any manhole repair is required to meet all requirements of this specification. D. Manhole Lengths: Manhole lengths shall be in whole or 1/2-foot increments +/- 2". E. Load Rating: The complete manhole shall have a minimum dynamic load rating of 16,000 lbs. When tested in accordance with ASTM 3753. To establish this rating the complete manhole shall not leak, crack, or suffer other damage when load tested to 40,000 lbs. and shall not deflect vertically downward more than 0.25" at the point of load application when loaded to 24,000 lb. When installed and without the benefit of backfill around the manhole as support the complete manhole shall be H2O rated, no exceptions. 01229507 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 5 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer - F. Stiffness: The cylindrical portion of the manhole is to be tested in accordance with ASTM Method D 2412. The manhole cylinder shall have the minimum pipe -stiffness values shown in the table below, when tested in accordance with AS fM 3753, Section 8.5, (note 1). Manhole Length (ft) PST 3-6 - 0.72 7 -12 1.26 13 - 20 2.01 21 - 25 3.02 26-35 5.24 G. Soundness: In order to determine soundness, an air or water test is to be applied to the manhole test sample. While holding the pressure between 3-5 psi, the entire manhole must be inspected for leaks. Any leakage through the laminate is cause for failure of the test. Refer to ASTM 3753, Sec. 8.6. H. Chemical Resistance: Per ASTM C 581; (see ASTM 3753, Section 8.7), Flexural strength, flexural modulus, and barcol hardness are plotted versus time on log -log coordinates. The line defined by these points is extrapolated to 100,000 hours. The minimum extrapolation retention allowed for any of these properties is 50%. Test samples used are actual pieces of manhole or samples manufactured in a manner consistent in every way with the manhole component construction. I. Physical Properties: Flexural Strength (cone): Hoop: 15.4 x 103 psi Axial: 17.2 x 103 psi Flexural Strength (pipe): Hoop: 22.5 x 103 psi Axial: 14.3 x 103 psi Compressive Strength: 18.9 x 103 psi 2.5 REJECTION OF MANHOLES A. Manholes are subject to rejection on account of any of the following visual defects: 1. Fuzz: Glass fibers loosely adhering to manhole, which are not wet out with resin. 2. Protruding Fibers: Glass fibers sticking out from pipe surface that is not wet out with ' 3. resin. Resin Runs: Runs of resin and sand on surface of manhole. 4. Dry Areas: Areas in Iaminate with glass to wet out with resin. 5. Delamination: Separation in the laminate. 6. Blisters: Light (straw) colored areas resulting from too hot a cure. 1 7. Craze: Crack usually star shaped; caused by sharp impact. 8. Surface Pits or Voids: Small air pockets on the surface or directly beneath the surface mat. 9. Wrinkles: Smooth irregularities on the surface. } _� 10. Torn Edges, End Delamination and End Gauges: Tears and rips in the edge of cuts. 11. Ground Area: Areas around lay-up, which have been abraded and not covered by lay-up. 12. Hand Lay-up Ragged Edges: Areas at the edge of hand lay-up that are not rolled - down properly and that are rough. 13. Painting or gel -coating of exterior or interior laminate. 01229507 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 6 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer PART 3 - EXECUTION 3.1 GENERAL The manhole(s) installation shall strictly follow the manufacturers recommended installation procedures. 3.2 INSTALLATION A. General Installation Outline: Manufacturer's complete manhole installation instructions must be consulted before actual installation is performed. B. Setting Manhole: To lift manhole, insert 4" x 4" timber crosswise inside the manhole to the underside of the collar with a rope or chain attached to backhoe or other lifting device. Lower manhole into wet concrete base to a minimum depth of 4". Minimum 2" thick concrete bearing surface beneath bottom edge of the manhole is required. Plumb manhole using standard bubble level and by moving manhole with hands. Work concrete around manhole base and 6 inch minimum over incoming lines. Inverts and laterals are made following, standard procedures.: Do not pick up fiberglass manhole by cone if concrete slab is attached above ground. Install lifting lugs into concrete slab for handling. Lift manhole with slab attached by the slab not the manhole. C. Backfill: Backfill FRP manholes with flow fill to within two feet of finished grade for manholes located in non -paved areas. Backfill with flowable fill to bottom of base course elevation or top of subgrade in paved areas. D. Bring to Grade: Construct chimney on flat shoulder of manhole using precast concrete rings. Chimney shall not exceed 12 inches including ring and cover. 3.3 QUALITY OF MATERIALS AND INSTALLATION The quality of all materials, the process of manufacture, and the finished sections shall be subject to review and approval by the Engineer, or other representative of the Owner. Such review shall be made at the place of manufacturer, or at site of delivery, and the sections shall be subject to rejection on account of failure to meet any of the specification requirements as specified herein. Sections rejected after delivery to the job site shall be marked for identification and shall be removed from the job at once. All sections which have been damaged after delivery will be rejected, and if already installed shall be acceptable if repaired or removed and replaced at the Contractor's expense. Removal or replacement shall be subject to Engineer review and approval. END SECTION 01229507 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 7 02109 Page Intentionally Left Blank Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 02742 DENSE -GRADED HOT -MIX ASPHALT (METHOD) PART 1- GENERAL 1.1 SUMMARY A. This Section includes construction of a pavement layer composed of a compacted, dense - graded mixture of aggregate and asphalt binder mixed hot in a mixing plant. PART 2 - PRODUCTS 2.1 MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of all material sources. Notify the Engineer before changing any material source or formulation. When the Contractor makes a source or formulation change, the Engineer will verify -that the requirements of this Item are met and may require a new laboratory mixture design, trial batch, or both. The Engineer may sample and test project materials at any time during the project to verify compliance. A. Aggregate: Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the plans. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. When reclaimed asphalt pavement (RAP) is allowed by plan note, provide RAP stockpiles in accordance with this Section. Aggregate from RAP is not required to meet Table 1 requirements unless otherwise shown on the plans. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex-100-E. The Engineer will designate the plant or the quarry as the sampling location. Samples must be from materials produced for the project. Establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. Perform all other aggregate quality tests listed in Table 1. Document all test results on the mixture design report. The Engineer may perform tests on independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-200-F, Part Il. Do not add material to an approved stockpile from sources that do not meet the aggregate quality requirements of TxDOT's Bituminous Rated Source Quality Catalog (BRSQC) unless otherwise approved. 1. Coarse Aggregate. Coarse aggregate stockpiles must have no more than 20% material passing the No. 8 sieve. Provide aggregates from sources listed in the BRSQC. Provide aggregate from nonlisted sources only when tested and approved before use. Provide coarse aggregate with at least the minimum SAC shown on the plans. SAC requirements apply only to aggregates used on the surface of travel lanes, unless otherwise shown on the plans. The SAC for sources on TxDOT's AQMP is listed in the BRSQC. 01229507 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 1 02/09 1 Lubbock Business Park Phase 1B Streets, Water and Sewer Class B aggregate meeting all other requirements in Table 1 may be blended with a Class A aggregate in order to meet requirements for Class A materials. When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50% by weight of the material retained on the No. 4 sieve comes from the Class A aggregate source. Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. When blending, do not use Class C or D aggregates. For blending purposes, coarse aggregate from RAP will be considered as Class B aggregate. 2. RAP. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. Crush or break RAP so that 100% of the particles pass the 2-in. sieve. RAP from either Contractor- or other sources, including RAP generated during the project, is permitted only when shown on the plans. Owner -owned RAP, if allowed for use, will be available at the location shown on the plans. When RAP is used, determine asphalt content and gradation for mixture design purposes. Perform other tests on RAP when shown on the plans. When RAP is allowed by plan note, use no more than 30% RAP in Type A or B mixtures unless otherwise shown on the plans. For all other mixtures, use no more than 20% RAP unless otherwise shown on the plans. Do not use RAP contaminated with dirt or other objectionable materials. Do not use the RAP if the decantation value exceeds 5% and the plasticity index is greater than 8. Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I. Determine the plasticity index using Tex-106-E if the decantation value exceeds 5%. The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. Do not intermingle Contractor -owned RAP stockpiles with other RAP stockpiles. Remove unused Contractor -owned RAP material from the project site upon completion of the project. Return unused Owner -owned RAP to the designated stockpile location. 3. Fine Aggregate. Fine aggregates consist of manufactured sands, screenings, and field sands. Fine aggregate stockpiles must meet the gradation requirements in Table 2. Supply fine aggregates that are free from organic impurities. The Engineer may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. At most 15% of the total aggregate may be field sand or other uncrushed fine aggregate. With the exception of field sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in Table 1, unless otherwise approved. 01229507 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 2 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer If 10% or more of the stockpile is retained on the No. 4 -sieve, test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity (Tex- 460-A) and flat and elongated particles (I'ex-280-F), Table 1 Test Method Conme Aupreuate SAC AQMP As shown on plans Deleterious material, %, max Tex-217-F, Part I 1.5 Decantation, %, max Tex-217-F, Part II 1.5 Micro-Deval abrasion, %, max Tex461-A Note 1 Los Angeles abrasion, %, max Tex-410-A 40 Magnesium sulfate soundness, 5 cycles, %, max Tex-411-A 30 Coarse aggregate angularity, 2 crushed faces, %, min Tex 460-A, Part I 85 Flat and elongated particles @ 5:1, %, max Tex-280-F 10 Nue Aggregate Linear shrinkage, %, max I Tex-107-E 3 I Sand equivalent, %, min I Tex-203-F 1 45 1 1. Not used for acceptance purposes. Used by the Engineer as an indicator of the need for further investigation. 2. Unless otherwise shown on the plans. 3. Unless otherwise shown on the plans. Only applies to crushed gravel. 4. Aggregates, without mineral filler, RAP, or additives, combined as used in the job -mix formula (JMF). Table 2 Gradation Reanirementc fnr Fine Aparporate Sieve Size % Passing by Weight or Volume 3/8" 100 #8 70-100 #200 0-30 B. Mineral Filler. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral filler is allowed unless otherwise shown on the plans. Do not use more than 2% hydrated lime or cement, unless otherwise shown on the plans. The plans may require or disallow specific mineral fillers. When used, provide mineral filler that: 1. is sufficiently dry, free -flowing, and free from clumps and foreign matter; 2. does not exceed 3% linear shrinkage when tested in accordance with Tex-107-E 3. meets the gradation requirements in Table 3. 01229507 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 3 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer Table 3 Gradation -Requirements for Mineral Filler Sieve Size % Passing k Weight or Volume #8 100 #200 50-100 C. Baghouse Fines. Fines collected by the baghouse or other dust -collecting equipment may be reintroduced into the mixing drum. D. Asphalt Binder. Furnish the type and grade of performance -graded (PG) asphalt binder specified in accordance with TxDOT Section 300.2.J, "Performance -Graded Binders." Utilize PG 64-28 asphalt binder. E. Tack Coat. Unless otherwise shown on the plans or approved, furnish CSS-1H, SS-111, or a PG binder with a minimum high -temperature grade of PG 58 for tack coat binder in accordance with Item 300, "Asphalts, Oils, and Emulsions." Do not dilute emulsified asphalts at the terminal, in the field, or at any other location before use. If required, verify that emulsified asphalt proposed for use meets the minimum residual asphalt percentage specified in TxDOT Item 300, "Asphalts, Oils, and Emulsions." The Engineer will obtain at least 1 sample of the tack coat binder per project and test it to verify compliance with TxDOT Item 300. The Engineer will obtain the sample from the asphalt distributor immediately before use. F. Prime Coat: Prime coat shall be MC-30 or AE-P Meeting the requirements of TxDOT Item 300. G. Additives. When shown on the plans, use the type and rate of additive specified. Other additives that facilitate mixing or improve the quality of the mixture may be allowed when approved. If lime or a liquid antistripping agent is used, add in accordance with TxDOT Item 301, "Asphalt Antistripping Agents." Do not add lime directly into the mixing drum of any plant where lime is removed through the exhaust stream unless the plant has a baghouse or dust collection system that reintroduces the lime back into the drum. [►���L�1i)',I�i�Yll A. Provide required or necessary equipment in accordance with TxDOT Item 320, "Equipment for Asphalt Concrete Pavement." PART 3-EXECUTION 3.1 CONSTRUCTION. Design, produce, store, transport, place, and compact the specified paving mixture in accordance with the requirements of this Item. Unless otherwise shown on the plans, Contractor shall provide the mix design and all related testing. Testing during construction will be performed by the Owner's independent laboratory. 01229507 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 4 02109 Lubbock Business Park Phase 1B Streets, Water and Sewer A. Mixture Design. J. Design Requirements. Use a Level II specialist'certified by a TXDOT-approved hot - mix asphalt certification program to develop the mixture design. Have the Level II specialist sign the design documents. Unless otherwise shown on the plans, use the typical weight design example given in Tex-204-F, Part I, to design a mixture meeting the requirements listed in Tables 1 through 6. Use an approved laboratory to perform the Hamburg Wheel test and provide results with the mixture design, or provide the laboratory mixture and request that the Department perform the Hamburg Wheel test. The Engineer will verify the mixture design during construction. If the design cannot be verified by the Engineer, furnish another mixture design. The Contractor may submit a new mixture design at anytime during the project. The Engineer will approve all mixture designs before the Contractor can begin production. Provide the Engineer with a mixture design report. Include the following items in the report: a. the combined aggregate gradation, source, specific gravity, and percent of each material used; b. results of all applicable tests; C. the mixing and molding temperatures; d. the signature of the Level II person or persons who performed the design; e. the date the mixture design was performed; f. a unique identification number for the mixture design. Table 4 Master Gradation Bands (% Passing by Weight or Volume) And Volumetric ProDerties Sieve Size A Coarse Base B Fine Base C Coarse Surface D Fine Surface F Fine Mixture 1-1/2" 98.0 —100.0 1" 78.0-94.0 98.0-100.0 3/4" 64.0-85.0 84.0-98.0 95.0-100.0 - - 1/2" 50.0-70.0 - - 98.0-100.0 - 3/8" - 60.0-80.0 70.0-85.0 85.0-100.0 98.0-100.0 #4 30.0-50.0 40.0-60.0 43.0-63.0 50.0-70.0 80.0-86.0 #8 22.0-36.0 29.0-43.0 32.0-44.0 35.0-46.0 38.0-48.0 #30 8.0-23.0 13.0-28.0 14.0-28.0 15.0-29.0 12.0-27.0 #50 3.0-19.0 6.0-20.0 7.0-21.0 7.0-20.0 6.0-19.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA % Minimum - 12.0 13.0 1 14.0 1 15.0 16.0 Plant -Produced VMA, % Minimum - 11.0 12.0 1 13.0 1 14.0 15.0 1. Voids in Mineral Aggregates 01229507 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 5 02/09 Lubbock Business Park Phase I Streets, Water and Sewer `- Table 5 Laboratary Mixture Design Pronertiec Property Test Method Requirement Target laboratory —molded density, % Tex-207-F 96.0 Tensile strength (dry), psi (molded to 93% ± 1% density) Tex-226-F 85-200 Boil test I Tex-530-C - 1. Unless otherwise shown on the plans. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. Table 6 Hamburg Wheel Test Renuiremenki Ifigh-Temperature Binder Grade Minimum # of Passe @ 0.5" Rut Depth, Tested @ 122T PG 64 or lower 10,000 PG 70 15,000 PG 76 or higher 20,000 1. Tested in accordance with Tex-242-F. 2. May be decreased or waived when shown on the plans. B. Job -Mix Formula Approval. The job -mix formula (JMF) is the combined aggregate gradation and target asphalt percentage used to establish target values for mixture production. RAF is the original laboratory mixture design used to produce the trial batch. The Engineer and the Contractor will verify JMF based on plant -produced mixture from the trial batch unless otherwise approved. The Engineer may accept an existing mixture design previously used and may waive the trial batch to verify JMF. If the JMF is not verified by the Engineer from the trial batch, adjust the JMF or redesign the mix and produce as many trial batches as necessary to verify the JMF. Provide the Engineer with split samples of the mixtures and blank samples used to determine the ignition oven correction factors. The Engineer will determine the aggregate and asphalt correction factors from the ignition oven using Tex-236-F. The Engineer will use a Texas gyratory compactor calibrated in accordance with Tex-914- F in molding production samples. The Engineer will perform Tex-530-C and retain the tested sample for comparison purposes during production. The Engineer may waive the requirement for the boil test. C. JMF Field Adjustments. Produce a mixture of uniform composition closely conforming to the approved JMF. If, during initial days of production, the Contractor or Engineer determines that adjustments to the JMF are necessary to achieve the specified requirements, or to more nearly match the aggregate production, the Engineer may allow adjustment of the JMF within the tolerances of Table 7 without a laboratory redesign of the mixture. 01.229507 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 6 _ 02/09 ra Lubbock Business Park Phase 1B Streets, Water and Sewer Table 7 Operational Tolerances Allowable Description Test Method Difference from JMF Ta et Individual % retained for #8 sieve and larger Tex-200-F or +5.0 Individual % retained for sieves smaller than #8 and +3 0' larger than #200 Tex-236 — % passing the #200 sieve +2.0 Asphalt content, % Tex-236-F +0.3 Laboratory -molded density, % Tex-207 F ±1.0 VMA, %, min I Note 2 1. When within these tolerances, mixture production gradations may fall outside the master grading limits; however, the percent passing the #200 sieve will be considered out of tolerance when outside the master grading limits. 2. Test and verify that Table 4 requirements are met. D. Production Operations. Perform a new trial batch when the plant or plant location is changed. The Engineer may suspend production for noncompliance with this Item. Take corrective action and obtain approval to proceed after any production suspension for noncompliance. 1. Operational Tolerances. During production, do not exceed the operational tolerances in Table 7. Stop production if testing indicates tolerances are exceeded on: a. 3 consecutive tests on any individual sieve, b. 4 consecutive tests on any of the sieves, or C. 2 consecutive tests on asphalt content. Begin production only when test results or other information indicate, to the satisfaction of the Engineer, that the next mixture produced will be within Table 7 tolerances. 2. Storage and Heating of Materials. Do not heat the asphalt binder above the temperatures specified in TxDOT Item 300, "Asphalts,. Oils, and Emulsions" or outside the manufacturer's recommended values. On a daily basis, provide the Engineer with the records of asphalt binder and hot -mix asphalt discharge temperatures in accordance with TxDOT Item 320, "Equipment for Asphalt Concrete Pavement." Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hr. 3. Mixing and Discharge of Materials. Notify the Engineer of the target discharge temperature and produce the mixture within 250F of the target. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350°F. The Owner will not pay for or allow placement of any mixture produced at more than 350°F. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. E. Hauling Operations. Before use, clean all truck beds to ensure mixture is not contaminated. When a release agent is necessary to coat truck beds, use a release agent on the approved list maintained by the TxDOT Construction Division. 01229507 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 7 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer F. Placement Operations. Prepare the surface by removing raised pavement markers and objectionable material such as moisture, dirt, sand, leaves, and other loose impediments from the surface before placing mixture. Remove vegetation from pavement edges. Place the mixture to meet the typical section requirements and produce a smooth, finished surface with a uniform appearance and texture. Offset longitudinal joints of successive courses of hot mix by at least 6 in. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly. Place mixture within the compacted lift thickness shown in Table 8, unless otherwise shown on the plans or allowed. G Table 8 Compacted Lift Thickness and Reouired Core Height Mixture Type Compacted Lift Thickness Minimum (in.) Maximum (in.) A 3.00 6.00 B 2.50 5.00 C 2.00 4.00 D 1.50 3.00 F 1.25 2.50 1. Weather Conditions. Place mixture when the roadway surface temperature is 60°F or higher unless otherwise approved. Measure the roadway surface temperature with a handheld infrared thermometer. Unless otherwise shown on the plans, place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable in the opinion of the Engineer. 2. Tack Coat. Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the Engineer. The Engineer will set the rate between 0.04 and 0.10 gal. of residual asphalt per square yard of surface area. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. Prevent splattering of tack coat when placed adjacent to curb, gutter, and structures. Roll the tack coat with a pneumatictire roller when directed. The Engineer may use Tex-243-F to verify that the tack coat has adequate adhesive properties. The Engineer may suspend paving operations until there is adequate adhesion. 3. Prime Coat. Apply prime coat, as specified, in accordance with TxDOT Item 310. Engineer will set the rate between .20 and .30 gal. per square yard of surface area. Allow prime coat sufficient time to cure out prior to installation of paving. Lay -Down Operations. 1. Minimum Mixture Placement'Temperatures. Use Table 9 for suggested minimum mixture placement temperatures. 2. Windrow Operations. When hot mix is placed in windrows, operate windrow pickup equipment so that substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. 01229507 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 8 02l09 (T Lubbock Business Park Phase 1B 1 Streets, Water and Sewer Table 9 Suggested Minimum Mixture Placement Temperature High -Temperature Binder Grade(Before Minimum Placement Temperature Entering Paver PG 64 or lower 260'F PG 70 270°F -. PG 76 280OF PG 82 or higher 290°F H. Compaction. Use air void control unless ordinary compaction control is specified on the plans. Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the Engineer. Ensure pavement is fully compacted before allowing rollers to stand on the pavement. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. Unless otherwise directed, operate vibratory rollers in static mode when not compacting, when changing directions, or when the plan depth of the pavement mat is less than 1-1/2 in. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with the rollers. The Engineer may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. Allow the compacted pavement to cool to 160°F or lower before opening to traffic unless otherwise directed. When directed, sprinkle the finished mat with water or limewater to expedite opening the roadway to traffic. 1. Air Void Control. Compact dense -graded hot -mix asphalt to contain from 5% to 9% in -place air voids. Do not increase the asphalt content of the mixture to reduce pavement air voids. a. Rollers. Furnish the type, size, and number or rollers required for compaction, as approved. Use a pneumatic -tire roller to seal the surface, unless otherwise shown on the plans. Use additional rollers as required to remove any roller marks. b. Air Void Determination. Unless otherwise shown on the plans, obtain 2 roadway specimens at each location selected by the Engineer for in -place air void determination. The Engineer will measure air voids in accordance with Tex-207-F and Tex-227-F. Before drying to a constant weight, cores may be predried using a Corelok or similar vacuum device to remove excess moisture. The Engineer will use the average air void content of the 2 cores to calculate the in -place air voids at the selected location. C. Air Voids Out of Range. If the in -place air void content in the compacted mixture is below 5% or greater than 9%, change the production and placement operations to bring the in -place air void content within requirements. The Engineer may suspend production until the in -place air void content is brought to the required level, and may require a test section as described in TxDOT Section 340A.H.Ld, "Test Section." t 01229507 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 9 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer d. Test Section. Construct a test section of 1 lane -width and at most 0.2 mi. in length to demonstrate that compaction to between 5% and 9% in -place air voids can be obtained. Continue this.procedure until a test section with 5% to 9% inplace air voids can be produced. The Engineer will allow only 2 test sections per day. When a test section producing satisfactory in -place air void content is placed, resume full production. 2. Ordinary Compaction Control. Furnish the type, size, and number or rollers required for compaction, as approved. Furnish at least 1 medium pneumatic -tire roller (minimum 12-ton weight). Use the control strip method given in Tex-207-F, Part IV, to establish rolling patterns that achieve maximum compaction. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. When such changes occur, establish a new rolling pattern. Compact the pavement to meet the requirements of the plans and specifications. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides. Proceed toward the center of the pavement, overlapping on successive trips by at least 1 ft., unless otherwise directed. Make alternate trips of the roller slightly different in length. On superelevated curves, begin rolling at the low side and progress toward the high side unless otherwise directed. I. Irregularities. Immediately take corrective action if surface irregularities, including but not limited to segregation, rutting, raveling, flushing, fat spots, mat slippage, color, texture, roller marks, tears, gouges, streaks, or uncoated aggregate particles, are detected. The Engineer may suspend production or placement operations until the problem is corrected. At the expense of the Contractor and to the satisfaction of the Engineer, remove and replace any mixture that does not bond to the existing pavement or that has other surface irregularities identified above. J. Ride Quality. Use Surface Test Type A to evaluate ride quality in accordance with TxDOT Item 585, "Ride Quality for Pavement Surfaces," unless otherwise shown on the plans. 3.2 MEASUREMENT Hot mix will be measured by the ton of composite hot mix, which includes asphalt, aggregate, and additives. Measure the weight on scales in accordance with TxDOT Item 520, "Weighing and Measuring Equipment." 3.3 PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Dense -Graded Hot -Mix Asphalt (Method)" of the type, surface aggregate classification, and binder specified. These prices are full compensation for surface preparation, materials including tack coat, placement, equipment, labor, tools, and incidentals. Trial batches will not be paid for unless they are incorporated into pavement work approved by the Engineer. END OF SECTION 02742 01229507 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 10 02/09 L3 Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 02751 REINFORCED CONCRETE FOR SITE WORK PART 1- GENERAL 1.1 SECTION INCLUDES A. This section includes the following: 1. Concrete Paving. 2. Concrete Valley Gutters. 3. Concrete Sidewalk. 4. Concrete Curb and Gutter. 5. Miscellaneous reinforced concrete. 6. Miscellaneous concrete drainage structures. 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. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. B. Section 02223 — Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling. C. Section 02764 — Pavement Joint Sealants. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, expansive hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.4 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. 01229507 REINFORCED CONCRETE FOR SITE WORK 02751 - 1 02/09 : Lubbock Business Park Phase 1B Streets, Water and Sewer 6. Applied finish materials. 7. Bonding agent or adhesive. 8. Joint fillers. E. Shop drawings for reinforcement detailing, fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed pavement work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: Manufacturer of ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mix Concrete Association's Plant Certification Program. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate from one source. E. ACI Publications: Comply with 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. 1.6 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities and emergency services. PART 2-]PRODUCTS 2.1 FORMS A. Form Materials: Plywood, metal, metal -framed plywood, or other approved panel -type materials to provide full -depth, continuous, straight, smooth exposed surfaces. 1. Use flexible or curved forms for curves of a radius 100 feet or less. 2. Forms should be no less than 10 ft. in length. B. Form -Release Agent: Commercially formulated form -release agent with a maximum of 350 g/1 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 spalIing 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. 01229507 REINFORCED CONCRETE FOR SITE WORK 02751- 2 02/09 4 t Lubbock Business Park Phase 1B Streets, Water and Sewer 2.2 STEEL REINFORCEMENT A. Plain -Steel Welded Wire Fabric: ASTM A 185, fabricated from as -drawn steel wire into flat sheets, shall be 6" x 6" —10 gauge welded wire fabric, or as shown on plans. B. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed. C. Joint Dowel Bars: Painted or Epoxy coated steel bars, ASTM A 615/A 615M, Grade 60. Cut bars true to length with ends square and free of burrs. D. Tie Bars: ASTM A 615/A 615M, Grade 60, deformed. E. Hook Bolts: ASTM A 307, Grade A, internally and externally threaded. Design hook -bolt joint assembly to hold coupling against pavement form and in position during concreting operations, and to permit removal without damage to concrete or hook bolt. F. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and, fastening reinforcement bars, welded wire fabric, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete or fiber -reinforced concrete of greater compressive strength than concrete, and as follows: 1. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. 2. Space reinforcing supports at 5'-0" maximum in any direction. 2.3 CONCRETE MATERIALS A. General: Use the same brand and type of cementitious material from the same manufacturer throughout the Project. B. Portland Cement: ASTM C 150, Type I, II, or III or ASTM G176 IA, HA, or IIIA for air entrained. Fly ash may be substituted at a rate up to 20% by absolute volume of the cement. C. Aggregate: ASTM C 33, uniformly graded, from a single source, as follows: 1. Class:4M. 2. Maximum Aggregate Size: 1-1/2 inches nominal. 3. Coarse aggregate for Class C or D concrete shall be crushed limestone (Brownwood type or equivalent). Aggregate shall be graded from fine to coarse and shall conform C 136. The gradation for aggregate shall meet the following req((u��irem nts by weigh FINE AGGREGATE _ _ COARSE AGGTEGATE 3/8 inch 100 2 inch 100 No. 4 95-100 1-1/2 inch 95-100 No.8 80-100 No. 16 50-85 3/4 inch 3 0 No. 30 25-60 3/8 inch 10-30 No.50A 5-30 No.4 0-5 No. 100 0-10 No.200B 0-3 A Range is 6-35 when sand equivalent volume is greater than 85. B 0-6 for manufactured sand. 01229507 REINFORCED CONCRETE FOR SITE WORK 02751 - 3 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM C 87. Maximum amounts of impurities finer than the #200 sieve shall conform to ASTM C 117. Maximum amounts of soft particles shall conform to ASTM C 123. Maximum amounts of friable particles shall conform to ASTM C 142. Fine aggregate shall have a sand equivalent of at least 80 in accordance with Tex- 203-F. Provide fine aggregate with fineness modules between 2.3 and 3.1 per ASTM C-33. Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Engineer. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. Stockpiles shall be built in layers of uniform thickness. Equipment shall not be permitted to operate over the same lift repeatedly. 4. Coarse aggregate shall have a maximum loss of 18% when subjected to 5 cycles of the magnesium sulfate soundness test (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. 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. 01229507 REINFORCED CONCRETE FOR SITE WORK 02751 - 4 -` 02/09 i 1 i Lubbock Business Park Phase 1B Streets, Water and Sewer C. Specific gravity - .91 D. Tensile Strength — 70,000 psi to 100,000 psi E. Length — T' 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). 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. Bonding Agent 1. Polyvinyl acetate or acrylic base. C. Sand Cushion 1. Clean, manufactured or natural sand with plasticity index of 8 or less. D. 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. E. Dowels 1. Form release oil or factory applied debonding agent for smooth dowels tested according to AASHTO T253 and AASHTO M254. 2. Epoxy Coated 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 nixes 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 - Sidewalks, curb ramps, valley gutter and miscellaneous slabs. Class C - Concrete pavement, curb and gutter, fillets and miscellaneous drainage structures. - 01229507 REINFORCED CONCRETE FOR SITE WORK 02751- 5 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer E. Mix Design 1. At least 15 'days prior to beginning any concrete pavement construction the Contractor shall submit the following to the Engineer for approval: a. Test certificates from an approved commercial testing laboratory on all proposed aggregate. Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate -or Sodium Sulfate test (not to exceed 18%). b. A mix design based on water -cement ratio. C. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with ASTM C 78, made by an approved commercial testing laboratory. Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. 2. The Engineer will approve or reject the mix design and materials based on these submittals. This approval shall be subject to additional testing during construction. 3. Mix designs for various classes of concrete shall conform to the following: Minimum Sacks Maximum Gal Maximum Slump Recommended Class Cement per CY Water per Sack Inches Slump (inches) A 5.0 6.5 4 C (formed) 6.0 6.0 6 1/2 4 C(Slip Formed) 6.0 6.0 3 11/s 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 Dav A - 2100 3000 C - 2500 3600 600 (28 day) G. Properties 1. Air Entrainment: 5%. If the air content is more than 1 1/z percentage points below or 3 percentage points above the required air, the load of concrete will be rejected. If the air content is more than 1 1/2 but less than 3 percentage points above the required air, the concrete may be accepted based on strength tests. 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 mixing and delivery time to 60 minutes. 01229507 REINFORCED CONCRETE FOR SITE WORK 02751- 6 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer C. Project -Site Mixing: Comply with requirements and measure, batch, and mix concrete materials and concrete according to ASTM C 94. Mix concrete materials in appropriate 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 any part of batch is released. 2. For mixers of capacity larger than 1 cu. yd., increase mixing time by 15 seconds for each additional 1 cu. yd. 3. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water added. 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. C. Subgrade/Subbase shall be cut to true grade. 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 fonns 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 Iine with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. ` 01229507 REINFORCED CONCRETE FOR SITE WORK 02751 - 7 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour, unless pavement terminates at isolation joints. 1. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 2. Provide tie bars at sides of pavement strips where indicated. 3. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Isolation Joints: Form isolation joints of preformed joint -filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. 1. Extend joint fillers full width and depth of joint. 2. Terminate joint filler less than 1/2 inch or more than 1 inch below finished surface if joint sealant is indicated. 3. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 4. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint -filler sections together. 5. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. 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. Verify forms to ensure specified concrete depth. 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. 01229507 REINFORCED CONCRETE FOR SITE WORK 02751- 8 02/09 r Lubbock Business Park Phase 1B Streets, Water and Sewer 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 fmish surface. Lay welded wire fabric or fabricated bar mats immediately in final position. Place top layer of concrete, strike off, and screed. 1. Remove and replace portions of bottom layer of concrete that have been placed more than 15 minutes without being covered by top layer, or use bonding agent if approved by Engineer. H. Screed pavement surfaces with a straightedge and strike off. Commence initial floating using bull floats or darbies to form an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading dry -shake surface treatments. I. 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 below, 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. 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. 01229507 REINFORCED CONCRETE FOR SITE WORK 02751 - 9 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 2. Carpet Drag: For concrete pavement. C. Surface Defects: When tested with a 10-ft straight edge, pavement surface shall not have defects in excess of 1/8 inch. If necessary, the Engineer will provide a high-speed or lightweight inertial profiler certified at the Texas Transportation Institute. Profile testing will be performed in accordance with TxDOT Item 585. Pay adjustments will apply. 3.7 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI306.1 for cold -weather protection and follow recommendations in ACI 305R for hot -weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface. D. Curing Methods: Cure concrete by moisture curing, moisture -retaining -cover curing, curing compound, or a combination of these as follows: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water -fog spray. C. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller at a rate of 1 gal. per 75 sq. ft.. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. The Owner's representatives shall cover an 8' x 8' (or larger) areas with 8 mil. thick (or thicker) clear polyethylene barrier and seal all edges with duct tape. If moisture collects beneath the polyethylene barrier at any time during a 72 hour time period after application of the barrier, the coverage rate shall be decreased (thicker film of curing compound) and the test repeated until the appropriate application rate is determined. The appropriate coverage rate is that at which no moisture collects beneath the barrier within the 72 hour period. Repeat this test every 10 working days (slab pour days) to reconfirm the coverage rate. 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. 01229507 REINFORCED CONCRETE FOR SITE WORK 02751- 10 02/09 r - Lubbock Business Park Phase 1B Streets, Water and Sewer B. Testing Services: Testing shall be performed according to the following requirements: 1. Pavement Thickness: Verify pavement thickness prior to placement by measuring at edges and mid -panel. Use a string -line where necessary. 2. 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. 3. 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. 4. 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. 5. 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. 6. 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. 7. 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. 8. When frequency of testing will provide fewer than five compressive -strength tests for a given class of concrete, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. C. Test results shall be reported in writing to Engineer and Contractor within 24 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing agency, concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete 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 by other methods as directed. F. Contractor shall pay for failing tests. G. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders or acceptance test beams are not representative of concrete -in -place in the pavement; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders or acceptance test beams for day's concreting were made for testing. 01229507 REINFORCED CONCRETE FOR SITE WORK 02751- 11 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 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). 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 (injection method) and the groove filled with epoxy -resin grout. The top of the crack shall be grooved to a minimum depth of 3/4-inch and to a width not less than 3/8-inch nor more than 5/8-inch by means of an approved grooving machine. The grooving machine shall be of the vertical rotary -cutting type and shall be capable of following closely the path of the crack and of widening the top of the crack to the required section without spalling or otherwise damaging the concrete. Random cracks that are tight and that penetrate less than 1/4 of the depth of the pavement shall be filled with epoxy -resin (injection method). 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. 01229507 REINFORCED CONCRETE FOR SITE WORK 02751- 12 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer The core holes shall be refilled with portland-cement concrete bonded to the pavement with epoxy -resin grout. In addition, when a longitudinal crack is continuous across one or more slabs and penetrates more than 1/4 the depth of pavement, core holes not less than 6 inches in diameter shall be drilled through the full depth of slab at both ends of the crack. In the operation to drill cores at the longitudinal -crack ends the core bits shall be so positioned that the core removed will include not more than 3 inches of the crack. Sandblasting and high-pressure air jets shall be used to remove any fines near the apparent ends of the crack to permit accurate determination of ends of the crack. All fines, dust, and other loose material on the wall of the cored holes shall be removed by scrubbing with a stiff -bristle brush, followed by washing and dewatering of the core hole. These core holes shall be refilled with epoxy -resin concrete. A prime coat of epoxy -resin binder thinned with 3 parts toluene to 7 parts epoxy binder, by volume, shall be applied and brushed into the vertical wall of the core hole. Placement of the epoxy -resin concrete shall be delayed until the prime coat becomes stringy or approaches dry to touch. The epoxy -resin concrete shall be placed in layers not over 6 inches thick. The time interval between placement of additional layers shall be such that temperature of the epoxy -resin concrete does not exceed 140' F at any time during hardening. 3.10 CRACKS CLOSE TO AND PARALLEL TO TRANSVERSE JOINTS A. All cracks essentially parallel to original transverse joints, extending full depth of the slab, and lying wholly within 6 inches either side of the joint shall be treated as specified hereinafter. Any crack extending more than 6 inches from the transverse joint, the full slab shall be removed and replaced at no cost to the owner, when there are any full depth cracks, or cracks greater than 4" in depth, that extend into the interior area. B. Full Depth Cracks Present, Original . Joint Not Opened. When the original uncracked transverse joint has not opened, the crack shall be sawed and sealed, and the original transverse joint filled with epoxy resin as specified below. The crack shall be sawed with equipment specially designed to follow random cracks. The reservoir for joint sealant in the crack shall be formed by sawing to a depth of 3/ inch plus or minus 1/16 inch, and to a width of 5/8 inch, plus or minus 1/8 inch. Any equipment or procedure which causes raveling or spalling along the crack shall be modified or replaced to prevent such raveling or spalling. The joint sealant shall be a liquid sealant as specified. Installation of joint seal shall be as specified for sealing joints or as directed. If the joint sealant reservoir has been sawed out, the reservoir and as much of the lower saw cut as possible shall be filled with epoxy resin, Type IV, Grade 2, thoroughly tooled into the void using approved procedures. If only the original narrow saw cut has been made, it shall be cleaned and pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures. If filler type material has been used to form a weakened plane in the transverse joint, it shall be completely sawed out and the saw cut pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures. Where a parallel crack goes part way across paving lane and then intersects and follows the original transverse joint which is cracked only for the remained of the width, it shall be treated as specified above for a parallel crack, and the cracked original joint shall be prepared and sealed as originally designed. C. Full Depth Cracks Present, Original Transverse Joint Also Cracked. At a transverse joint, if there is any place in the lane width where a parallel crack and a cracked portion of the original joint overlap, the entire slab containing the crack shall be removed and replaced for the full lane width and length. 01229507 REINFORCED CONCRETE FOR SITE WORK 02751- 13 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 3.11 REPAIRING SPALLS ALONG JOINTS A. Where directed, spalls along joints of new slabs, and along parallel cracks used as replacement joints, shall be repaired by first making a vertical saw cut at least 1 inch outside the spaded area and to a depth of at least 2 inches. Saw cuts shall be straight lines forming rectangular areas. The concrete between the saw cut and the joint, or crack, shall be chipped out to remove all unsound concrete and at least Y2 inch of visually sound concrete. The cavity thus formed shall be thoroughly cleaned with high-pressure water jets supplemented with compressed air to remove all loose material. Immediately before filling the cavity, a prime coat of epoxy resin, Type III, Grade I, shall be applied to the dry cleaned surface of all sides and bottom of the cavity, except any joint face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff -bristle brush. Pooling of epoxy resin shall be avoided. The cavity shall be filled with low slump Portland cement concrete or mortar or with epoxy resin concrete or mortar. Concrete shall be used for larger spalls, generally those more than cu. ft. in size, and mortar SHALL BE USED FOR THE SMALLER ONES. ANY SPALL LESS THAN 0.1 CU. FT. shall be repaired only with epoxy resin mortar or a Grade III epoxy resin. Portland cement concrete and mortar mixtures shall be proportioned as directed and shall be mixed, placed, consolidated, and cured as directed. Epoxy resin mortars shall be made with Type III, Grade 1, epoxy resin, using proportions and mixing and placing procedures as recommended by the manufacturer and approved by the Engineer. The epoxy resin materials shall be placed in the cavity in layers not over 2 inches thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy resin material does not exceed 140°F at any time during hardening. Mechanical vibrators and hand tampers shall be used to consolidate the concrete or mortar. Any repair material on the surrounding surfaces of the existing concrete shall be removed before it hardens. Where the spalled area abuts a joint, an insert or other bond -breaking medium shall be used to prevent bond at the joint face. A reservoir for the joint sealant shall be sawed to the dimensions required for other joints, or as required to be routed for cracks. The reservoir shall be thoroughly cleaned and sealed with the sealer specified for the joints. If any spall penetrates half the depth of the slab or more, the entire slab shall be removed and replaced as previously specified. 3.12 REMOVAL AND REPLACEMENT OF FULL SLABS. j A. Where it is necessary to remove full slabs, unless there are keys or dowels present, all edges of the slab shall be cut full depth with a concrete saw. All saw cuts shall be perpendicular to the slab surface. If keys, dowels or tie bars are present along any edges, these edges shall be sawed full depth 24 inches from the edge if only keys are present, or _ just beyond the end of the dowels or tie bars if they are present. These joints shall then be carefully sawed on the joint line to within 1 inch of the depth of the dowel or key. B. The main slab shall be further divided by sawing full depth, at appropriate locations, and each piece lifted out and removed. Suitable equipment shall be used to provide a truly vertical lift, and approved safe lifting devices used for attachment to the slabs. The narrow strips along keyed or doweled edges shall be carefully broken up and removed using light, hand-held jackhammers, 30 LB or less, or other approved similar equipment. 01229507 REINFORCED CONCRETE FOR SITE WORK 02751 - 14 ` 02109 f{ ( s 1' Lubbock Business Park Phase 1B Streets, Water and Sewer C. Care shall be taken to prevent damage to the dowels, tie bars, or keys or to concrete to remain in place. The joint face below keys or dowels shall be suitably trimmed so that there is not abrupt offset in any direction greater than '/a inch (12 mm) and no gradual offset greater than 1 inch (25 mm) when tested in a horizontal direction with a 12-foot (3.6 m) straightedge. D. No mechanical impact breakers, other than the above hand-held equipment shall be used for any removal of slabs. If underbreak between 1-1/2 and 4 inches (37 and 100 mm) deep occurs at any point along any edge, the area shall be repaired as directed before replacing the removed slab. Procedures directed will be similar to those specified for surface spalls, modified as necessary. E. If underbreak over 4 inches deep occurs, the entire slab containing the underbreak shall be removed and replaced. Where there are no dowels, tie bars, or keys on an edge, or where they have been damaged, dowels of the size and spacing as specified for other joints in similar pavement shall be installed by epoxy grouting them into holes drilled into the existing concrete using procedures as specified. Original damaged dowels or tie bars shall be cut off flush with the joint face. Protruding portions of dowels shall be painted and lightly oiled. All 4 edges of the new slab shall thus contain dowels or original keys or original tie bars. F. Placement of concrete shall be as specified for original construction. Prior to placement of new concrete, the underlying material (unless it is stabilized) shall be re -compacted and shaped as specified in the appropriate SECTION of these specifications. The surfaces of all four joint faces shall be cleaned of all loose material and contaminants and coated with a double application of membrane forming curing compound as bond breaker. Care shall be taken to prevent any curing compound from contacting dowels or tie bars. The resulting joints around the new slab shall be prepared and sealed as specified for original construction. 3.13 DEFICIENT PAVEMENT THICKNESS A. It is the intent of this specification that the pavement be constructed in strict conformity with the thickness and typical sections shown on plans. Where any pavement is found not so constructed, the following rules relative to adjustment of payment for acceptable pavement and to replacement of faulty pavement shall govern. B. The Engineer will check the thickness in accordance with the dimensions shown on the plans. The Engineer will perform 1 thickness test consisting of 1 reading at approximately the center of each lane every 500 feet or fraction thereof. Core where directed in accordance with ASTM Method C-174, "Standard Test Method for Measuring Thickness of Concrete Elements Using Drilled Concrete Cores." Verify deficiencies of more than 0.2 inch from plan thickness and to determine the limits of deficiencies of more than 0.75 inch from plan thickness. Fill core holes using a concrete mixture and method approved by the Engineer. 1. Thickness Deficiencies Greater than 0.2 inch a. When any depth test measured in accordance with ASTM Method C-174, is deficient by more than 0.2 inch from the plan thickness take an additional coring at that location to verify the measurement. b. If the core is deficient by more than 0.2 inch, but not more than 0.75 inch from the plan thickness, take 2 additional cores from the unit (500 foot length) 01229507 REINFORCED CONCRETE FOR SITE WORK 02751- 15 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer - at intervals of at least 150 feet and at locations selected by the Engineer, and determine the thickness of the unit for payment purposes by averaging the thickness of the 3 cores. (See Table for "Deficient Pavement Thickness Price Adjustment Factor"). 2. Thickness Deficiencies Greater than 0.75 inch - - a. If a core is -deficient by more than 0.75 inch, take additional cores at 10 foot intervals in each direction parallel to the boundary of the deficient area. The Engineer will evaluate any area of pavement found deficient in thickness by more than 0.75 inch. As directed, the Contractor shall remove and replace the deficient areas with concrete pavement of thickness shown on the plans, without additional compensation. 3. Pavement Units for Payment Adjustment a. Limits for applying a payment adjustment for deficient pavement thickness from 0.20 inch to not more than 0.75inch are 500 feet of pavement in each lane. Lane width will be shown on typical sections and pavement design standards. b. For greater than 0.75 inch deficient thickness, the limits for requiring removal will be defined by coring as determined by the Engineer. The remaining portion of the unit determined to be less than 0.75 inch deficient will be subject to the payment adjustment based on the average core thickness at each end of the 10 foot interval investigation as determined by the Engineer. C. Shoulders will be measured for thickness unless otherwise shown on the plans. Shoulders 6 feet wide or wider will be considered as lanes. Shoulders less than 6 feet wide will be considered part of the adjacent lane. d. Limits for applying payment adjustment for deficient pavement thickness for ramps, widenings, acceleration and deceleration lanes, and other miscellaneous areas are 500 feet in length. Areas less than 500 feet in length will be individually evaluated for payment adjustment based on the plan area. e. See Table for Deficient Pavement Thickness Price Adjustment Factor. Deficient Pavement Thickness Price Adjustment Factor Deficiency in Thickness Proportional Part Contract Determined by Cores in Inches Price Allowed CI 0.00 to 0.20 100 Percent 0.21 to 0.30 80 Percent 0.31 to 0.40 72 Percent 0.41 to 0.50 68 Percent 051 to 0.75 57 Percent Over 0.75 Remove and Replace V _, END OF SECTION 01229507 REINFORCED CONCRETE FOR SITE WORK 02751- 16 `= 02109 �F r: Lubbock Business Park Phase 1B 4 Streets, Water and Sewer SECTION 02764 PAVEMENT JOINT SEALANTS PART 1- GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Expansion and contraction joints within portland cement concrete pavement. 2. Joints between portland cement concrete and asphalt pavement. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Section 02751— Reinforced Concrete for Site Work. C. Section 02742 — Dense -Graded Hot -Mix Asphalt (Method). 1.3 REFERENCES A. ASTM C 1193 — Use of Joint Sealants B. ASTM D 5249 — Backer Material for Use With Cold -and -Hot -Applied Joint Sealants in Portland Cement Concrete and Asphalt Joints C. ASTM D 1751 — Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) D. ASTM D 3405 — Joint Sealants, Hot Applied, for Concrete and Asphalt Pavements E. ASTM D 3406 — Joint Sealant, Hot Applied, Elastomeric Type, for Portland Cement Concrete Pavements F. ASTM C 920 — Elastomeric Joint Sealants 1.4 SUBMITTALS A. Product Data: For each joint -sealant product indicated. B. Samples for Verification: For each type and color of joint sealant required. Install joint - sealant samples in 1/2-inch- wide joints formed between two 6-inch- long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. C. Product Certificates: Signed by manufacturers of joint sealants certifying that products furnished comply with requirements and are suitable for the use indicated. D. Compatibility and Adhesion Test Reports: From joint sealant manufacturer indicating the following: 1. Materials forming joint substrates and joint -sealant backer materials have been tested for compatibility and adhesion with joint sealants. 2. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion. E. Product Test Reports: From a qualified testing agency indicating joint sealants comply with requirements, based on comprehensive testing of current product formulations. 01229507 PAVEMENT JOINT SEALANTS 02764 - 1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has specialized in installing joint sealants similar in material, design, and extent to those indicated for this Project and whose work has resulted in joint -sealant installations with a record of successful in-service performance. B. Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer. C. Product Testing: Obtain test results for "Product Test Reports" Paragraph in "Submittals" Article from a qualified testing agency, based on testing current sealant formulations within a 36-month period. 1. Testing Agency Qualifications: An independent testing agency qualified according to ASTM C 1021 to conduct the testing indicated, as documented according to ASTM E 548. 2. Test joint sealants for compliance with requirements indicated by referencing standard specifications and test methods. D. Preconstruction Compatibility and Adhesion Testing: Submit to joint sealant manufacturer, for testing indicated below, samples of materials that will contact or affect joint sealants. 1. Use manufacturer's standard test methods to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration date, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials to comply with manufacturer's written instructions to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer. 2. When joint substrates are wet. 3. When blowing dust conditions exist. B. Joint -Width Conditions: Do not proceed with installation of joint sealants where joint widths are less than that allowed by joint sealant manufacturer for application indicated. C. Joint -Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with their adhesion are removed from joint substrates. 01229507 PAVEMENT JOINT SEALANTS 02764 - 2 02/09 p_ r Lubbock Business Park Phase 1B Streets, Water and Sewer P PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backing materials, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint sealant manufacturer based on testing and field _- experience. B. Bituminous pre -molded expansion joint shall conform to ASTM D 1751. C. Elastomeric sealant for contraction joints shall be: 1. Hot poured sealant for joints between portland cement concrete and bituminous concrete shall conform to ASTM D 3405. 2. Self -leveling silicone for use in concrete pavement and meeting the following requirements: Test Method Test Requirement MIL-S-8802 Flow 0.3 maximum MIL-S-8802 Tack Free Time 90 minutes, maximum _ ASTM D 2240 Durometer Hardness 1/ 10 — 25 ASTM D 412 Modulus, at 150% 75 psi, maximum (Die C) Elongation l/ ASTM D412 (Dec) Elongation 1/ 800%, minimum MILS-8802 Adhesion to Concrete 20 lbs, minimum ASTM C 719 Movement + 50%, minimum D. Mix material in accordance with manufacturer recommendations. 2.2 JOINT -SEALANT BACKER MATERIALS A. General: Provide joint -sealant backer materials that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by joint sealant manufacturer based on field experience and laboratory testing. B. Round Backer Rod for Cold- and Hot -Applied Sealants: ASTM D 5249, Type 1, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. C. Backer Strips for Cold- and Hot -Applied Sealants: ASTM D 5249; Type 2; of thickness and width required to control sealant depths, prevent bottom -side adhesion of sealant, and fill remainder of joint opening under sealant. D. Round Backer Rods for Cold -Applied Sealants: ASTM D 5249, Type 3, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. 2.3 PRIMERS A. Primers: Product recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint- sealant - substrate tests and field tests. 01229507 PAVEMENT JOINT SEALANTS 02764 - 3 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer PART 3 - EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint -sealant performance. B. Proceed with installation only after unsatisfactory conditions have been convected. 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint sealant manufacturer's written instructions. B. Joint Priming: Prime joint substrates where indicated or where recommended in writing by joint sealant manufacturer, based on preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint sealant manufacturer's written installation instructions applicable to products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations of ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install backer materials of type indicated to support sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of backer materials. 2. Do not stretch, twist, puncture, or tear backer materials. 3. Remove absorbent -backer materials that have become wet before sealant application and replace them with dry materials. D. Install sealants by proven techniques to comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses provided for each joint configuration. 3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealants from surfaces adjacent to joint. 2. Use tooling agents that are approved in writing by joint sealant manufacturer and that do not discolor sealants or adjacent surfaces. F. Provide joint configuration to comply with joint sealant manufacturer's written instructions, unless otherwise indicated. G. Provide recessed joint configuration for silicone sealants of recess depth and at locations indicated. 01229507 PAVEMENT JOINT SEALANTS 02764 - 4 02109 Lubbock Business Park Phase 1B Streets, Water and Sewer 3.4 CLEANING A. Clean off excess sealants or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. 3.5 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from the original work. 01229507 02/09 END OF SECTION PAVEMENT JOINT SEALANTS 02764 - 5 Page Intentionally Left Blank Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 02920 LAWNS AND GRASSES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. 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 anticipated planting dates for each type 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. 01229507 LAWNS AND GRASSES 02920 - 1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer - 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. B. Soil -Testing Laboratory Qualifications: An independent laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indi- cated and that specializes in types of tests to be performed. C. Topsoil Analysis: Furnish 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, STORAGE, 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 31"' for Buffalo/Blue gramma seeding. 2. Overseeding — 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 Native Mix 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 Native Mix 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. 01229507 LAWNS AND GRASSES 02/09 02920 - 2 r. _'- Lubbock Business Park Phase 1B Streets, Water and Sewer 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 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. PART 2 - PRODUCTS 2.1 SEED A. "Native Wonder" Native grass mix, Curtis & Curtis, Inc. Phone number (505) 762-4759. B. 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. C. 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. 50% Buffalo (Buchloe Dactyloides "Texoka")Blue Gramma (Bouteloua Gracilis "Lovington" or "Hachita"). 2. Annual Ryegrass (Lolium multiflorum). D. 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: 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 or larger in any dimension and other extraneous materials harmful to plant growth. 1. Topsoil Source: Reuse surface soil stockpiled on -site. Verify suitability of stockpiled surface soil to produce topsoil. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful 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 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 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 deep; do not obtain from playa lake areas. { 01229507 LAWNS AND GRASSES 02920 - 3 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 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 sieve and a maximum of 10 percent passing through No. 40 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. 2.4 ORGANIC SOIL AMENDMENTS 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 sieve; so- luble salt content of 5 to 10 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. 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 1100 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.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, unleached, 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 9 A. Selective Herbicides: EPA registered and approved, of type recommended by manufacturer for application. i i 01229507 LAWNS AND GRASSES 02920 - 4 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 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. Hydromulching — Flexible Growth Medium, required in designated Enkamat areas. B. Straw Mulch: Provide air-dry, clean, mildew- and seed -free, salt hay or threshed straw of wheat, rye, oats, or barley. C. 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 sieve; soluble salt content of 2 to 5 decisiemens/xw, 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. 2. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source -separated or compostable mixed solid waste. D. Fiber Mulch: Biodegradable, dyed -wood, cellulose -fiber mulch; nontoxic; free of plant - growth or germination inhibitors; with a maximum moisture content of 15 percent and a pH range of 4.5 to 6.5. E. Nonasphaltic Tackifier: Colloidal tackifier recommended by fiber -mulch manufacturer for slurry application; nontoxic and free of plant -growth or germination inhibitors. F. Asphalt Emulsion: ASTM D 977, Grade SS-1; nontoxic and free of plant -growth or germi- nation inhibitors. 2.8 EROSION -CONTROL MATERIALS A. Permanent Geosynthetic Turf Reinforcement Mat: GreenArmorTM 7020 System, Doug Deem, Sales Rep., EnKamat (214) 755-0882. 1. Profile Products LLC; Contact Doug Deems, (214) 755-0882. B. 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 long. C. Erosion -Control Fiber Mesh: Biodegradable burlap or spun-coir mesh, a minimum of 0.92 lb/sq. yd., with 50 to 65 percent open area. Include manufacturer's recommended steel wire staples, 6 inches long. 01229507 LAWNS AND GRASSES 02920 - 5 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer — D. 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 nominal mat thickness. Include manufacturer's recommended anchorage system for slope conditions. 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. North American Green b. American Excelsior Company C. Colbond, Inc. 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. B. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous 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 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 112 the thickness of planting soil mix over loosened subgrade. Mix thoroughly into top 4 inches of subgrade. Spread remainder of planting soil mix. b. Reduce elevation of planting soil to allow for soil thickness of sod. 01229507 LAWNS AND GRASSES 02920 - 6 02/09 - [I Lubbock Business Park Phase 1B Streets, Water and Sewer 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. Apply soil amendments and fertilizers according to planting soil mix proportions and mix thoroughly into top 4 inches of soil. Till soil to a homogeneous mixture of fine texture. a. Apply superphosphate fertilizer directly to surface soil before loosening. 3. Remove stones larger than 1 inch 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 of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit finish grading to areas that can be planted in the immediate future. E. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow 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, install 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. 3.5 SEEDING A. Sow seed with spreader or seeding machine. Do not broadcast or drop seed when wind ve- locity exceeds 5 mph. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged. 2. Do not seed against existing trees. Limit extent of seed to outside edge of planting saucer. B. Sow seed at a total rate of 3 lb/1000 sq. ft. C. Rake seed lightly into top 1/8 inch (3 mm) of soil, roll lightly, and water with fine spray. D. Protect seeded areas with slopes exceeding 1:4 with erosion -control blankets installed and stapled according to manufacturer's written instructions. E. Protect seeded areas with erosion -control mats where shown, installed and anchored ac- cording to manufacturer's written instructions. 01229507 LAWNS AND GRASSES 02920 - 7 02/09 Lubbock Business Park Phase 1B Streets, Water and -Sewer 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 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 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. 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. j a. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over i muddy or newly planted areas. b. Water lawn with fine spray at a minimum rate of 1 inch per week unless rainfall precipitation is adequate. 2. Provide above recommended rate of watering by truck until lawn is established. i 01229507 LAWNS AND GRASSES 02920 - 8 O2/09 Lubbock Business Park Phase 1B Streets, Water and Sewer C. Mow lawn as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 1/3 of grass 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, throughout initial maintenance period, for control of weed growth. 2. Areas where Enkamat is placed are designated as "No Mow" zones until full cover is achieved, so as not to destroy the permanent turf reinforcement mat. 3. Weed control in the no -mow zones should be achieved by hand or other alternative method until full turf cover is achieved. D. Lawn Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 2 lb/1000 sq. ft.to lawn area, as a split application approximately six weeks apart. 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. and bare spots not exceeding 12 by 12 inches 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. END OF SECTION 01229507 LAWNS AND GRASSES 02920 - 9 02/09 Page Intentionally Left Blank Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 03100 CONCRETE FORMWORK FOR WATER/SEWER PARTl-GENERAL 1.1 SECTION INCLUDES r A. Formwork for cast -in place concrete, with shoring, bracing and anchorage. B. Openings for other work. C. Form accessories. -- D. Form stripping. 1.2 PRODUCTS O UCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION A. Section 03300 - Cast -In -Place Concrete: Supply of concrete accessories for placement by this Section. 1.3 RELATED SECTIONS A. Section 03200 - Concrete Reinforcement for Water/Sewer. B. Section 03300 - Cast -in -Place Concrete for Water/Sewer. C. Section 03410 - Precast Concrete for Water/Sewer. 1.4 REFERENCES A. ACI 347 - Recommended Practice For Concrete Formwork. - B. PS-1 - Construction and Industrial Plywood. 1.5 DESIGN REQUIREMENTS A. Design, engineer and construct formwork, shoring and bracing to conform to code requirements; resultant concrete to conform to required shape, line and dimension. - 1.6 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate pertinent dimensions, materials, bracing, and arrangement of joints and ties. 1.7 QUALITY ASSURANCE A. Perform Work in accordance with ACI 347. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Store off ground in ventilated and protected manner to prevent deterioration from moisture. 01229507 CONCRETE FORMWORK FOR WATER/SEWER 03100 - 1 02/09 Lubbock Business Park.Phase 1B Streets, Water and Sewer 1.9 COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate this Section with other Sections of work which require attachment of components to formwork. C. If formwork is placed after reinforcement resulting in insufficient concrete cover over reinforcement, request instructions from Engineer before proceeding. PART 2 - PRODUCTS 'r 4f0 4t 34 5..- G'_ -- A. Plywood: Douglas Fir species; medium density overlaid one side grade; sound undamaged sheets with clean, hue edges. B. Lumber: Douglas fir species; construction grade; with grade stamp clearly visible. 2.2 MANUFACTURERS - PREFABRICATED FORMS A. Substitutions: Under provisions of Section 01600. 2.3 FORMWORK ACCESSORIES A. Form Ties: Snap -off type, metal, fixed length, cone type, free of defects that could leave holes larger than one inch in concrete surface. B. Form Release Agent: Colorless mineral oil which will not stain concrete, absorb moisture, or impair natural bonding or color characteristics of coating intended for use on concrete. C. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required, of sufficient strength and character to maintain formwork in place while placing concrete. D. Waterstops: Polyvinyl chloride, minimum 1,750 psi tensile strength, minimum 50 degrees F to plus 175 degrees F working temperature range, maximum possible lengths, ribbed profile, preformed corner sections, heat welded jointing. E. Cold Joint Waterstops: Flexible strip, bentonite waterproofing compound equal to Volcaly - Waterstop-RX by American Colloid Company. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify lines, levels and centers before proceeding with formwork. Ensure that dimensions agree with Drawings. 3.2 EARTH FORMS A. Verify with Engineer prior to the use of earth forms in lieu of specified form material. B. Hand trim sides and bottom of earth forms. Remove loose soil prior to placing concrete. 01229507 CONCRETE FORMWORK FOR WATER/SEWER 03100 - 2 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 3.3 ERECTION - FORMWORK A. Erect formwork, shoring and bracing to achieve design requirements, in accordance with requirements of ACI 301. B. Provide bracing to ensure stability of formwork.Shore or strengthen formwork subject to overstressing by construction loads. C. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Permit removal of remaining principal shores. D. Align joints and make watertight. Keep form joints to a minimum. E. Obtain approval before framing openings in structural members which are not indicated on Drawings. F. Provide chamfer strips on external corners of beams, joists, columns and walls. 3.4 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces will receive applied coverings which are effected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. 3.5 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Provide formed openings where required for items to be embedded in or passing through concrete work. B. Locate and set in place items which will be cast directly into concrete. C. Coordinate work of other Sections in forming and placing openings, slots, reglets, recesses, chases, sleeves, bolts, anchors, and other inserts. D. Install accessories in accordance with manufacturer's instructions, straight, level, and plumb. Ensure items are not disturbed during concrete placement. E. Install waterstops continuous without displacing reinforcement. Heat seal joints watertight. F. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. G. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. 3.6 FORM CLEANING A. Clean and remove foreign matter within forms as erection proceeds. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean -out ports. D. During cold weather, remove ice and snow from within forms. Do not use de-icing salts or water to clean out forms, unless formwork and concrete construction proceed within heat enclosure. Use compressed air or other means to remove foreign matter. 3.7 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 301. 01229507 CONCRETE FORMWORK FOR WATER/SEWER 03100 - 3 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 3.8 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Do not reuse wood formwork more than four times for concrete surfaces to be exposed to view. Do not patch formwork. 39 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads. B. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces scheduled for exposure to view. C. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. END OF SECTION 01229507 CONCRETE FORMWORK FOR WATER/SEWER 03100-- 4 02/09 Lubbock Business Park Phase I Streets, Water and Sewer SECTION 03200 CONCRETE REINFORCEMENT FOR WATER/SEWER PART 1- GENERAL 1.1 SECTION INCLUDES A. Reinforcing steel bars, wire fabric and accessories for cast-inplace concrete. 1.2 RELATED SECTIONS A. Section 03100 - Concrete Formwork for water/sewer. B. Section 03300 - Cast -in -Place Concrete for water/sewer. C. Section 03410 - Precast Conrete for water/sewer. 1.3 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 318 - Building Code Requirements For Reinforced Concrete. C. ACI SP-66 - American Concrete Institute - Detailing Manual. D. ANSI/ASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. E. ANSI/ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement. F. ANS1/AWS D1.4 - Structural Welding Code for Reinforcing Steel. G. ANSI/AWS D12.1 -Reinforcing Steel Welding Code. H. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete "Reinforcement. I. AWS D12.1 - Welding Reinforcement Steel, Metal Inserts and Connections in Reinforced Concrete Construction. J. CRSI - Concrete Reinforcing Steel Institute Manual of Practice. K. - CRSI 63 - Recommended Practice For Placing Reinforcing Bars. L. CRSI 65 - Recommended Practice For Placing Bar Supports, Specifications and Nomenclature. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate bar sizes, spacings, locations, and quantities of reinforcing steel, bending and cutting schedules, and supporting and spacing devices. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with CRSI 63, 65 and Manual of Practice, ACI 301, ACI SP-66, ACI 318. B. Submit certified copies of mill test report of reinforcement materials analysis. 01229507 CONCRETE REINFORCEMENT FOR WATEWSEWER 03200 - 1 02/09 Lubbock Business Park Phase 1B Streets. Water and Sewer 1.6 COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate with placement of formwork, formed openings and other Work. PART 2 - PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: ASTM A615, 60 ksi yield grade; deformed billet steel bars, plain. B. Welded Steel Wire Fabric: ASTM Al85 Plain Type; in flat sheets; plain. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type. B. Chairs, Bolsters, Bar Supports, Spacers:Sized and shaped for strength and support of reinforcement during concrete placement conditions including load bearing pad on bottom to prevent vapor barrier puncture. 2.3 FABRICATION A. Fabricate concrete reinforcing in accordance with CRSI Manual of Practice. B. Weld reinforcement when approved by the Engineer in accordance with ANSUAWS DI A. C. Locate reinforcing splices not indicated on Drawings, at point of minimum stress. Review location of splices with Engineer. PART 3 - EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position. B. Do not displace or damage vapor barrier. C. Accommodate placement of formed openings. D. Conform to ACI 318 for concrete cover over reinforcement. 3.2 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01400. END OF SECTION 01229507 CONCRETE REINFORCEMENT FOR WATER/SEWER 02/09 03200 - 2 Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 03300 CAST -IN -PLACE CONCRETE FOR WATER/SEWER PART 1- GENERAL 1.1 SECTION INCLUDES A. Cast -in -place concrete foundations, building frame members, and foundation walls. B. Floors and slabs on grade. C. Control, and expansion and contraction joint devices associated with concrete work. D. Equipment pads. 1.2 RELATED SECTIONS A. Section 03100 - Concrete Formwork for Water/Sewer: Formwork and accessories. B. Section 03200 - Concrete Reinforcement for Water/Sewer. C. Section 03410 - Precast Concrete for Water/Sewer. 1.3 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 302 - Guide for Concrete Floor and Slab Construction. C. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. D. ACI 305R - Hot Weather Concreting. E. ACI 306R - Cold Weather Concreting. F. ACI 308 - Standard Practice for Curing Concrete. G. ACI 318 Building Code Requirements for Reinforced Concrete. H. ASTMC33 - Concrete Aggregates. I. ASTM C94 - Ready -Mixed Concrete. J. ASTM C150 - Portland Cement. K. ASTM C260 - Air Entraining Admixtures for Concrete. L. ASTM C494 - Chemicals Admixtures for Concrete. M. ASTM C618 - Fly Ash and Raw or Calcinated Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide data on joint devices, attachment accessories, admixtures and cement types to be used. C. Samples: Submit two, inch long samples of expansion/contraction joint and control joint. D. Manufacturer's Installation Instructions: Indicate installation procedures and interface required with adjacent Work. 01229507 CAST -IN -PLACE CONCRETE FOR WATER/SEWER 03300 - 1 02/09 Lubbock Business Park Phase 1B Streets Water and Sewer 4 1.5 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301. B. Acquire cement and aggregate from same source for all work. C. Conform to ACI 305R when concreting during hot weather. D. Conform to ACI 306R when concreting during cold weather. 1.6 COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate the placement of joint devices with erection of concrete formwork and placement of form accessories. PART 2 • PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C150, Type I - Normal, Type H - Moderate, Portland type. All cement shall be from the same manufacturer unless approved by the Engineer. rill B. Fine and Coarse Aggregates: ASTM C33. C. Water. Clean and not detrimental to concrete. 2.2 ADMIXTURES _ A. Air Entrainment: ASTM C260. B. Chemical: ASTM C494, Type A - Water Reducing; Type B - Retarding; Type C - Accelerating; Type D - Water Reducing and Retarding; Type E - Water Reducing and Accelerating admixture. C. Fly Ash: ASTM C618. 2.3 ACCESSORIES A. Vapor Barrier: 6 mil thick clear polyethylene film, type recommended for below grade application. B. Non -Shrink Grout: Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents; capable of developing minimum compressive strength of 2,400 psi in 48 hours and 7,000 psi in 28 days. C. Epoxy Mortar Liner: 100% solids, three component system, equal to FOSROC Epoxy Liner. 2.4 JOINT DEVICES AND FILLER MATERIALS A. Joint Filler: ASTM D1751; Asphalt impregnated fiberboard or felt, 1/2 inch thick. - B. Construction Joint Devices: Integral galvanized steel; formed to tongue and groove profile, knockout holes spaced at 6 inches, ribbed steel spikes with tongue to fit top screed edge. 01229507 CAST -IN -PLACE CONCRETE FOR WATER/SEWER 03300 - 2 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 2.5 CONCRETE MIX A. Mix and deliver concrete in accordance with ASTM C94, Alternative No. 2 and 3. B. Select proportions for normal weight concrete in accordance with ACI 301 Method 1, Method 2 and Method 3. C. Provide concrete to the following criteria: 1. Compressive Strength (7 days): 2,815 psi. 2. Compressive Strength (28 days): 4,000 psi. 3. Slump: 1 to 4 inches. 4. Maximum Water/Cement Ratio: 0.50. D. Use fly ash only when approved by Engineer. E. Use set retarding admixtures during hot weather only when approved by Engineer. F. Add air entraining agent to normal weight concrete mix for work exposed to exterior. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify site conditions under provisions of Section 01039. B. Verify requirements for concrete cover over reinforcement. C. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not cause hardship in placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. B. In locations where new concrete is dowelled to existing work, drill holes in existing concrete, insert steel dowels and pack solid with non -shrink grout. 3.3 PLACING CONCRETE A. Place concrete in accordance with ACI 304. B. Notify Engineer minimum 24 hours prior to commencement of operations. C. Ensure reinforcement, inserts, embedded parts, formed joint fillers are not disturbed during concrete placement. D. Install vapor barrier under interior slabs on grade. Lap joints minimum 6 inches and seal watertight by taping edges and ends. E. Repair vapor barrier damaged during placement of concrete reinforcing. Repair with vapor barrier material; lap over damaged areas minimum 6 inches and seal watertight. F. Install joint fillers in accordance with manufacturer's instructions. G. Separate slabs on grade from vertical surfaces with inch 1/2 thick joint filler. H. Extend joint filler from bottom of slab to within 1/4 inch of finished slab surface. I. Install joint devices in accordance with manufacturer's instructions. J. Install construction joint device in coordination with slab pattern placement sequence. Set top to required elevations. Secure to resist movement by wet concrete. K. Place concrete continuously between predetermined expansion, control, and construction joints. L. Do not interrupt successive placement; do not permit cold joints to occur. 01229507 CAST -IN -PLACE CONCRETE FOR WATER/SEWER 03300 - 3 02/09 Lubbock Business Park Phase 1B Streets. Water and Sewer M. Place floor slabs in pattern indicated. N. Screed floors and slabs on grade level, maintaining surface flatness of maximum 1/4 inch in 10 ft. 3.4 CONCRETE FINISHING A. Provide formed concrete surfaces to be left exposed with smooth rubbed finish as Scheduled in this Section. B. Finish concrete floor surfaces in accordance with ACI 301. C. Steel trowel surfaces which are scheduled to be exposed. D. In areas with floor drains, maintain floor elevation at walls; pitch surfaces uniformly to drains at 1/8 inch per foot nominal. E. Where shown on the drawings, trowel epoxy liner on all surfaces indicated to 1/8" minimum and 3/4" maximum thickness, and in accordance with manufacturer's instructions. 3.5 CURING AND PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. C. Cure floor surfaces in accordance with ACI 308. 3.6 FIELD QUALITY CONTROL A. Field inspection and testing will be performed in accordance with ACI 301 and under provisions of Section 01400. B. Provide free access to Work and cooperate with appointed firm. C. Submit proposed mix design of each. class of concrete to Engineer for review prior to commencement of Work. D. Tests of cement and aggregates may be performed to ensure conformance with specified requirements. E. Three concrete test cylinders will be taken for every 100 or less cu yds of each class of concrete placed. F. One additional test cylinder will be taken during cold weather concreting, cured on job site under same conditions as concrete it represents. G. One slump test will be taken for each set of test cylinders taken. 3.7 PATCHING A. Allow Engineer to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Engineer upon discovery. C. Patch imperfections as directed. 01229507 CAST -IN -PLACE CONCRETE FOR WATER/SEWER 02/09 03300 - 4 Lubbock Business Park Phase 1B Streets Water and Sewer 3.8 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. B. Repair or replacement of defective concrete will be determined by the Engineer. C. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Architect/Engineer for each individual area. 3.9 SCHEDULE - CONCRETE TYPES AND FINISHES A. All Structures: 4,000 psi 28 day concrete, Type I cement, rubbed finish. B. Electrical Pads: 3,000 psi 28 day air entrained concrete, Type I cement, light broom finish. END OF SECTION 01229507 CAST -IN -PLACE CONCRETE FOR WATER/SEWER 03300 - 5 02/09 Page Intentionally Left Blank Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 03410 PRECAST CONCRETE FOR WATER/SEWER PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this section. B. Section 02665 - Piping, Valves and Fittings. C. Section 03100 - Concrete Formwork for Water/Sewer. D. Section 03200 - Concrete Reinforcement for Water/Sewer. E. Section 03300 - Cast -in -Place Concrete for Water/Sewer. 1.2 SUMMARY A. This Section includes precast concrete units, used for construction of the following: 1. Manholes. 2. Lift Station — Lined with Raven Lining Systems. B. Related Sections: The following sections contain requirements that relate to this Section. 1. Cast -in -place concrete is specified in Division 3 Section 03300 "Cast -In -Place Concrete for Water/Sewer." 1.3 SUBMITTALS A. General: Submit the following according to Conditions of Contract and Division 1 Specification Sections. B. Product data and instructions for manufactured materials and products. Include manufacturer's certifications and laboratory test reports as required. C. Mix design reports of proposed concrete mix as specified in Part 2 of this Section. D. Shop drawings prepared by or under the supervision of a qualified professional engineer, showing complete information for fabrication and installation of precast concrete units. Indicate member dimensions and cross-section; location, size, and type of reinforcement, including special reinforcement; and lifting devices necessary for handling and erection. 1. Indicate layout and dimensions, and identify each precast unit corresponding to sequence and procedure of installation. Indicate welded connections by AWS standard symbols. Detail inserts, connections, and joints, including accessories and construction at openings in precast units. 2. Provide location and details of anchorage devices that are to be embedded in other construction. Furnish templates, if required, for accurate placement. E. Test reports as required by provisions of this Section. 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of following codes, specifications and standards, except as otherwise indicated: 1. ACI 301, "Specifications for Structural Concrete for Buildings." 2. ACI 318, "Building Code Requirements for Reinforced Concrete." 01229507 PRECAST CONCRETE FOR WATER/SEWER 03410 - 1 02/09 Lubbock Business Park Phase 1B Streets Water and Sewer 3. AWS D1.1, "Structural Welding Code: Steel." 4. Concrete Reinforcing Steel Institute, "Manual of Standard Practice." 5. Prestressed Concrete Institute (PCI) MNL 116, "Manual for Quality Control for Plants and Production of Precast Concrete Products." 6. PCI MNL 120 "Design Handbook - Precast and Prestressed Concrete (3rd Edition). B. Design by Fabricator: Design precast units to support superimposed dead loads and live loads as required for compliance with local governing code requirements. C. Fabrication Qualifications: Produce precast concrete units at fabricating plant engaged primarily in manufacturing of similar units, unless plant fabrication or delivery to Project site is impractical. 1. If units are not produced at precast concrete fabricating plant, maintain procedures and conditions for quality control that are equivalent to plant production. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver the amount of precast concrete units needed in a timely manner to the Project site to ensure installation continuity. B. Store and handle the units at the Project site to prevent cracking, distortion, staining, or other physical damage, and so that markings are visible. Lift and support units at designated lift points. C. Deliver anchorage items that are to be embedded in other construction before starting such work.' Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART 2 - PRODUCTS 2.1 FORMWORK A. Provide forms and, where required, form facing materials of metal, plastic, wood, or another acceptable material that is nonreactive with concrete and will produce required finish surfaces. B. Accurately construct forms, mortar -tight, of sufficient strength to withstand pressures due to concrete placing operations, temperature changes, and for prestressed, pre -tensioning, and detensioning operations. Maintain formwork to provide completed precast concrete units of shapes, lines, and dimensions indicated, within fabrication tolerances specified in PCI MNL 116. C. Access doors and frame as specified in Section 11311 shall be cast in top of lift station and valve vault as shown in drawings. D. Manhole frames and covers shall be of cast iron of the types shown on the drawings. All castings shall be made from superior quality gray cast iron conforming to the requirements of ASTM A 48. Drawings of all manhole frames and covers proposed for use shall be submitted for approval before items are shipped. E. Resilient materials for connectors and filler rings shall be manufactured of natural or synthetic rubber and shall conform to the requirements prescribed in Table 1 of ASTM C923. F. All joints shall be tongue and groove except for the grade rings and all joints shall be watertight. Con Sea] CS-102 flexible plastic gaskets or approved equal shall be used in all joints. All joints shall be primed prior to the application of the joint sealing material. 01229507 PRECAST CONCRETE FOR WATER/SEWER 03410 - 2 02/09 i, Lubbock Business Park Phase 1B Streets, Water and Sewer 2.2 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. B. Steel Wire: ASTM A 82, plain, cold -drawn steel. C. Welded Wire Fabric: ASTM A 185. D. Welded Deformed Steel Wire Fabric: ASTM A 497. E. Supports for Reinforcement: Provide supports for reinforcement including bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing, complying with CRSI recommendations. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I or Type III. B. Use only one brand and type of cement throughout Project, unless otherwise acceptable to Owner's representative. C. Aggregates: ASTM C 33, and as specified here. Provide aggregates from a single source for exposed concrete. 1. Local aggregates not complying with ASTM C 33, but that have shown by special test or actual service to produce concrete of adequate strength and durability, may be used.when acceptable to the Owner's representative. D. Lightweight Aggregate: ASTM C 330. E. Water: Potable. F. Admixtures, General: Provide admixtures for concrete that contain not more than 0.1 percent chloride ions. G. Air -Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures. H. Water -Reducing Admixture: ASTM C 494, Type A, or other Type approved for fabricator's units. 2.4 GROUT MATERIALS A. Cement Grout: Portland cement, ASTM C 150 (Type I), and clean, natural sand, ASTM C 404. Mix at ratio of 1.0 part cement to 3.0 parts sand, by volume, with minimum water required for placement and hydration. B. Products: Subject to compliance with requirements, provide one of the following: 2.5 MIX PROPORTION AND DESIGN A. Prepare design mixes for each type of concrete required. B. Design mixes may be prepared by independent testing facility or by qualified precast manufacturing plant personnel at precast manufacturer's option. C. Proportion mixes by either laboratory trial batch or field experience methods using materials to be employed on the Project for each type of concrete required complying with ACI 318. 1. Produce standard -weight concrete consisting of specified portland cement, aggregates, admixtures, and water to produce the following properties: a. Compressive strength--5000 psi minimum at 28 days. b. Release strength for prestressed units--3500 psi. 2. Cure compression test cylinders using same methods as for precast concrete work. 01229507 PRECAST CONCRETE FOR WATER/SEWER 03410 - 3 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer D. Submit written reports to Owner of proposed mix for each type of concrete at least 15 days prior to start of precast unit production. Do not begin concrete production until mixes and evaluations have been reviewed by Owner. E. Adjusting Concrete Mixes: Mix design adjustments may be requested when characteristics of materials, job conditions, weather, test results, or other circumstances warrant. Laboratory test data for revised mix designs and strength results must be submitted to and accepted by Owner's representative before using in the Work. F. Admixtures: Use air -entraining admixture in concrete, unless otherwise indicated. 1. Use water -reducing admixtures in strict compliance with manufacturer's directions. Admixtures to increase cement dispersion, or provide increased workability for low -slump concrete, may be used subject to Owner's acceptance. 2. Use- amounts as recommended by admixture manufacturer for climatic conditions prevailing at time of placing. Adjust quantities of admixtures as required to maintain quality control. 2.6 FABRICATION A. General: Fabricate precast concrete units complying with manufacturing and testing procedures, quality control recommendations, and dimensional tolerances of PCI MNL-116 and as specified for types of units required. B. A shorter mixing time than that specified in ASTM C 94 may be required during hot weather or =} under conditions contributing to rapidly setting concrete. 1. When the air temperature is between 85 deg F (30 deg C) and 90 deg F (32 deg C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes. When air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. C. Cast -in openings larger than 12 inches in diameter or 12 inches square in accordance with final shop drawings. Other smaller holes may be field cut by trades requiring. them, as acceptable to _. Owner's representative. D. Coat surfaces of forms with bond -breaking compound before reinforcement is placed. Provide commercial formula form -coating compounds that will not bond with, stain, or adversely affect concrete surfaces, and that will not impair subsequent treatments of concrete surfaces requiring bond or adhesion. Apply in compliance with manufacturer's instructions. hil E. Clean reinforcement of loose rust and mill scale, earth, and other materials that reduce or destroy the bond with concrete. F. Accurately position, support, and secure reinforcement against displacement by formwork, construction, or concrete placement operations. Locate and support reinforcement by metal chairs, runners, bolsters, spacers and .hangers, as required. G. Place reinforcement to obtain at least the minimum coverages for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position while placing concrete. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. H. Place concrete in a continuous operation to prevent seams or planes of weakness from forming , in precast units, complying with requirements of ACI 304. Thoroughly consolidate placed concrete by internal and external vibration without dislocating or damaging reinforcement and built-in items. I. Identify pick-up points and orientation in structure with permanent markings, complying with markings indicated on final shop drawings. Imprint casting date on each precast unit on a LJ surface that will not show in the finished structure. t! 01229507 PRECAST CONCRETE FOR WATER/SEWER 03410 - 4 LJ 02109 .` Lubbock Business Park Phase 1B Streets, Water and Sewer J. Cure by low-pressure steam, steam vapor, radiant heat and moisture, or another similar process toaccelerate concrete hardening and to reduce curing time. K. Finish formed surfaces of precast concrete as indicated for each type of unit, and as follows: 1. Standard Finish: Normal plant -run finish produced in forms that impart a•smooth finish to concrete. Small surface holes caused by air bubbles, normal color variations and form joint marks, and minor chips and spalls will be tolerated. Major or unsightly imperfections, honeycomb, or structural defects are not permitted. 2.7 SOURCE QUALITY CONTROL A. The Owner may employ an independent testing laboratory to evaluate precast manufacturer's quality control and testing methods. B. The precast manufacturer shall allow Owner's testing facility access to materials storage areas, concrete production equipment, and concrete placement and curing facilities. Cooperate with Owner's testing laboratory and provide samples of materials and concrete mixes as may be requested for additional testing and evaluation. C. Dimensional Tolerances: Units having dimensions smaller or greater than required and outside specified tolerance limits may be subject to additional testing as specified here. D. Precast units having dimensions greater than required will be rejected if the appearance or function of the structure is adversely affected or if larger dimensions interfere with other construction. Repair or remove and replace rejected units, as required, to meet construction conditions. E. Strength of precast concrete units will be considered potentially deficient if the manufacturing processes fail to comply with any of the requirements that may affect the strength of the precast units, including the following conditions: 1. Failure to meet compressive strength tests requirements. 2. Concrete curing, and protection of precast units against extremes in temperature not as specified. 3. Precast units damaged during handling and erection. F. Defective Work: Remove precast concrete units that do.not conform to specified requirements, including strength, tolerances, and finishes. Replace with precast concrete units that meet requirements of this section. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Erection Tolerances: Install precast units without exceeding tolerance limits specified in PCI MNL-127, "Recommended Practice for Erection of Precast Concrete." 1. Grouting Connections and Joints: After precast concrete units have been placed and secured, grout open spaces at connection and joints as follows: 2. Cement grout consisting of 1 part portland cement, 2-1/2 parts sand, and only enough water to properly mix and hydrate. 3. Provide forms or other acceptable method to retain grout in place until sufficiently hard to support itself. Pack spaces with stiff grout material, tamping until voids are completely filled. Place grout to finish smooth, plumb, and level with adjacent concrete surfaces. Keep grouted joints damp for not less than 24 hours after initial set. Promptly remove grout material from exposed surfaces before it hardens. 01229507 PRECAST CONCRETE FOR WATERISEWER 03410 - 5 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer B. Precast Reinforced Concrete Manholes 1. After the excavation has been completed, the concrete base or bottom shall be poured in accordance with the details shown on the plans. 2. The pipe shall be laid through the manholes and, upon completion of the invert, the top half of the pipe shall be removed. Where there is a change in direction of the main, and where lateral lines enter the manhole, the inverts shall be neatly formed with concrete. The inverts shall have a true curve of as large a radius as the size of the manhole will permit and shall be given a smooth trowel finish. 3. When the concrete bottom has properly cured for not less than 24-hours, the precast manhole shall be installed. ConSeal CS-102 flexible plastic gaskets or equal shall be used in the tongue and groove joints and the joint between the manhole bottom section and the manhole base. The bottom ring shall be grouted in as shown on the plans. Concrete grade rings shall be used to adjust the manhole frame to the proper grades; the maximum extension of the top section shall not exceed 12-inches. C. Manhole Testing A leakage test shall be performed on each manhole installed in this project. The manhole leakage test shall not be performed until a backfill around the manhole has been in place in for at least 48 hours. Manhole leakage tests may be performed by one of two methods: 1. A hydrostatic exfiltration test or 2. A vacuum test. a. Manhole Hydrostatic Exfiltration Test All wastewater lines entering the manhole shall be temporarily plugged with an internal pipe plug. The manhole shall be filled with water to the manhole ring and allowed to stand for 24 hours in order to allow saturation of the concrete. Following the 24-hour saturation period, the manhole shall be refilled with water to the manhole ring and the test period begun. The contractor shall provide test equipment in which the volume of water lost can be accurately metered or measured. The minimum test period shall be one hour. The maximum allowable loss rate shall not be greater than 0.025 gallons per foot of manhole diameter per foot of manhole depth per hour. The exfiltration test shall only be performed in the presence of the Owner's representative. Any manhole which fails the hydrostatic exfiltration test shall be repaired, reworked or replaced as applicable at the Contractor's expense until the manhole passes the required test. b. Manhole Vacuum Test The manhole vacuum test shall be equal to that offered and described by Cherne Industries Inc., 5700 Lincoln Drive, Minneapolis, MN 55436, telephone (612) 933-5501, or equivalent. Manufacturer's literature, procedures and recommendations shall be submitted to the Engineer. Any manhole which fails the vacuum test shall be repaired, reworked or replaced as applicable at the Contractor's expense until the manhole passes the required test. Manhole vacuum tests shall only be performed in the presence of the Engineer. Contact the Engineer at least 48 hours in advance of testing activities. END OF SECTION 01229507 PRECAST CONCRETE FOR WATER/SEWER 03410 - 6 02l09 T. a Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 09703 REHABILITATION AND CORROSION PROTECTION PART 1- GENERAL 1.1 SUMMARY A. This specification covers all labor, materials, equipment and services necessary to complete the rehabilitation and installation of corrosion protection for manholes as herein specified. B. Related Sections: Environmental, Health and Safety 1.2 REFERENCES A. ASTM D638 - Tensile Properties of Plastics. B. ASTM D790 - Flexural Properties of Unreinforced and Reinforced Plastics. C. ASTM D695 - Compressive Properties of Rigid Plastics. D. ASTM D4541- Pull -off Strength of Coatings Using a Portable Adhesion Tester. E. ASTM D2584 - Volatile Matter Content. F. ASTM D543 - Resistance of Plastics to Chemical Reagents. G. ASTM C109 - Compressive Strength Hydraulic Cement Mortars. H. ACI 506.2-77 - Specifications for Materials, Proportioning, and Application of Shotcrete. I. ASTM C579 - Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars. J. SSPC SP-13/NACE No. 6 — Surface Preparation of Concrete. K. ASTM - The published standards of the American Society for Testing and Materials, West Conshohocken, PA. L. NACE - The published standards of National Association of Corrosion Engineers (NACE International), Houston, TX. M. SSPC - The published standards of the Society of Protective Coatings, Pittsburgh, PA. N. Los Angeles County Sanitation District — Evaluation of Protective Coatings for Concrete. O. SSPWC 210-2.3.3 - Chemical resistance testing published in the Standard Specifications for Public Works Construction (otherwise known as "The Greenbook"). 1.3 SUBMITTALS A. Product Data: 1. Technical data sheet on each product used. 2. Material Safety Data Sheet (MSDS) for each product used. 3. Copies of independent testing performed on the coating product indicating the product meets the requirements as specified herein. 4. Technical data sheet and project specific data for repair materials to be topcoated with the coating product(s) including application, cure time and surface preparation procedures. 01229507 REHABILITATION AND CORROSION PROTECTION 09703 - 1 02/09 Lubbock Business Park Phase I Streets, Water and Sewer B. Contractor Data: 1. Current documentation from coating product manufacturer certifying Contractor's training and equipment complies with the Quality Assurance requirements specified herein. 2. Five (5) recent references of Contractor indicating successful application of coating product(s) of the same material type as specified herein, applied by spray application within the municipal wastewater environment. 1.4 QUALITY ASSURANCE A. Coating product(s) shall be capable of being installed and curing properly within the specified environment(s). Coating product(s) shall be resistant to all forms of chemical or bacteriological attack found in municipal sanitary sewer systems; and, capable of adhering to the substrates and repair product(s). B. Repair product(s) shall be fully compatible with coating product(s) including ability to bond effectively to the host substrate and coating product(s) forming a composite system. C. Contractor shall utilize equipment for the spray application of the coating product(s) which has been approved by the coating product manufacturer; and, Contractor shall have received training on the operation and maintenance of said equipment from the coating product manufacturer. D. Contractor shall be trained by, or have their training approved and certified by, the coating product manufacturer for the handling, nixing, application and inspection of the coating product(s) to be used as specified herein. E. Inspectors shall be trained in the use of testing or inspection instrumentation and knowledgeable of the proper use, preparation and installation of the coating product(s) to be used as specified herein. F. Contractor shall initiate and enforce quality control procedures consistent with the coating product(s) manufacturer recommendations and applicable NACE or SSPC standards as referenced herein. G. Pre -construction meeting shall take place no less than two weeks prior to Contractor mobilization. All parties to have physical presence on the project during construction shall be present. At this meeting responsibilities and authorities during construction shall be discerned; comments and questions regarding materials and execution of these specifications shall be presented and addressed. 1.5 DELIVERY, -STORAGE, AND HANDLING A. Materials are to be kept dry, protected from weather and stored under cover. B. Protective coating materials are to be stored between 50 deg F and 90 deg F. Do not store near flame, heat or strong oxidants. C. Protective coating materials are to be handled according to their material safety data sheets. 1.6 SITE CONDITIONS A. Contractor shall conform with all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. B. Confined space entry, flow diversion and/or bypass plans shall be presented by Contractor to Owner as necessary to perform the specified work. 01229507 REHABILITATION AND CORROSION PROTECTION 09703 - 2 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.7 SPECIAL WARRANTY A. Contractor shall warrant all work against defects in materials and workmanship for a period of one (1) year, unless otherwise noted, from the date of final acceptance of the project. Contractor shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said -one (1) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the Owner. PART 2 - PRODUCTS 2.1 EXISTING PRODUCTS A. Standard Portland cement or new concrete (not quick setting high strength cement) must cured a minimum of 28 days prior to application of the coating product(s). B. Remove existing coatings prior to application of the coating product(s) which may affect the performance and adhesion of the coating product(s). C. Thoroughly clean and prepare existing products to effect a seal with the coating product(s). 2.2 REPAIR AND RESURFACING PRODUCTS A. Repair products shall be used to fill voids, bugholes, and/or smooth transitions between components prior to the installation of the coating product(s). Repair materials must be compatible with the specified coating product(s) and shall be used and applied in accordance with the manufacturer's recommendations. B. Resurfacing products shall be used to fill large voids, lost mortar in masonry structures, smooth deteriorated surfaces and rebuild severely deteriorated structures. C. The following products may be accepted and approved if approved by the manufacturer(s) for suitability and compatibility in topcoating with the specified coating product(s) for use within the specifications: 1. 100% solids, solvent -free epoxy grout, including the specified coating product(s) enhanced with Raven Fortifier. 2. Factory blended, rapid setting, high early strength, fiber reinforced, non -shrink repair mortar that can be trowelled or pneumatically spray applied, such as Quadex Inc. Aluminaliner or Hyperform. 3. Polymer modified or enhanced cementitious patch and repair materials, including Quadex Inc. Hyperform enhanced with Raven WB. 2.3 COATING PRODUCTS A. Manufacturer: Raven Lining Systems, Inc., Tulsa, Oklahoma 800-324-2810, 918-615- 0020 or FAX 918-615-0140. B. Product: Raven 405 — 100% solids, solvent -free ultra high -build epoxy system exhibiting the following characteristics: 1. Product Type: amine cured epoxy 2. VOC Content (ASTM D2584): 0% 3. Compressive Strength, psi (ASTM D695): 18,000 (minimum) 4. Tensile Strength, psi (ASTM D638): 7,500 (minimum) 01229507 REHABILITATION AND CORROSION PROTECTION 09703 - 3 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 5. Flexural Modulus, psi (ASTM D790): 600,000 (minimum) 6. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) failure 7. Chemical Resistance (ASTM D543/G20) all types of service for: a. Municipal sanitary sewer environment b. Sulfuric acid, 30% C. Sodium hydroxide, 5% 8. Successful Pass: Sanitation District of L.A. County Coating Evaulation Study or SSPWC 210.2.3.3 (Greenbook "Pickle Jar" Chemical Resistance test) 2.4 COATING APPLICATION EQUIPMENT A. Manufacturer approved heated plural component spray equipment. B. Hard to reach areas, primer application and touch-up may be performed using hand tools. PART 3 - EXECUTION 3.1 EXAMINATION A. Appropriate actions shall be taken by Contractor to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety during work. B. All structures to be coated shall be readily accessible to Contractor. C. New Portland cement concrete structures shall have endured a minimum of 28 days since manufacture prior to commencing coating installation. D. Any active flows shall be dammed, plugged or diverted as required to ensure all liquids are maintained below or away from the surfaces to be coated. E. Temperature of the surface to be coated should be maintained between 40 and 120 deg F. F. Specified surfaces should be shielded to avoid exposure of direct sunlight or other intense heat source. Where varying surface temperatures do exist, coating installation should be scheduled when the temperature is falling versus rising. G. Prior to commencing surface preparation, Contractor shall inspect all surfaces specified to receive the coating and notify Owner, in writing, of any noticeable disparity in the site, structure or surfaces which may interfere with the work, use of materials or procedures as specified herein. 3.2 SURFACE PREPARATION A. Oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants which may affect the performance and adhesion of the coating to the substrate shall be removed. B. Concrete and/or mortar damaged by corrosion, chemical attack or other means of degradation shall be removed so that sound substrate remains. C. Choice of surface preparation method(s) should be based upon the condition of the structure and concrete or masonry surface, potential contaminants present, access to perform work, and required cleanliness and profile of the prepared surface to receive the coating product(s). 01229507 REHABILITATION AND CORROSION PROTECTION 09703 - 4 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer D. Surface preparation method, or combination of methods, that may be used include high pressure water cleaning, water jetting, abrasive blasting, shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and others as referenced in NACE No. 6/SSPC SP-13. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound clean neutralized surface suitable for the specified coating product(s). E. Infiltration shall be stopped by using a material which is compatible with the repair products and is suitable for topcoating with the coating product(s). 3.3 APPLICATION OF REPAIR AND RESURFACING PRODUCTS A. Areas where rebar has been exposed shall be repaired in accordance with the Project Engineer's recommendations. B. [Optional insertion if rebar is known to be exposed, and replacement not required.] Areas where rebar has been exposed and is corroded shall be first prepared in accordance with Section 3.2. The exposed rebar shall then be abrasive blasted and coated with coating product specified. C. Repair products shall be used to fill voids, bugholes, and other surface defects which may affect the performance or adhesion of the coating product(s). D. Resurfacing products shall be used to repair, smooth or rebuild surfaces with rough profiles to provide a concrete or masonry substrate suitable for the coating product(s) to be applied. These products shall be installed to minimum thickness as recommended within manufacturers published guidelines. Should structural rebuild be necessary, these products shall be installed to a thickness as specified by the Project Engineer. E. Repair and resurfacing products shall be handled, mixed, installed and cured in accordance with manufacturer guidelines. F. All repaired or resurfaced surfaces shall be inspected for cleanliness and suitability to receive the coating product(s). Additional surface preparation may be required prior to coating application. 3A APPLICATION OF COATING PRODUCT(S) A. Application procedures shall conform to the recommendations of the coating product(s) manufacturer, including environmental controls, product handling, mixing, application equipment and methods. B. Spray equipment shall be specifically designed to accurately ratio and apply the coating product(s) and shall be in proper working order. C. Contractors qualified in accordance with Section 1.4 of these specifications shall perform all aspects of coating product(s) installation. D. Prepared surfaces shall be coated by spray application of the coating product(s) described herein to a minimum wet film thickness of 125 mils. E. Subsequent topcoating or additional coats of the coating product(s) shall occur within the product's recoat window. Additional surface preparation procedures will be required if this recoat window is exceeded. F. Coating product(s) shall interface with adjoining construction materials throughout the manhole structure to effectively seal and protect concrete or masonry substrates from infiltration and attack by corrosive elements. Procedures and materials necessary to effect this interface shall be as recommended by the coating product(s) manufacturer. 01229507 REHABILITATION AND CORROSION PROTECTION 09703 - 5 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer G. Termination points of the coating product(s) shall be made at the manhole chimney joint, 1" below normal flow levels at the bench or within the invert [unless invert is specified to receive coating], and a minimum of 1" interfacing with each pipe penetration. H. [Optional] Sewage flow shall be stopped, bypassed or diverted for application of the coating product(s) to the invert and interface with pipe materials. 3.5 TESTING AND INSPECTION A. During application a wet film thickness gauge, meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be used. Measurements shall be taken, documented and attested to by Contractor for submission to Owner. B. After the coating product(s) have set in accordance with manufacturer instructions, all surfaces shall be inspected for holidays with high -voltage holiday detection equipment. Reference NACE RPO 188-99 for performing holiday detection. All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional coating can be hand applied to the repair area. All touch-up/repair procedures shall follow the coating manufacturer's recommendations. Documentation on areas tested, results and repairs made shall be provided to Owner by Contractor. ' C. A minimum of 10% of the manholes coated shall be tested for adhesion/bond of the coating to the substrate. Testing shall be conducted in accordance with ASTM D4541 as modified herein. Owner's representative shall select the manholes to be tested. A minimum of three 20 min dollies shall be affixed to the coated surface at the cone area, mid section and at the bottom of the structure. The adhesive used to attach the dollies to the coating shall be rapid setting with tensile strengths in excess of the coating product and permitted to cure in accordance with manufacturer recommendations. The coating and dollies shall be adequately prepared to receive the adhesive. Failure of the dolly adhesive shall be deemed a non -test and require retesting. Prior to performing the pull test, the coating shall be scored to within 30 mils of the substrate by mechanical means without disturbing the dolly or bond within the test area. Two of the three adhesion pulls shall exceed 200 psi or concrete failure with more than 50% of the subsurface adhered to the coating. Should a structure fail to achieve two successful pulls as described above, additional testing shall be performed at the discretion of the Owner or Project Engineer. Any areas detected to have inadequate bond strength shall be evaluated by the Project Engineer. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by Contractor. D. Visual inspection shall be made by the Project Engineer and/or Inspector. Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by Contractor. E. The municipal sewer system may be returned to full operational service as soon as the final inspection has taken, place. END OF SECTION 09703 01229507 REHABILITATION AND CORROSION PROTECTION 09703 - 6 02/09 Lubbock Business Park Phase 1B s Streets, Water and Sewer 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 1 - General Requirements apply to work in this section. 1.2 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. 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. F. 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. G. The contractor shall familiarize himself with the existing conditions of the site and advise the Engineer of any discrepancy or conflict prior to proposal. H. 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 proposal. I. All equipment and material shall be installed in accordance with the applicable manufacturer's recommendations and standards. J. Contractor shall be responsible for coordinating with the utility service provider to verify all locations, routing, equipment and labor that will be furnished as a part of this contract. K. Any fees or charges associated with' delivering permanent power for the project shall be included in the Contractor's proposal. 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 mentioned by model number and/or manufacturer's name in the specifications or in schedules on the drawings. 01229507 BASIC ELECTRICAL METHODS 16000 - 1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer ` 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, assembly, installation, or erection (approval by Engineer 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. 5. Be complete with respect to 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 required to accommodate the equipment supplied, without additional charge to the Owner. The 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 manufacturer's current and standard design. C. Altitude: Equipment affected by altitude shall perform satisfactorily for the function intended at the altitude of the project site. D. Detectable Warning Tape: Acid and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, minimum 6" wide and 4 mils thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30" deep; colored as follows: 1. Red: Electric. 01229507 BASIC ELECTRICAL METHODS 16000 - 2 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer E. Backfill Material 1. Material 4" below and 12" above pipes and conduit shall be natural or manufactured sand complying to ASTM C 33. 2. Material more than 12" above pipes and conduits shall be sand indicated above or native fill free of rock or gravel larger than 3/8" in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. F. Burial depths shall be in accordance with Article 300.5 of the National Electrical Code 2005 -and the. Drawings. PART 3 - EXECUTION 3.1 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. B. The Electrical Contractor shall check all areas and surfaces where electrical equipment material is to be installed, removed or relocated and report any unsatisfactory conditions before starting work. C. Commencement of work signifies this Contractor's acceptance of existing conditions. D. In the acceptance or rejection of the finished installation, no allowance will be made for lack of skill on the part of workmen. E. Surfaces requiring coatings will be completed prior to installation of any electrical work on these surfaces. F. The electrical drawings are diagrammatic. The installation requirements shall be carefully coordinated with actual site conditions and shall be adjusted to avoid conflict. G. 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. H. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. I. Excavation for Pipe and Conduit 1. Excavate trenches to indicated gradients, lines, depths, and elevations. 2. Excavate trenches to uniform widths to provide a working clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12" higher than top of pipe or conduit, unless otherwise indicated. 3. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. a. For pipes and conduit less than 6" in nominal diameter and flat-bottomed, multiple -duct conduit units, hand excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. b. For pipes and conduit 6" or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. C. Excavate trenches 4" deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 01229507 BASIC ELECTRICAL METHODS 16000 - 3 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 4. Place backfill and fill materials in layers not more than 8" in loose depth for material compacted by heavy compaction equipment, and not more than 4" in loose depth for material compacted by hand -operated tampers. 5. Compact soil to not less than the following percentages of maximum dry unit weight �r according to ASTM D 698: a. Under structures, building slabs, steps, and pavements, scarify and recompact top 12" of existing subgrade and each layer of backfill or fill material at 95 percent. b. Under walkways, scarify and recompact top 6" below subgrade and compact each layer of backfill or fill material at 92 percent. C. Under lawn or unpaved areas, scarify and recompact top 6" below subgrade and compact each layer of backfill or fill material at 85 percent. 6. Install detectable warning tape above conduits and pipe, 12" below finished grade, except 6" below subgrade under pavements and slabs. 7. Protection a. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. b. Repair and reestablish grades to specified tolerances where completed or partially . completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1) Scarify or remove and replace soil material to depth as directed by Architect; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1) Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 8. Disposal of Surplus and Waste Materials a. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's i property unless otherwise directed by Owner. b. Repair: Any damage to shrubs, grass or structures shall be repaired to previous condition by Contractor at no additional expense to Owner. C. As part of this project. Lubbock Power & Light shall provide the poles and light fixtures for the project. It shall be the responsibility of the Contractor to provide pickup and material handling from LP&L's facilities. In addition, all wiring, conduit, boxes and miscellaneous materials shall be provided and installed by the Contractor as required for a complete and operable system. 3.2 PERFORMANCE TESTS A. Thoroughly test all control circuits, 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 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. Perform such other tests as required by other sections of these specifications or as requested to prove acceptability. 01229507 02l09 BASIC ELECTRICAL METHODS 16000 - 4 Lubbock Business Park Phase la Seta Water and Sewer D. Furnish all instruments and labor for ksbn. E. All material installed shall be listed, inspected, and approved banationally accepted testing laboratory such as UL and/or ETL.All material shall bear the UL 2£TL label where available. 33 SUBMITTAL AND APPROVAL OF MATERIALS A All requirements for submitt@Ss al comply with the applicable provisions included in the individual specification sections. 01229507 0 m9 END OF SECTION160 BASIC ELECTRICAL METHODS 16000.5 Page Intentionally Left Blank Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 16111 CONDUIT PART 1- GENERAL A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Metallic Conduit. B. Non-metallic PVC Conduit. C. Fittings and conduit bodies. 1.3 RELATED SECTIONS A. Section 16130 - Boxes. B. Section 16170 - Grounding and Bonding. C. Section 16190 - Supporting Devices. D. 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. ANSIlNEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. D. ANSI/NFPA 70 - National Electrical Code. E. NECA "Standard of Installation." F. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.5 DESIGN REQUIREMENTS A. Conduit Size: ANSI/NFPA 70. 1.6 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide for metallic conduit, nonmetallic conduit, fittings and conduit bodies. 1.7 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual routing of conduits. 01229507 02109 CONDUIT Lubbock Business Park Phase 1B Streets, Water and Sewer 1.8 REGULATORY REQUIREMENTS A. Conform to.requirements of ANSVNFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.9 DELIVERY, STORAGE, 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. D. Protect PVC conduit from sunlight. 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: 3/4 inch unless otherwise specified. B. Branch circuits routed beneath pedestrian areas shall be direct -buried schedule 40 PVC. C. All non-metallic conduit shall transition to rigid steel at the 90. 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. 2.3 NON-METALLIC PVC CONDUIT A. Manufacturers: 1. Carlon 2. Allied 3. Substitutions: Under provisions of other sections. B. Description: NEMA TC2, Schedule 40 PVC. Flame retardant type resistant to bending and cracking. C. Fittings and Conduit Bodies: NEMA TC3. D. Vertical risers and ells installed below grade shall be rigid steel conduit with protective wrapping or PVC coating. 01229507 CONDUIT 16111 - 2 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer E. Do not use above grade. F. Joints made with PVC fittings shall be applied with solvent compound after thorough cleaning. 2.4 CONDUIT FITTINGS A. Refer to Section 16170 for use of grounding type bushing. 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, lay -in adjustable hangers, clevis hangers, and split hangers. E. Group related conduits; support using conduit rack. Construct rack using steel channel. F. Maintain adequate clearance between conduit and piping. G. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. H. Cut conduit square using saw or pipecutter; de -burr cut ends. I. Bring conduit to shoulder of fittings; fasten securely. J. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. K. 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. L. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. M. Provide suitable pull string in each empty conduit except sleeves and nipples. N. Use suitable caps to protect installed conduit against entrance of dirt and moisture. O. Ground and bond conduit under provisions of Section 16170. P. Identify conduit under provisions of Section 16195. Q. Ducts shall be cleaned with an flexible mandrel assembly. R. 'All conduits passing vertically through slabs on grade shall be PVC -coated or wrapped rigid steel. Rigid steel conduits shall be applied with protective coatings as indicated herein. The transition from PVC to steel conduit shall be below grade. S. Underground branch circuit extensions to lighting fixtures and other branch circuits may be direct buried PVC conduit. T. Minimum cover for underground conduits shall be 30 inches unless otherwise noted. END OF SECTION 16111 01229507 CONDUIT 16111 - 3 02/09 Page Intentionally Left Blank Lubbock Business Park Phase 1B Streets; Water and Sewer SECTION 16123 hiili7►11 : PART 1- GENERAL 1.1 SECTION INCLUDES A. Wire and cable. B. Wiring connectors and connections. 1.2 RELATED SECTIONS A. Section 16195 - Electrical Identification. 1.3 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. 1.4 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide for each cable assembly type. 1.5 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. 1.6 SUBMITTALS AT PROJECT CLOSEOUT A. Section 01700 - Contract Closeout: Procedures for submittals. B. Project Record Documents: Record actual locations of components and circuits. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years documented experience. 01229507 02109 WIRE AND CABLE 16123 - 1 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.8 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. 1.9 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 muting indicated is approximate unless dimensioned. 1.10 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 required. PART2-PRODUCTS 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: Minimum requirements of NFPA 70 and as specified herein. F. MC Cable: Shall not be utilized on this project. 2.2 WIRING CONNECTORS A. Split Bolt Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. B. Solderless Pressure Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. 01229507 WIRE AND CABLE 16123 - 2 02109 { Lubbock Business Park Phase 1B Streets; Water and Sewer 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 that work likely to damage wire and cable has been completed. C. 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 building 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 stranded conductors for control circuits. F. Use conductor not smaller than 12 AWG for power and lighting circuits. G. Use conductor not smaller than 14 AWG for control circuits. H. Use 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 100 feet and as indicated on the drawings. I. Install all conductors in conduit. J. PuIl all conductors into raceway at same time. K. Use suitable wire pulling lubricant for building wire 4 AWG and larger. L. Protect exposed cable from damage. M. All cables shall be neatly supported. N. Use suitable cable fittings and connectors. O. Neatly train and lace wiring inside boxes, equipment, and panelboards. P. Clean conductor surfaces before installing lugs and connectors. Q. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. 01229507 WIRE AND CABLE 16123 - 3 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer R. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape uninsulated conductors and connector with electrical. tape to 150 percent of insulation rating of conductor. S. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. T. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. U. Identify and color code wire and cable under provisions of Section 16195. Identify each conductor with its circuit number or other designation indicated. V. The number of conductors in each conduit run shall be limited to the requirements as indicated on the drawings and indicated in Article 310 of the 2002 National Electrical Code. 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 16123 01229507 WIRE AND CABLE 16123 - 4 02109 r `- _ Lubbock Business Park Phase IB Streets, Water and Sewer SECTION 16130 BOXES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Pull and junction boxes. 1.3 RELATED SECTIONS 1.4 A. Section 16140 - Wiring Devices: Wall plates in finished areas. A. NECA - Standard of Installation. B. NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies. C. NEMA OS 1 - Sheet -steel Outlet Boxes, Device Boxes, Covers, and Box Supports. D. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). E. NFPA 70 - National Electrical Code. 1.5 SUBMITTALS FOR CLOSEOUT A. Section 01700 - Contract Closeout: Submittals for Project closeout. B. Record actual locations and mounting heights of pull and junction boxes on project record documents. 1.6 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 PULL AND JUNCTION BOXES A. Above Grade Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat -flanged, surface mounted junction box: 1. Material: Galvanized cast iron. 2. Cover: Furnish with flange, neoprene gasket, and stainless steel cover screws. B. In -Grade Boxes: Reinforced fiberglass is acceptable in landscaping areas. 01229507 BOXES 16130 - 1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 2.2 EQUIPMENT ENCLOSURES A. Pad -mounted equipment enclosures shall meet the requirements as indicated on the drawings. Provide for all labor and material for custom painting of each enclosure. Color shall be selected by the Landscape Architect. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify locations of rough-in's all locations prior to rough -in. 3.2 INSTALLATION A. Install boxes in accordance with NECA "Standard of Installation." B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. C. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Adjust box location as required to accommodate intended purpose. D. Support boxes independently of conduit. E. Use cast outlet box in exterior locations exposed to the weather and wet locations. F. Permanently mount equipment enclosures to the concrete pads. G. All locations of junction boxes at the base of each pole shall be pre -approved by the Landscape Architect. Boxes are to be coordinated with the landscaping pavers. 3.3 INTERFACE WITH OTHER PRODUCTS A. Coordinate Installation of outlet box for equipment connected under Section 16180. 3.4 ADJUSTING A. Section 01700 - Contract Closeout: Adjusting installed work. B. Adjust flush -mounting outlets to make front flush with finished surface material. C. Install knockout closures in unused box openings. 3.5 CLEANING A. Section 01700 - Contract Closeout: Cleaning installed work. B. Clean interior of boxes to remove dust, debris, and other material. C. Clean exposed surfaces and restore finish. END OF SECTION 16130 01229507 BOXES 16130 - 2 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 16140 ;- WIRING DEVICES t 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. 1.2 SECTION INCLUDES A. Receptacles. 1.3 RELATED SECTIONS A. Section 16130 - Boxes. 1.4 REFERENCES A. NECA - Standard of Installation. B. NEMA WD 1 - General Requirements for Wiring Devices. C. NEMA WD 6 - Wiring Device -- Dimensional Requirements. D. NFPA 70 - National Electrical Code. 1.5 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide manufacturer's catalog information showing dimensions, colors, and configurations. C. Manufacturers with similar catalog numbers will not be considered as a basis for an equivalent product. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose specified and indicated. 01229507 WIRING DEVICES 16140 - 1 02/09 Lubbock Business Park Phase IB Streets, Water and Sewer PART 2 - PRODUCTS 2.1 RECEPTACLES A. Manufacturers: 1. Hubbell HBL GF5352-I 2. Substitutions: Refer to Section 01600. Equivalent. B. Description: NEMA WD 1, Heavy-duty general use receptacle, with wraparound bridge, brass center rivet, triple wipe contacts and grounding contacts integral with backstrap (no rivets). C. Device Body: Ivory impact -resistant thermoplastic. D. Configuration: NEMA WD 6, type as specified and indicated. E. Convenience Receptacle: Type 5-20. F. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements. All devices shall be GFCI type. 2.2 WALL PLATES A. Weatherproof Cover Plate: Gasketed cast metal with weatherproof in -use device cover on exterior devices. B. Surface Mounted Plates: Galvanized steel plates PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions prior to beginning work. B. Verify that outlet boxes are installed at proper height. C. Verify that branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. 3.2 PREPARATION A. Clean debris from outlet boxes. 3.3 INSTALLATION A. Install in accordance with NECA "Standard of Installation." B. Install devices plumb and level. C. Install receptacles with grounding pole on top. D. Connect wiring device grounding terminal to branch circuit equipment grounding conductor. E. Connect wiring devices by wrapping conductor around screw terminal. F. Install blank cover plate to match other plates on all unused boxes. 3.4 INTERFACE WITH OTHER PRODUCTS A. Coordinate locations of outlet boxes provided under Section 16130 to obtain mounting heights specified and indicated on drawings. B. Refer to plans for mounting limitations and requirements. 01229507 WIRING DEVICES 16140 - 2 02109 Lubbock Business Park Phase 1B Streets, Water and Sewer 3.5 FIELD QUALITY CONTROL A. Section 01400 - Quality Control: Field inspection, testing, adjusting, and balancing. B. Inspect each wiring device for defects. C. Verify that each receptacle device is energized. D. Test each receptacle device for proper polarity. E. Test each GFCI receptacle device for proper operation. 3.6 ADJUSTING A. Section 01700 - Contract Closeout: Adjusting installed work. B. Adjust devices and wall plates to be flush and level. 3.7 CLEANING A. Section 01700 - Contract Closeout: Cleaning installed work. B. Clean exposed surfaces to remove splatters and restore finish. END OF SECTION 16140 01229507 WIRING DEVICES 16140 - 3 02l09 Page Intentionally Left Blank v Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 16170 GROUNDING AND BONDING 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 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. Metal frame of equipment. B. 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. 01229507 GROUNDING AND BONDING 16170 - 1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer 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 ROD ELECTRODES A. Material: Copper. B. Diameter. 3/4 inch. C. Length: 10 feet. 2.2 MECHANICAL CONNECTORS A. Material: Mechanical connections shall be made with Burndy Hy -Ground, 12 ton crimping system or an approved equal. 2.3 EXOTHERMIC CONNECTIONS A. Manufacturers: Cadweld. A. Material: Stranded copper. B. Grounding Electrode Conductor: Minimum size to meet NFPA 70 requirements or as indicated on the drawings. 2.5 CONDUIT FITTINGS A. At all feeder and service entrance conduits provide grounding type bushings and shall be bonded to the panelboard ground bus. Bushings shall be fitted with a one hole lug. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions prior to beginning work. B. Verify that final backfill and compaction has been completed before driving rod electrodes. 3.2 INSTALLATION A. Section 01400 - Quality Control: Manufacturer's instructions. B. Install rod electrodes. Install additional rod electrodes as required to achieve a resistance to ground of 10 ohms or less. Rods shall be installed with a minimum separation of 6 feet. 01229507 GROUNDING AND BONDING 16170 - 2 02109 Lubbock Business Park Phase 1B Streets, Water and Sewer C. Provide bonding to meet Regulatory Requirements. D. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. Refer to conduit fitting restrictions above. E. Grounding Electrode System: The new grounding electrode system shall consist of the common bonding of metallic panels, mounting and the associated grounding electrode system. F. 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 and as indicated on the drawings. G. The new pad mounted equipment enclosures shall be bonded to the grounding electrode system of each of the new service locations. H. Provide three driver ground rods bonded together and connected to the grounded electrode system at each service location. 3.3 FIELD QUALITY CONTROL A. Sectiom01400 - 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. 01229507 02/09 END OF SECTION 16170 GROUNDING AND BONDING 16170 - 3 Page Intentionally Left Blank Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 16190 SUPPORTING DEVICES 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 in this section. 1.2 SECTION INCLUDES A. Conduit and equipment supports. B. Anchors and fasteners. 1.3 REFERENCES A. NECA - National Electrical Contractors Association. B. ANSI/NFPA 70 - National Electrical Code. 1.4 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART 2 - PRODUCTS 2.1 PRODUCT REQUIREMENTS A. Materials and Finishes: Provide adequate corrosion resistance. B. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of equipment and conduit. Consider weight of wire in conduit when selecting products. C. Anchors and Fasteners: 1. Concrete Structural Elements: Use expansion anchors, powder actuated anchors and preset inserts. 2. Steel Structural Elements: Use beam clamps, spring steel clips and steel ramset fasteners. 3. Concrete Surfaces: Use self -drilling anchors and expansion anchors. 4. Sheet Metal: Use sheet metal screws. 5. Wood Elements: Use wood screws. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. 01229507 _ SUPPORTING DEVICES 16190 1 02/09 Lubbock Business Park Phase IB Streets, Water and Sewer B. Provide anchors, fasteners, and supports in accordance with NECA "Standard of Installation". C. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit. D. Obtain permission from Engineer before drilling or cutting structural members. E. Fabricate supports from structural steel as indicated on drawings. Rigidly weld members or use hexagon head bolts to present neat appearance with adequate strength and rigidity. Use lock washers under all nuts. F. Install cabinets and panelboards with minimum of four anchors. G. In wet and damp locations use steel channel supports to stand cabinets and panelboards one inch off wall. H. Install conduit supports a maximum spacing specified in the NEC. END OF SECTION 16190 01229507 SUPPORTING DEVICES 16190 - 2 02109 Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 16195 ELECTRICAL IDENTIFICATION 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 in this section. 1.2 SECTION INCLUDES A. Nameplates and labels. B. Wire and cable markers. 1.3 REFERENCES A. ANSI/NFPA 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-427 Self -Laminating Vinyl. Typed label to identify each termination end point of the conductor. DC conductors shall identify polarity. B. Locations: Each conductor at wireway, pull boxes, outlet and junction boxes, and each load connection. All conduit penetrations identifying the location of each end. C. Legend: 1. Power and Lighting Circuits: Branch circuit or feeder number indicated on drawings. D. Boxes: 1. Label each junction box in accessible locations to indicate the type of system (i.e.; security; power circuit - 1,3,5; etc.) Box labeling shall be pre -manufactured adhesive type. Markers shall not be permitted. 01229507 ELECTRICAL IDENTIFICATION 16195 -1 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer PART 3 - EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 3.2 APPLICATION A. Install nameplate and label parallel to equipment lines. B. Secure nameplate to equipment front using screws or rivets. C. Identify underground conduits using underground warning tape. Install one tape per trench at 12 inches below finished 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 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 16195 01229507 ELECTRICAL IDENTIFICATION 16195 - 2 02109 Lubbock Business Park Phase 1B Streets, Water and Sewer SECTION 16470 PANELBOARDS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 RELATED SECTIONS A. Section 16190 - Supporting Devices. B. Section 16195 - Electrical Identification: Engraved nameplates. 1.3 SUMMARY A. Section Includes 1. Distribution and Branch circuit panelboards. 2. Switchboards. B. References 1. NECA (National Electrical Contractors Association) "Standard of Installation." 2. NEMA AB 1 - Molded Case Circuit Breakers. 3. NEMA ICS 2 - Industrial Control Devices, Controllers, and Assemblies. 4. NEMA KS 1 - Enclosed Switches. 5. NEMA PB 1- Panelboards. 6. NEMA PB 1.1 - Instructions for Safe Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less. 7. NFPA 70 - National Electrical Code. 1.4 SUBMITTALS A. Submit under provisions of General Conditions. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus ampacity, integrated short circuit ampere rating, circuit breaker and fusible switch arrangement and sizes. B. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product. 1.5 PROJECT RECORD DOCUMENTS A. Submit under provisions of General Conditions. Record actual locations of Products; indicate actual branch circuit arrangement. 1.6 OPERATION AND MAINTENANCE DATA A. Submit under provisions of General Conditions. Maintenance Data: Include spare parts data listing; and recommended maintenance procedures and intervals. 01229507 02/09 16470 - 1 Lubbock Business Park Phase 1B Streets, Water and Sewer 1.7 QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. 1.8 QUALIFICATIONS A. Manufacturer. Company specializing in manufacturing the Products specified in this section with minimum five years experience. 1.9 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. Furnish products listed and classified by UL as suitable for purpose specified and indicated. 1.10 FIELD MEASUREMENTS A. Verify that field measurements are as indicated. 1.11 MAINTENANCE MATERIALS A. Provide maintenance materials under provisions of General Conditions. Provide two of each panelboard key if required. PART 2 - PRODUCTS 2.1 PANELBOARDS A. Manufacturers: 1. General Electric 2. Square-D 3. Westinghouse 4. Siemens panelboard products are not be acceptable. B. Description: NEMA PB-1, circuit breaker type. C. Panelboard Bus: Copper with ratings as indicated. Provide a copper ground bus in each panelboard. D. Minimum integrated short circuit rating: Fully rated devices with minimum levels as indicated. Series rated systems will not be allowed. Minimum calculated values are labeled on each panelboard and are indicated as "AIC". E. Molded Case Circuit Breakers: NEMA AB 1, bolt -on, circuit breakers with integral thermal and instantaneous magnetic trip in each pole. Provide circuit breakers UL listed as type RACR for air-conditioning equipment loads and type SWD for switching applications. F. Enclosure: NEMA PB-1, Type 1. G. Cabinet Front: Surface or recessed type as indicated on the drawings, fastened with concealed trim clamps, hinged door with flush lock, metal directory frame, and finished in manufacturer's standard gray enamel. 01229507 PANELBOARDS 16470 - 2 02/09 Lubbock Business Park Phase 1B Streets, Water and Sewer PART 3 - EXECUTION 3.1 INSTALLATION A. Install panelboards in accordance with NEMA PB 1.1. B. Install panelboards plumb. C. Provide supports in accordance with drawings and Section 16190. D. Height: 6 ft maximum to top of panelboard. E. Provide filler plates for unused spaces in panelboards. F. Provide typed circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes required to balance phase loads. Spare slots shall be labeled as such in erasable pencil on directory. G. Provide engraved plastic nameplates under the provisions of Section 16195. 3.2 FIELD QUALITY CONTROL A. Field inspect and test for grounds on each circuit after installation is completed. B. Measure steady state load currents at each panelboard feeder; rearrange circuits in the panelboard to balance the phase loads to within 20 percent of each other. Maintain proper phasing for multi -wire branch circuits. C. Visual and Mechanical Inspection: Inspect for physical damage, proper alignment, anchorage, and grounding. D. Check proper installation and tightness of connections for circuit breakers, fusible switches, and fuses. END OF SECTION 16470 01229507 PANELBOARDS 16470 - 3 02109 Page Intentionally Left Blank F: ' w MIN 0 OSHA 1926 SUBPART P Paste Intentionally Left Blank M OSHA 1926 SUBPART P For Information Only Page Intentionally Left Blank § 1926.606 If it is necessary to stand at the out- board or inboard edge of the deokload where less than 24 inches of bulwark, rail, coaming, or other protection ex- ists, all employees shall be provided with a suitable means of protection against failing from the deokload. (d) First -aid and lifesaving equipment. (1) Provisions for rendering first aid and medical assistance shall be in ac- cordance with subpart D of this part. (2) The employer shall ensure that there is In the vicinity of each barge in use at least one U.S. Coast Huard --ap- proved 30-inch lifering with not less than 90 feet of line attached, and at least one portable or permanent ladder which will reach the top of the apron to the surface of the water. If the above equipment is not available at the pier, the employer shall furnish it during the time that he is working the barge. (3) Employees walking or working on the unguarded decks of barges shall be protected with U.S. Coast Guard -ap- proved work vests or buoyant vests. (a) Commercial diving operations. Com- mercial diving operations shall be sub- ject to subpart T of part 1910, §§ 1910.401 1910.441, of this chapter. [39 FR MR, June 24, 1974, as amended at 42 PR $7674, July 22, MM § 1926.606 Definitions applicable to this subpart. (a) Apron —The area along the water- front edge of the pier or wharf. (b) Bulwark —The side of a ship above the upper deck. (o) Coaming—The raised frame, as around a hatchway in the deck, to keep out water. (d) Jacob's ladder —A marine ladder of rope or chain with wooden or metal rungs. (e) Rail, for the purpose of §1926.605, means a light structure serving as a guard at the outer edge of a ship's deck. Subpart P—Excavations AumsoR=: Sec. 107, Contract Worker Hours and Safety standards Act (Construc- tion safety Act) (40 U.S.C. 333); Sees. 4, 6, 8, Occupational Safety and Health Act of 1970 (29 U.S.C. 653, 655, 657); Secretary of Labor's Order No. 12-71 (36 PR 0764), 8-76 (41 FR 29 CFR Ch. XVII (7-1-07 Edition) 25059), or 9-88 (48 PR 35736), as applicable, and 29 CPR part 1911. SoURCa: 54 PR 45959, Oct. 31, 1989, unless otherwise noted. § 1926.650 Scope, application, aad defi- nitions applicable to this subpart. (a) Scope and application. This sub- part applies to all open excavations made in the earth's surface. Exca- vations are defined to include trenches. (b) Definitions applicable to this sub- part. Accepted engineering practices means those requirements which are compat- ible with standards of practice required by a registered professional engineer. Aluminum Hydraulic Shoring means a Pre-engineered shoring system com- prised of aluminum hydraulic cylinders (crossbraces) used in conjunction with vertical rails (uprights) or horizontal rails (walers). Such system is designed, specifically to support the sidewalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a belled shape. Benching (Benching system) means a method of protecting employees from cave-ins by excavating the sides of an excavation to form one or a series of horizontal levels or steps, usually with vertical or near -vertical surfaces be- tween levels. Cave-in means the separation of a mass of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield or support system, and its sudden movement into the excavation, either by falling or sliding, in sufficient quantity so that it could entrap, bury, or otherwise injure and immobilize a person. Competent person means one who is capable of identifying existing and pre- dictable hazards in the surroundings, or working conditions which are unsan- itary, hazardous, or dangerous to em- ployees, and who has authorization to take prompt corrective measures to eliminate them. Cross braces mean the horizontal members of a shoring system installed perpendicular to the sides of the exca- vation, the ends of which bear against either uprights or wales. 366 Occupational Safety and Health Admin., Labor Excavation means any man-made out, cavity, trench, or depression in an earth surface, formed by earth re- moval. Faces or sides means the vertical or inclined earth surfaces formed as a re- sult of excavation work. Failure means the breakage, displace- ment, or permanent deformation of a struotural member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means an at- mosphere which by reason of being ex- plosive, flammable, poisonous, corro- sive, oxidizing, irritating, oxygen defl- oient, toxic, or otherwise harmful, may cause death, illness, or injury. Sickout means the accidental release or failure of a cross brace. Protective system means a method of protecting employees from cave-ins, from material that could fall or roll from an excavation face or into an ex- cavation, or from the collapse of adja- cent structures. Protective systems in- clude support systems, sloping and benching systems, shield systems, and other systems that provide the nec- essary protection. Ramp means an inclined walking or working surface that is used to gain ac- cess to one point from another, and is constructed from earth or from struc- tural materials such as steel or wood. Registered Professional Engineer means a person who is registered as a profes- sional engineer in the state where the work is to be performed. However, a Professional engineer, registered in any state is deemed to be a "registered pro- fessional engineer" within the meaning of this standard when approving de- signs for "manufactured protective systems" or "tabulated data" to be used in interstate commerce. Sheeting means the members of a shoring system that retain the earth in Position and in turn are supported by other members of the shoring system. Shield (Shield system) means a struc- ture that is able to withstand the forces imposed on it by a cave-in and thereby protect employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along as work pro- gresses. Additionally, shields can be ei- ther premanufactured or job -built in 111926.650 accordance with § 1926.652 (c)(3) or (c)(4). Shields used in trenches are usu- ally referred to as "trench boxes" or "trench shields." Shoring (Shoring system) means a structure such as a metal hydraulic, mechanical or timber shoring system that supports the sides of an exca- vation and which is designed to prevent cave-ins. Sides. See "Faces." Sloping (Sloping system) means a method of protecting employees from cave-ins by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins. The angle of incline required to prevent a cave-in varies with dif- ferences in such factors as the soil type, environmental conditions of ex- posure, and application of surcharge loads. Stable rock means natural solid min- eral material that can be excavated with vertical sides and will remain in- tact while exposed. Unstable rock is considered to be stable when the rock material on the side or sides of the ex- cavation is secured against caving -in or movement by rock bolts or by an- other protective system that has been designed by a registered professional engineer. Structural ramp means a ramp built of steel or wood, usually used for vehicle access. Ramps made of soil or rock are not considered structural ramps. Support system means a structure such as underpinning, bracing, or shor- ing, which provides support to an adja- cent structure, underground installa- tion, or the sides of an excavation. Tabulated data means tables and charts approved by a registered profes- sional engineer and used to design and construct a protective system. Trench (Trench excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m). If forms or other structures are installed or con- structed in an excavation so as to re- duce the dimension measured from the forms or structure to the side of the ex- cavation to 15 feet (4.6 m) or less 367 § 1926.651 (measured at the bottom of the exca- vation), the excavation is also consid- ered to be a trench. Trench box. See "Shield." Trench shield. See "Shield." Uprights means the vertical members of a trench shoring system placed in contact with the earth and usually po- sitioned so that individual members do not contact each other. Uprights placed so that individual members are closely spaced, in contact with or interconnected to each other, are often called "sheeting." Wales means horizontal members of a shoring system placed parallel to the excavation face whose sides bear against the vertical members of the shoring system or earth. § 1826.651 Specific excavation require. ments. (a) Surface encumbrances. All surface encumbrances that are located so as to create a hazard to employees shall be removed or supported, as necessary, to safeguard employees. (b) Underground installations. (1) The estimated location of utility installa- tions, such as sewer, telephone, fuel, electric, water lines, or any other un- derground installations that reason- ably may be expected to be encoun- tered during excavation work, shall be determined prior to opening an exca- vation. (2) Utility companies or owners shall be contacted within established or cus- tomary local response times, advised of the proposed work, and asked to estab- lish the location of the utility under- ground installations prior to the start of actual excavation. When utility companies or owners cannot respond to a request to locate underground utility installations within 24 hours (unless a longer period is required by state or local law), or cannot establish the exact location of these installations, the employer may proceed, provided the employer does so with caution, and provided detection equipment or other acceptable means to locate utility in- stallations are used. (3) When excavation operations ap- proach the estimated location of under- ground installations, the exact loca- tion of the installations shall be deter- mined by safe and acceptable means. 29 CFR Ch. XVII (7-1-07 Edition) (4) While the excavation is open, un- derground installations shall be pro- tected, supported or removed as nec- essary to safeguard employees. (c) Access and egress—(1) Structural ramps. (i) Structural ramps that are used solely by employees as a means of access or egress from excavations shall be designed by a competent person. Structural ramps used for access or egress of equipment shall be designed by a competent person qualified in structural design, and shall be con- structed in accordance with the design. (it) Ramps and runways constructed of two or more structural members shall have the structural members con- nected together to prevent displace- ment. (iii) Structural members used for ramps and runways shall be of uniform thickness. (iv) Meats or other appropriate means used to connect runway struc- tural members shall be attached to the bottom of the runway or shall be at- tached in a manner to prevent tripping. (v) Structural ramps used in lieu of steps shall be provided with cleats or Other surface treatments on the top surface to prevent slipping. (2) Means of egress from trench exca- vations. A stairway, ladder, ramp or other safe means of egress shall be lo- oated in trench excavations that are 4 feet (1.22 m) or more in depth so as to require no more than 25 feet (7.62 m) of lateral travel for employees. (d) Exposure to vehicular traffic. Em- ployees exposed to public vehicular traffic shall be provided with, and shall wear, warning vests or other suitable garments marked with or made of reflectorized or high -visibility mate- rial. (e) Exposure to falling loads. No em- ployee shall be permitted underneath loads handled by lifting or digging equipment. Employees shall be re- quired to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling mate- rials. Operators may remain in the cabs of vehicles being loaded or un- loaded when the vehicles are equipped, in accordance with §1926.601(b)(6), to Provide adequate protection for the op- erator during loading and unloading operations. 368 i- Occupational Safety and Health Admin., Labor (f) Warning system for mobile equip- ment. When mobile equipment is oper- ated adjacent to an excavation, or when such equipment is required to ap- proach the edge of an excavation, and the operator does not have a clear and direct view of the edge of the exca- vation, a warning system shall be uti- lized such as barricades, hand or me- chanical signals, or stop logs. If pos- sible, the grade should be away from the excavation. (g) Hazardous atmospheres—(1) Testing and controls. In addition to the require- ments set forth in subparts D and E of this part (29 CFR 1926.60-1926.107) to prevent exposure to harmful levels of atmospheric contaminants and to as - awe acceptable atmospheric condi- tions, the following requirements shall apply: (i) Where oxygen deficiency (atmospheres containing less than 19.5 percent oxygen) or a hazardous atmos- phere exists or could reasonably be ex- pected to exist, such as in excavations in landfill areas or excavations in areas where hazardous substances are stored nearby, the atmospheres In the exca- vation shall be tested before employees enter excavations greater than 4 feet (1.22 m) in depth. (ii) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and other hazardous atmospheres. These precautions in- clude providing proper respiratory pro- tection or ventilation in accordance with subparts D and E of this part re- spectively. (ff) Adequate precaution shall be taken such as providing ventilation, to Prevent employee exposure to an at- mosphere containing a concentration of a flammable gas in excess of 20 per- cent of the lower flammable limit of the gas. (iv) When controls are used that are intended to reduce the level of atmos- pheric contaminants to acceptable lev- els, testing shall be conducted as often as necessary to ensure that the atmos- phere remains safe. (2) Emergency rescue equipment. (1) Emergency rescue equipment, such as breathing apparatus, a safety harness and line, or a basket stretcher, shall be readily available where hazardous at- § 1926.651 mospherio conditions exist or may rea- sonably be expected to develop during work in an excavation. This equipment shall be attended when in use. (ii) Employees entering bell-bottom pier holes, or other similar deep and confined footing excavations, shall wear a harness with a life -line securely attached to it. The lifeline shall be sep- arate from any line used to handle ma- terials, and shall be individually at- tended at all times while the employee wearing the lifeline is in the exca- vation. (h) Protection from hazards associated with water accumulation. (1) Employees shall not work In excavations in which there is accumulated water, or in exca- vations in which water is accumu- lating, unless adequate precautions have been taken to protect employees against the hazards posed by water ac- cumulation. The precautions necessary to protect employees adequately vary with each situation, but could include special support or shield systems to protect from cave-ins, water removal to control the level of accumulating water, or use of a safety harness and lifeline. (2) If water is controlled or prevented from accumulating by the use of water removal equipment, the water removal equipment and operations shall be monitored by a competent person to ensure proper operation. (3) If excavation work interrupts the natural drainage of surface water (such as streams), diversion ditches, dikes, or other suitable means shall be used to prevent surface water from entering the excavation and to provide adequate drainage of the area adjacent to the ex- cavation. Excavations subject to runoff from heavy rains will require an in- spection by a competent person and compliance with paragraphs (h)(1) and (h)(2) of this section. (i) Stability of adjacent structures. (1) Where the stability of adjoining build- ings, walls, or other structures is en- dangered by excavation operations, support systems such as shoring, brac- ing, or underpinning shall be provided to ensure the stability of such struc- tures for the protection of employees. (2) Excavation below the level of the base or footing of any foundation or re- taining wall that could be reasonably 369 § 1926.652 expected to pose a hazard to employees shall not be permitted except when: (i) A support system, such as under- pjnning, is provided to ensure the safe- ty of employees and the stability of the structure; or (it) The excavation is In stable rock; or (ifi) A registered professional engi- neer has approved the determination that the structure is sufficently re- moved from the excavation so as to be unaffected by the excavation activity; or (iv) A registered professional engi- neer has approved the determination that such excavation work will not pose a hazard to employees. (8) Sidewalks, pavements, and appur- tenant structure shall not be under- mined unless a support system or an- other method of protection is provided to protect employees from the possible collapse of such structures. (j) Protection of employees from loose rock or soil. (1) Adequate protection shall be provided to protect employees from loose rock or soil that could pose a hazard by falling or rolling from an excavation face. Such protection shall consist of scaling to remove loose ma- terial; installation of protective barri- cades at intervals as necessary on the face to stop and contain falling mate- rial; or other means that provide equiv- alent protection. (2) Employees shall be protected from excavated or other materials or equip- ment that could pose a hazard by fall- ing or rolling into excavations. Protec- tion shall be provided by placing and keeping such materials or equipment at least 2 feet (.61 m) from the edge of excavations, or by the use of retaining devices that are sufficient to prevent materials or equipment from falling or rolling into excavations, or by a com- bination of both if necessary. (k) Inspections. (1) Daily inspections of excavations, the adjacent areas, and protective systems shall be made by a competent person for evidence of a sit- uation that could result in possible cave-ins, indications of failure of pro- tective systems, hazardous atmospheres, or other hazardous condi- tions. An inspection shall be conducted by the competent person prior to the start of work and as needed throughout 29 CFR Ch. XV11 (7-1-07 PdiNon) the shift. Inspections shall also be made after every rainstorm or other hazard increasing occurrence. These in- spections are only required when em- ployee exposure can be reasonably an- ticipated. (2) Where the competent person finds evidence of a situation that could re- sult In a possible cave-in, indications of failure of protective systems, haz- ardous atmospheres, or other haz- ardous conditions, exposed employees shall be removed from the hazardous area until the - necessary precautions have been taken to ensure their safety. (1) Walkways shall be provided where employees or equipment are required or permitted to cross over excavations. Guardrails which comply with § 1926.502(b) shall be provided where walkways are 6 feet (1.8 m) or more above lower levels. [54 FR 45959, Oct. 31, 1989, as amended by 69 FR 40780, Aug. 9,19941 § 1926.652 Requirements for protective systems. (a) Protection of employees in exca- vations. (1) Each employee in an exca- vation shall be protected from cave-ins by an adequate protective system de- signed in accordance with paragraph (b) or (c) of this section except when: (1) Excavations are made entirely in stable rock; or (ii) Excavations are less than 5 feet (1.52m) in depth and examination of the ground by a competent person provides no indication of a potential cave-in. (2) protective systems shall have the capacity to resist without failure all loads that are intended or could rea- sonably be expected to be applied or transmitted to the system. (b) Design of sloping and benching sys- tems. The slopes and configurations of sloping and benching systems shall be selected and constructed by the em- ployer or his designee and shall be in accordance with the requirements of paragraph (b)(1); or, in the alternative, paragraph (b)(2); or, in the alternative, paragraph (b)(3), or, in the alternative, paragraph (b)(4), as follows: (1) Option M Allowable configurations and slopes. (i) Excavations shall be sloped at an angle not steeper than one and one-half horizontal to one vertical 370 Occupational Safety and Health Admin., Labor (34 degrees measured from the hori- zontal), unless the employer uses one of the other options listed below. (ii) . Slopes specifted in paragraph (b)(1)(i) of this section, shall be exca- vated to form configurations that are in accordance with the slopes shown for Type C soil in Appendix B to this subpart. (2) Option (2) —Determination of slopes and configurations using Appendices A and B. Maximum allowable slopes, and allowable configurations for sloping and benching systems, shall be deter- mined in accordance with the condi- tions and requirements set forth in ap- pendices A and B to this subpart. (3) Option (3}—Designs using other tab- ulated data. (1) Designs of sloping or benching systems shall be selected from and be in accordance with tab- ulated data, such as tables and charts. (ii) The tabulated data shall be in written form and shall include all of the following: (A) Identification of the parameters that affect the selection of a sloping or benching system drawn from such data; (B) Identification of the limits of use of the data, to include the magnitude and configuration of slopes determined to be safe; (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective sys- tem from the data. (III) At least one copy of the tab- ulated data which identifies the reg- istered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4)—Design by a registered Professional engineer. (i) Sloping and benching systems not utilizing Option (1) or Option (2) or Option (3) under paragraph (b) of this section shall be approved by a registered professional engineer. (fi) Designs sha 1 be in written form and shall include at least the following: (A) The magnitude of the slopes that were determined to be safe for the par- ticular project; § 1926.652 (B) The configurations that were de- termined to be safe for the particular project; and (C) The identity of the registered pro- fessional engineer approving the de- sign. (III) At least one copy of the design shall be maintained at the jobsite while the slope is being constructed. After that time the design need not be at the jobsite, but a copy shall be made available to the Secretary upon re- quest. (e) Design of support systems, shield systems, and other protective systems. De- signs of support systems shield sys- tems, and other protective systems shall be selected and constructed by the employer or his designee and shall be In accordance with the requirements of paragraph (c)(1); or, in the alter- native, paragraph (c)(2); or, in the al- ternative, paragraph (c)(3); or, in the alternative, paragraph (c)(4) as follows: (1) Option (1)—Designs using appen- dices A, C and D. Designs for timber shoring in trenches shall be determined in accordance with the conditions and requirements set forth in appendices A and C to this subpart. Designs for alu- minum hydraulic shoring shall be in accordance with paragraph (c)(2) of this section, but if manufacturer's tab- ulated data cannot be utilized, designs shall be in accordance with appendix D. (2) Option (2}—Designs Using Manufac- turer's Tabulated Data. (i) Design of sup- port systems, shield systems, or other protective systems that are drawn from manufacturer's tabulated data shall be in accordance with all speci- fications, recommendations, and limi- tations issued or made by the manufac- turer. (ii) Deviation from the specifications, recommendations, and limitations Issued or made by the manufacturer shall only be allowed after the manu- facturer issues specific written ap- proval. (III) Manufacturer's specifications, recommendations, and limitations, and manufacturer's approval to deviate from the specifications, recommenda- tions, and limitations shall be in writ- ten form at the jobsite during con- struction of the protective system. After that time this data may be stored off the jobsite, but a copy shall 371 r 91926.652 be made available to the Secretary upon request. (3) Option M—Designs using other tab- ulated datq.. (1) Designs of support sys- tems, shield systems, or other protec- tive systems shall be selected from and be in accordance with tabulated data, such as tables and charts. (ii) The tabulated data shall be in written form and include all of the fol- lowing: (A) Identification of the parameters that affeot the selection of a protective system drawn from such data; (B) Identification of the limits of use of the data; (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective sys- tem from the data. (III) At least one copy of the tab- ulated data, which identifies the reg- istered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4) —Design by a registered professional engineer. (i) Support sys- tems, shield systems, and other protec- tive systems not utilizing Option 1, Op- tion 2 or Option 3, above, shall be ap- proved by a registered professional en- gineer. (ii) Designs shall be in written form and shall Include the following: (A) A plan indicating the sizes, types, and configurations of the materials to be used In the protective system; and (B) The identity of the registered professional engineer approving the de- sign. (III) At least one copy of the design shall be maintained at the jobsite dur- ing construction of the protective sys- tem. After that time, the design may be stored off the jobsite, but a copy of the design shall be made available to the Secretary upon request. (d) Materials and equipment. (1) Mate- rials and equipment used for protective systems shall be free from damage or defects that might impair their proper function. (2) Manufactured materials and equipment used for protective systems shall be used and maintained in a man- 29 CFR Ch. XVII (7-1-07 Mon) ner that is consistent with the rec- ommendations of the manufacturer, and in a manner that will prevent em- ployee exposure to hazards. (3) When material or equipment that Is used for protective systems is dam- aged, a competent person shall exam- ine the material or equipment and evaluate its suitability for continued use. If the competent person cannot as- sure the material or equipment is able to support the Intended loads or is oth- erwise suitable for safe use, then such material or equipment shall be re- moved from service, and shall be evalu- ated and approved by a registered pro- fessional engineer before being re- turned to service. (e) Installation and removal of sup- port—(1) General. (i) Members of sup- port systems shall be securely con- nected together to prevent sliding, fall- ing, kickouts, or other predictable fail- ure. (ii) Support systems shall be in- stalled and removed in a manner that protects employees from cave-ins, structural collapses, or from being struck by members of the support sys- tem. (iii) Individual members of support systems shall not be subjected to loads exceeding those which those members were designed to withstand. (iv) Before temporary removal of in- dividual members begins, additional precautions shall be taken to ensure the safety of employees, such as in- stalling other structural members to carry the loads imposed on the support system. (v) Removal shall begin at, and progress from, the bottom of the exca- vation. Members shall be released slow- ly so as to note any indication of pos- sible failure of the remaining members of the structure or possible cave-in of the sides of the excavation. (vi) Backfilling shall progress to- gether with the removal of support sys- tems from excavations. (2) Additional requirements for support systems for trench excavations. (f) Exca- vation of material to a level no greater than 2 feet (.61 m) below the bottom of the members of a support system shall be permitted, but only if the system is designed to resist the forces calculated for the full depth of the trench, and 372 Occupational Safety and Health Admin., labor Pt. 1926, Subpt. P, App. A there are no indications while the to subpart P of part I=, and when alu- _} trench is open of a possible loss of soil minnm hydraulic shoring is designed in so - from behind or below the bottom of the cordance with appendix D. This Appendix support system. also applies if other protective systems are (it) Installation of a support system designed and selected for use from data pre - shall be closely coordinated with the pared in it accordance with the requirements set and the use the 51926.on excavation of trenches. Predicated on the use of the soli clas- is the l (f) Sloping and benching systems. Em- aiilcation system set forth in this appendix. rJ ployees shall not be permitted to work (b) Definitions. The definitions and exam - on the faces of sloped or benched exca- Plea given below are based on, in whole or in - vations at levels above other employ- Past, the following: American society for ees except when employees at the lower Testing Materials (ASTM) Standards D8 345 levels are adequately protested from and D2488; The Unified Solis Classification System, The U.S. Department of Agriculture the hazard of falling, rolling, or sliding (USDA)Classification Scheme; or equipment. The National Bureau (g) Shield systems--(1) General. (i) Bs8-m. Shield systems shall not be subjected Cemented soil means a soil in which the par - to loads exceeding those which the sys- tioles are held together by a chemical agent, tem was designed to withstand. such as calcium carbonate, such that a hand- _ (ii) Shields shall be installed in a size sample cannot be crashed into powder or manner to restrict lateral Or other haz- Individual soil particles by finger pressure. Cohesive soil means clay (fine grained soil), ardous movement of the shield in the or soil with a high clay content, which has event of the application of sudden lat- cohesive strength. Cohesive soil does not eral loads. crumble, can be excavated with vertical ` (iii) Employees shall be protected sideslopes, and is plastic when moist. Cohe- from the hazard of cave-ins when enter- sive soil is hard to break up when dry, and ing or exiting the areas protected by exhibits significant cohesion when sub - shields merged. Cohesive soils include clayey silt, (iv} Employees shall not be allowed sandy clay, silty clay, clay and organic clay. Dry soil meant soil that dent not exhibit in shields when shields are being in- visible signs of moisture content. stalled, removed, or moved vertically. Fissured means a soil material that has a (2) Additional requirement for shield tendency to break along definite planes of systems used m trench excavations. Exca- fracture with little resistance, or a material vations of earth material to a level not that exhibits open cracks, such as tension greater than 2 feet (.61 m) below the cracks, in an exposed surface. bottom of a shield shall be permitted, Granular soil means gravel, sand, or silt, little but only if the shield is designed to re- (coarse grained soil) with or no clay silt the forces calculated for the full content. Granular soil has no cohesive strength. Some moist granular soils exhibit - depth of the trench, and there are no apparent cohesion. Granular soil cannot be indications while the trench is open of molded when moist and crumbles easily ------------------- a, poWbIle losms of SOU ITom]� or why ra y--------------- ---- ----- -------- below the bottom of the shield. Layered system means two or more dis- tinctly different soil or rook types arranged APPENDIX A TO SUBPART P OF PART in layers. Micaceous seams or weakened 1926—SOIL CLASSMOATION planes in rock or shale are considered lay- ered. (a) Scope and application—(1) Scope. This Moist soil means a condition in which a soil appendix describes a method of classifying looks and feels damp. Moist cohesive soil can soil and rock deposits based on site and envi- easily be shaped into a ball and rolled into ronmental conditions, and on the structure small diameter threads before crumbling. and composition of the earth deposits. The Moist granular soil that contains some cohe- appendix contains definitions, sets forth re- sive material will exhibit signs of cohesion quiremauts, and describes acceptable visual between particles. and manual tests for use in classifying soils. Plastic means a property, of a soil which al- (2) Application. This appendix applies when lows the soil to be deformed or molded with - sloping or benching system is designed in out cracking, or appreciable volume change. accordance with the requirements set forth Saturated soil means a soil in which the in 51926.652(b)(2) as a method of protection voids are filled with water. Saturation does for employees from cave-ins. This appendix not require flow. Saturation, or near satura- f ? also applies when timber shoring for exea- tion, is necessary for the proper use of in- vations is designed as a method of protection struments such as a pocket penetrometer or i _} from cave-ins in accordance with appendix C sheer vane. 373 LJ Pt. 1926, Subpt. P, App. A Soil classification system means, for the purt Pose of this subpart, a method of oatego- rizing soil and rook deposits in a hierarchy of Stable Rock, Type A. Type B, and Type C, in decreasing order -of stability. The cat- egories are determined based on an analysis of the properties and performance character- istics of the deposits and the environmental conditions of exposure. Stable rock means natural solid mineral matter that can be excavated with vertical sides and remain intact while exposed. Submerged soil means soil which is under- water or is free seeping. Type A means cohesive soils with an unconfined compressive strength of 1.5 ton Per square foot (taf) (144 kPa) or greater. Ex- amples of cohesive soils are: clay, silty clay, sandy Clay, clay loam and, in some cases, silty Clay loam and sandy clay loam. Ce- mented soils such as caliche and hardpan are also considered Type A. However, no soil is Type A If: (1) The soil Is fissured; or (it) The soil is subject to vibration from heavy traffic, pile driving, or similar effects; or (iii) The soil has been previously disturbed; or (iv) The soil to part of a sloped, layered system where the layers dip into the exca- vation on a slope of four horizontal to one vertical (4H:1V) or greater; or (v) The material Is subject to other factors that would require it to be classified as a lose stable material. Type B means: (1) Cohesive soil with an unconfined com- pressive strength greater than ox tsf (48 kPa) but lase than 1.5 tsf (144 kPa); or (it) Granular oohestoniess soils including: angular gravel (similar to crushed rook), silt, silt loam, sandy, loam and, in some cases. silty Clay loam and sandy clay loam. (III) Previously disturbed soils except those which would otherwise be classed as Type C soil. Ov) moil that meets the unconfined com- pressive strength or cementation require- ments for Type A, but Is fissured or subject to vibration; or (v) Dry rock that is not stable; or (vl) Material that is part of a sloped, lay- ered system where the layers dip into the ex- cavation on a slope less steep than four hori- zontal to one vertical (4H:1V), but only if the material would otherwise be classified as Type B. Type C means: (i) Cohesive soil with an unconfined com- pressive strength of 0.5 tsf (48 kPa) or less; or (it) Granular soils including gravel, sand, and loamy sand; or (fii) Submerged soil or soil from which water is freely seeping; or (iv) Submerged rock that is not stable, or 29 CFR Ch. XVII (7-1-07 Edition) (v) Material in a sloped, layered system where the layers dip into the excavation or a slope of four horizontal to one vertical (4H:1V) or steeper. Unconfined compressive strength means the load per unit area at which a soil will fail in compression. It can be determined by labora- tory testing, or estimated in the field using a pocket penetrometer, by thumb penetra- tion tests, and other methods. Wet. soil means soil that contains signifi- cantly more moisture than moist soil, but in such d range of values that cohesive material will slump or begin to flow when vibrated. Granular material that would exhibit cohe- sive properties when moist will lose those co- hesive properties when wet. (o) Requirements—(1) Classification of soil and rock deposits. Each soil and rook deposit shall be classified by a competent person as Stable Rock, Type A, Type B, or Type C In accordance with the definitions set forth in Paragraph (b) of this appendix. (2) Basis of classification. The classification Of the deposits shall be made based on the re- sults of at least one visual and at least one manual analysis. Such analyses shall be con- ducted by a competent person using tests de- scribed in paragraph (d) below, or in other recognized methods of soil classification and testing such as those adopted by the Amer- ica Society for Testing Materials, or the U.S. Department of Agriculture textural elassi- fication system. (S) Visual and manual analyses. The visual and manual analyses, each as those noted as being acceptable in paragraph (d) of this ap- pendix, shall be designed and conducted to provide sufficient quantitative and quali- tative information as may be necessary to identify properly the properties, factors, and conditions affecting the classification of the deposits. (4) Layered systems. In a layered system, the system sball be classified in accordance with its weakest layer. However, each layer may be classified individually where a more stable layer lies under a less stable layer. (5) Reclassification. If, after classifying a de- posit, the properties, factors, or conditions affecting its classification change in any way, the changes shall be evaluated by a competent person. The deposit shall be re- classified as necessary to reflect the changed circumstances. (d) Acceptable visual and manual tests-41) Visual tests. Visual analysis is conducted to determine qualitative information regarding the excavation site in general, the soil adja- cent to the excavation, the soil forming the sides of the open excavation, and the soil taken as samples from excavated material. (i) Observe samples of soil that are exca- vated and soil in the sides of the excavation. Estimate the range of particle sizes and the relative amounts of the particle sizes. Soil that is primarily composed of fine-grained 374 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. 6 material Is cohesive material. Soil composed primarily of coarse -grained sand or gravel is granular material. (fi) Observe soil as it is excavated. Soil that remains in clumps when excavated is cohesive. Soil that breaks up easily and does not stay In clumps is granular. (iii) Observe the side of the opened exca- vation and the surface area adjacent to the excavation. Crack -like openings such as ten- sion cracks could indicate fissured material. If chunks of soil spell off a vertical side, the soil could be fissured. Small spells are evi- dence of moving ground and are indications of potentially hazardous situations. (iv) Observe the area adjacent to the exca- vation and the excavation itself for evidence of existing utility and other underground structures, and to identify previously dis- turbed soil. (v) Observe the opened side of the exca- vation to Identify, layered systems. Examine layered systems to identify if the layers slope toward the excavation. Estimate the degree of slope of the layers. (vi) Observe the area adjacent to the exca- vation and the sides of the opened exoa- vation for evidence of surface water, water seeping from the sides of the excavation, or the location of the level of the water table. (vii) Observe the area adjacent to the exca- vation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. (2) Manual tests. Manual analysis of soil samples is conducted to determine quan- titative as well as qualitative properties of soil and to provide more information in order to classify soil properly. (i) Plasticity. Mold a moist or wet sample of soil into a ball and attempt to roll it into threads as thin as Ye -inch in diameter. Cohe- sive material can be successfully rolled into threads without crumbling. For example, if at least a two inch (60 mm) length of Winch thread can be held on one end without tear- ing, the soil is cohesive. (fi) Dry/ strength. If the soil is dry and crumbles on its own or with moderate pres- sure into individual grains or fine powder, it is granular (any, combination of gravel, sand, or silt). If the soil is dry and falls into clumps which break up into smaller clumps, but the smaller clumps can only be broken up with difficulty, it may be clay in any combination with gravel, sand or silt. If the dry soil breaks into clumps which do not break up into small clumps and which can only be broken with difficulty, and there is no visual indication the soil is fissured, the soil may b6 considered unfissured. (iii) Thumb penetration. The thumb penetra- tion test can be used to estimate the unconfined compressive strength of cohesive soils. (This test is based on the thumb pene- tration test described in American Society for Testing and Materials (ASTM) Standard designation D2488..... Standard Recommended Practice' for Description of Soils (Visual — Manual Procedure).") Type A soils with an unconfined compressive strength of 1.5 tsf can be readily indented by the thumb; how- ever, they can be penetrated by the thumb only with very great effort. Type C soils with an unconfined compressive strength of 0.5 tsf can be easily penetrated several inches by the thumb, and can be molded by light finger pressure. This test should be conducted on an undisturbed soil sample, such as a large clump of spoil, as soon as practicable after excavation to keep to a miminum the effects of exposure to drying influences. If the exca- vation is later exposed to wetting influences (rain, flooding), the classification of the soil must be changed accordingly. (iv) Other strength tests. Estimates of unconfined compressive strength of soils can also be obtained by use of a pocket pene- trometer or by using a hand -operated shearvane. (v) Drying test. The basin purpose of the drying test is to differentiate between cohe- sive material with fissures, unfiesured cohe- sive material, and granular material. The procedure for the drying test involves drying a sample of soil that is approximately one inch thick (2.64 cm) and six inches (15.24 am) in diameter until it is thoroughly dry: (A) If the sample develops cracks as it dries, significant fissures are indicated. (B) Samples that dry without cracking are to be broken by hand. If considerable force is necessary to break a sample, the soil has sig- nificant cohesive material content. The soil can be classified as a unfissured cohesive ma- terial and the unconfined compressive strength should be determined. (C) If a sample breaks easily by hand, it is either a fissured cohesive material or a granular material. To distinguish between the two, pulverize the dried clumps of the sample by hand or by stepping on them. If the clumps do not pulverise easily, the mate- rial is cohesive with fissures. If they pul- verize easily Into very small fragments, the material is granular. APPENDIX B TO SUBPART P OF PART 192"LOYMM AND BENCEWG (a) Scope and application. This appendix contains specifications for sloping and benching when used as methods of protecting employees working In excavations from cave-ins. The requirements of this appendix apply when the design of sloping and bench- ing protective systems is to be performed in accordance with the requirements set forth In § 1926.662(b)(2). (b) Definitions. Actual slope means the slope to which an excavation face is excavated. Distress means that the soil is in a condi- tion where a cave-in Is imminent or is likely 375 Pt. 1926, Subpt. P, App. B to occur. Distress is evidenced by such phe- nomena as the development of fissures in the face of or adjacent to an open excavation; the subsidence of the edge of an excavation; the slumping of material from the face or the bulging or heaving of material from the bottom of an excavation; the spelling of ma- terial from the face of an excavation; and ravelling, i.e., small amounts of material such as pebbles or little clumps of material suddenly separating from the face of an exca- vation and trickling or rolling down into the excavation. Maximum allowable slope means the steep- est incline of an excavation face that is aF ceptable for the most favorable site condi- tions as protection against cave-ins, and is expressed as the ratio of horizontal distance to vertical rise (H.V). Short term exposure means a period of time lees than or equal to 24 hours that an exoa- vation is open. (c) Requirements—(1) Soil classification. Soil and rook deposits shall be classified in ac- cordance with appendix A to subpart P of part 1926. 29 CFR Ch. XVII (7-1-07 Edttlon) (2) Maximum allowable slope. The maximum allowable slope for a soil or rook deposit shall be determined from Table B-1 of this appendix. (3) Actual slope. (1) The actual slope shall not be steeper than the maximum allowable slope. (fi) The actual slope shall be less steep than the maximum allowable slope, when there are signs of distress. If that situation occurs, the slope shall be out back to an so- tual slope which is at least 3h horizontal to one vertical (34H1V) less steep than the maximum allowable slope. (ifi) When surcharge loads from stored ma- terial or equipment, operating equipment, or traffic are present, a competent person shall determine the degree to which the actual slope must be reduced below the maximum allowable slope, and shall assure that such reduction is achieved. Surcharge loads from adjacent structures shall be evaluated in ac- cordance with 11926.651(1). (4) Configurations. Configurations of slop- ing and benching systems shall be in accord- ance with Figure 33-1. TABLE B-1 MAXIMUM ALLOWABLE SLOPES SOIL OR ROCK TYPE MAXIMUM ALLOWABLE SLOPES(H:V)C" FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK VERTICAL (90°) TYPE A [21 3/4:1 (5r TYPE B 1:1 (459 TYPE C 1h:1 (340) NOTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. Z. A short-term maximum allowable slope of 1/2$:IV (63°) is allowed in excavations in Type A soil that are 12 feet (3.67 m) or less in depth. Short-term maximum allowable slopes for excavations greater than 12 feet (3.67 m) in depth shall be 3/4H:IV (53°). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. 376 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B MOUre B-1 Slope Configurations (All slopes stated below are in the horizontal to vertical ratio) B-11 Rzwvations made in Type A spit. 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of Wl. 20' Max. 3/4 ___ j SD PLE SLOPE—GzNBR L Exception: Simple slope excavations which are open 24 hours or less (short term) and which. are 12 feet or less in depth shall have a maximum allowable slope of W 1. 12' Max. .. 1 I/2 Snnnx SLOPS —SHORT TMW 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of % to 1 and maximum bench dimensions as follows: , 377 Pt. 1926, Subpt. P, App. B snanE BENCH 20' Max. 5' Max. 4' Max. 29 CFR Ch. XVII (7-1-07 Mon) J i i i A i � Z i i 3/4 MUL4'H%E BENOH S. All excavations 8 feet or less in depth which have unsupported vertically aided lower por- tions shall have a maximum vertical side of 3% feet. I 8' Max. 3//.4J 3k' Max. UNBUPPORTM VERTIOAMY t3' MIM LOWER. PORTIONMAXnwm 8 PMV IN DEPTH All excavations more than 8 feet but not more than 12 feet in depth which unsupported vertically sided lower portions shall have a maximum allowable slope of 1:1 and a maximum vertical side of Th feet. 378 Occupational Safety and Health Admin., labor Pt. 1926, Subpt. P. App. B UNSUPPORTED VERTIOALLY BIDED LOWER. PORTION—MAMMUM 12 FEHT IN DEPTH All excavations 20 feet or less in depth which have vertically sided lower portions that are supported or shielded shall have a maximum allowable slope of %:I. The support or shield sys- tem must extend at least 18 inches above the top of the vertical side. u ort or shie7,,,t 1 20' Max. 3/4 n. E. Total height of vertical side SUPPORTED on SHIELDED VERTIOALLY BIDED LOWER PORTION 4. All other simple slope, compound slope, and vertically sided lower portion excavations shall be in accordance with the other options permitted under §1928.062(b). B-1.2 Excavations Made in Type B Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1. BDdPLE SLOPE 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1 and maximum bench dimensions as follows: 379 Pt. 1926, 3ubpt. P, App. B 29 CFR Ch. XVII 0-"7 Edition) This bench allowed in cohesive soil only. 1 20' Max l 4' Max � i SINGLE BENCH This bench allowed in cohesive soil only i i 10' Max. OP 4' �1 4' Max. i i MULT PLE BENCH 3. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations aball have a maximum allowable slope of 1:1. Support or shield system � 20 Max. Total height of vertical side VERTICALLY BIDED LowER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in §1926.652(b). B-1.3 Excavation Made in Type C Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 12,h:l. 380 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B l� SnOLE SLOP 2. All excavations W feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1W.I. Support or shield system - 20` llax. 1� 18" Min. Total height of vertical side VERTIOAL SWIM LOWER PORTION S. All other sloped excavations shall be in accordance with the other options permitted in 91826.662(b). B—I.4 Excaaafions Made in Layered Soils 1. All excavations 20 feet or less in depth made in layered soils shall have a maximum al- lowable slope for each layer as set forth below. �i 381 Pt. 1926, Subpt. P, App. B 8 OVER A 29 CFR Ch. XVII (7-1-07 Edition) A 3/4 c 3/4 c OVER I c C OVER 13 382 Occupational Safety and Health Admin., labor A OVER 8 A OVER C Pt. 1926, Subpt. P, App. C H i C � 1 l�s 8 OVER C 2. All other sloped excavations shall be in accordance with the other options permitted in § 1926.652(b). APPENDI% C To SUBPART P op PART 1926—TimBER SHORnw POR TRENcHEB (a) Scope. This appendix contains informa- tion that can be used timber shoring is pro- vided as a method of protection from oave- ins in trenches that do not exceed 20 feet (6.1 m) in depth. This appendix must be used when design of timber shoring protective systems is to be performed in accordance with §1926.652(c)(1). Other timber shoring configurations; other systems of support such as hydraulic and pneumatic systems; and other protective systems such as slop- ing, benching, shielding, and freezing sys- tems must be designed In accordance with the requirements set forth in §1926.652(b) and § 1926.652(c). (b) Soil Classification. In order to use the data presented in this appendix, the soil type or types in which the excavation is made must first be determined using the soil else- sification method set forth in appendix A of subpart P of this part. (c) Presentation of Information. Information is presented in several forms as follows: (1) Information is presented In tabular form in Tables C-1.1, 0-1.2, and C-1.3, and Ta- bles C-2.1, C-2.2 and C-2.3 following para- graph (g) of the appendix. Each table pre- sents the minimum sizes of timber members to use in a shoring system, and each table contains data only for the particular soil type in which the excavation or portion of 383 Pt. 1926, Subpt. P, App. C the excavation is made. The data are ar- ranged to allow the user the flexibility to se- lect from among several acceptable configu- rations of members based on varying the -horizontal spacing of the crosebraces. Stable rook is exempt from shoring requirements and therefore, no data are presented for this condition. (2) Information concerning the basis of the tabular data and the limitations of the data Is presented in paragraph (d) of this appen- dix, and on the tables themselves. (3) Information explaining the use of the tabular data is presented in paragraph (a) of this appendix. (4) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous, notations regarding Ta- bles ".1 through 0-1.8 and Tables 0-2.1 through 0-2.8 are presented in paragraph (g) of this Appendix. (d) Basis and limitations of the data--(1) Di- mensions of timber members. (I) The sizes of the timber members listed In Tables 0-1.1 through C-1.3 are taken from the National Bureau of Standards (NBS) report, "Reo- ommended Technical -Provisions for Con- struotion Practice in Shoring and Sloping of Trenches and Excavations." In addition, where NBS did not recommend specific sizes of members, member sizes are based on an analysis of the sizes required for use by ex- isting codes and on empirical practice. (11) The required dimensions of the mem- bers listed in Tables C-1.1 through C-1.8 refer to actual dimensions and not nominal di- mensions of the timber. Employers wanting to use nominal size shoring are directed to Tables 0-2.1 through 0-2.8, or have this choice under §1928.652(c)(8), and are referred to The Corps of Engineers, The Bureau of Reclamation or data from other acceptable sources. (2) Limitation of application. (1) It is not In- tended that the timber shoring specification apply to every situation that may be experi- enced in the field. These data were developed to apply to the situations that are most commonly experienced in current trenching practice. Shoring systems for use in situa- tions that are not covered by the data In this appendix must be designed as specified in § 19N.652(c). (ii) When any of the following conditions are present, the members specified in the ta- bles are not considered adequate. Either an alternate timber shoring system must be de- signed or another type of protective system designed In accordance with § 19M.652. (A) When loads Imposed by structures or by stored material adjacent to the trench weigh in excess of the load imposed by a two - foot soil surcharge. The term "adjacent" as used here means the area within a horizontal distance from the edge of the trench equal to the depth of the trench. 29 CFR Ch. XVII (7-1-07 Edition) (B) When vertical loads imposed on oross braces exceed a 240-pound gravity load dis- tributed on a one -foot section of the center of the crossbraoe. (C) When surcharge Toads are present from equipment weighing in excess of 20,000 pounds. (D) When only the lower portion of a trench is shored and the remains portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables. The members of the shor- ing system that are to be selected using this information are the cross braces, the uprights, and the wales, where wales are re- quired. Minimum sizes of members are speof- fied for use in different types of soil. There are six tables of information, two for each soil type. The soil type must first be deter- mined in accordance with the soil classifica- tion system described in appendix A to sub- part P of part 1926. Using the appropriate table, the selection of the size and spacing of the members is then made. The selection is based on the depth and width of the trench where the members are to,be installed and, In most instances, the selection is also based on the horizontal spacing of the crosebraces. Instances where a choice of horizontal spao- Ing of crossbracing is available, the hori- zontal spacing of the erossbraees must be chosen by the user before the size of any member can be determined. When the soil type, the width and depth of the trench, and the horizontal spacing of the crosebraces are known, the size and vertical spacing of the crossbraces, the size and vertical spacing of the wales, and the site and horizontal spac- ing of the uprights can be read from the ap- propriate table. (f) Examples to 111ustrate the Use of Tables C - 11 through C-1.3. (1) Erample 1. A trench dug in Type A soil is 18 feet deep and five feet wide. From Table F11, for acceptable arrange- ments of timber can be used. Arrangement#B1 Space 4x4 crossbraces at six feet horl- zontally and four feet vertically. Wales are not required.' Space 8x8 uprights at six feet horizontally. This arrangement is commonly called "skip shoring." Arrangement #B2 Space 4x6 crossbraees at eight feet hori- zontally and four feet vertically. Space Sx8 wales at four feet vertically. 384 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C Space 24 uprights at four feet hori- zontally. Arrangement #B3 Space 6x6 crossbraces at 10 feet hori- zontally and four feet vertically. Space Sx10 wales at four feet vertically. Space 2x6 uprights at five feet hori- zontally. Arrangement #B4 Space 6x6 crosebraces at 12 feet hori- zontally and four feet vertically. Space 10x10 wales at four feet vertically. Spaces 34 uprights at six feet hori- zontally. (2) Example 2. A trench dug in Type B soil In 13 feet deep and five feet wide. From Table 0-1.2 three acceptable arrangements of members are listed. Arrangement #BI Space 6x6 crossbraces at six feet hori- zontally and five feet vertically. Space 8x8 wales at five feet vertically. Space 2x6 uprights at .two feet hori- zontally. Arrangement #B2 Space 6x8 crosebraces at eight feet hori- zontally and five feet vertically. Space 1040 wales at five feet vertically. Space 2x6 uprights at two feet hori- zontally. Arrangement #B3 Space 84 crossbraces at 10 feet hori- zontally and five feet vertically. Space 10xi2 wales at five feet vertically. Space 2x6 uprights at two feet vertically. (3) Example 3. A trench dug In Type C soil is 13 feet deep and five feet wide. From Table C-1.3 two acceptable arrange- ments of members can be used. Arrangement #BI Space US orossbraces at six feet hori- zontally and five feet vertically. Space 1042 wales at five feet vertically. Position 24 uprights as closely together as possible. If water must be retained use special tongue and groove uprights to form tight sheeting. Arrangement #B2 Space 8x10 crossbraces at eight feet hori- zontally and five feet vertically. Space 12)d wales at five feet vertically. Position 2x6 uprights In a close sheeting configuration unless water pressure must be resisted. Tight sheeting must be used where water must be retained. (4) Example 4. A trench dug in Type C soil is 20 feet deep and it feet wide. The size and spacing of members for the section of trench that is over 16 feet in depth is determined using Table C-1.3. Only one arrangement of mem- bars is provided. Space 840 crosebraces at six feet hori- zontally and five feet vertically. Space 22x12 wales at nve feet vertically. Use W tight sheeting. Use of Tables C-2.1 through C-2.3 would fol- low the some procedures. (g) Notes for all Tables. 1. Member sizes at spacings other than In- dicated are to be determined as specified in § 1926.682(o), "Design of Protective Systems." 2. When conditions are saturated or sub- merged use Tight Sheeting. Tight Sheeting refers to the use of specially -edged timber planks (e.g., tongue and groove) at least three inches thick, steel sheet piling, or similar construction that when driven or placed In position provide a tight wall to re- sist the lateral pressure of water and to pre- vent the lose of backfili material. Close Sheeting refers to the placement of planks side -by -side allowing as little space as poa- sible between them. S. All spacing indicated is measured center to center. 4. Wales to be installed with greater di- mension horizontal. b. If the vertical distance from the center of the lowest crossbraoe to the bottom of the trench exceeds two and one-half feet, uprights shall be firmly embedded or a mudsill shall be used. Where uprights are embedded, the vertical distance from the center of the lowest erombraee to the bot- tom of the trench shall not exceed 36 inches. When mudsills are used, the vertical dis- tance shall not exceed 42 Inches. Mudsills are wales that are installed at the toe of the trench side. 6. Trench jacks may be used in lieu of or in combination with timber orossbraces. 7. Placement of crossbraces. When the vertical spacing of crossbraom is four feet, place the top erossbraee no more than two feet below the top of the trench. When the vertical spacing of crossbraces is five feet, place the top crossbrace no more than 2.5 feet below the top of the trench. 385 co TABLE C-1.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A Pa = 25 X H + 72 psf (2 ft Surcharge) DEPTHAL) ** OFJvArl. I WALES UPRIGHTS TRENCH WIDTH OF TRENCH FEET VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING TO q UP TO UP TO UP TO UP TO (FEET) SPACING (FEET) SIZE (IN) SPACING (FEET FEET Not 54X6 6X 6X6 4 - %6 Not TO X4 4X4 4X6 6X6 6X6 4 Re 'd - 2X8 10X6 4XO 6X6 6X6 6X6 4 8X8 4 2X6 Not 10 4 4 6 6X 6X 4 ' TO 8 4X6 4X6 6X6 6X6 6X6 4 8X8 4 2X6 UP T0. 15 10 6X62X6 UP TO 12 6X6 6X6 6X6 6X8 6X8 4 IOX 4 UP TO 15 6 6X6 6X6 6X6 6X8 6X8 4 6X8 4 3X6 UP TO TO 8 6X6 6X6 6X6 6X8 6X8 4 8X8 4 3X6 UP TO 20 x 4 UP TO 1 2 8X 8 8 8 8X8 8x 0 4 IOXIO 4 3X6 OVER 20 t SEE NOTE 1 Mixed oaK or equivalent witn a bending strengtn not less tnan ubu psi. ** Manufactured members of equivalent strength may by substituted for wood. A y Go 00 4 TABLE C-1*2 TIMBER TRENCH SHORING — MINIMUM TIMBER REQUIREMENTS SOIL TYPE B P a - 45 X H + 72 psf (2 ft. Surcharge) DEPTH SIZE I AND IS** OFCROSS BRACES WAL IS UPRIGHTS TRENCH SHOR1116 PAC,(FEET) '�T• MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO SPACING SIZE SPACING (FEET) CLOSE 2 3 (FEET) 4 6 9 12 15 (FEET) (IN) (FEET) 5 UP 6 TO 4X6 4X6 6X6 6X6 6X6 5 6X8 5 2X6 UP TO TO 6X6 6X6 6X6 6X8 6%8 5 8X10 5 2 UP TO 6X6 6X6 6X6 6X8 6X8 5 1OX10 5 216 10 to See More I OF 10 6TO 6X6 6X6 6X6 US 6X8 5 8XS 5 2%6 UP TO TO 8 6R8 6%8 6X8 8E8 818 5 10%10 5 2%6 UP TO 15 5 IOX12 5 ZX6 See Note i UP TO 15 6 6%B 6%8 US 8R8 8%8 5 8%10 5 3R6 UP TO TO 8 8%8 8%8 8X8 8%8 8%10 5 1OR12 5 3%6 UP TO 10 B%10 SR10 8X10 8X10 1OR10 5 12R12 5 3X6 20 See Note 1 OVER za SEE NOTE 1 * Mixed oak or equivalent with a bending strength not leas than 850 pal. ** Manufactured members of equivalent strength may by substituted for wood. Y TABLE C-1.3 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE C P a - 80 X H + 72 psf (2 ft. Surcharge) DEPTH ** OF CROSS BRACES I UPRIGHTS TRENCH (FEET) HORIZ. WIDTH OF TRENCH (FEET) P MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO SPACING SPACING SIZE S ACCI*G See Note 2 (FEET) 4 6 9 12 1 T FEET CLOSE UP TO 5 1 6 6X8 6X8 6X8 SX8 8X8 5 8X10 5 216 UP x0 TO 8 8X8 8X8 8X8 BX8 8X10 5 10X12 5 2X6 UP TO 10 10 8X10 8X10 1 8X10 8X10 1OX10 5 12X12 5 2X6 See Note 1 UP TO 10 6 8X8 8X8 8X8 SX8 8X10 5 1OX12 5 2X6 UP TO TO 8 8X10 SX10 8X10 8X10 1OX10 5 12X12 5 2X6 Sea 15 Note 1 See Note 1 UP TO 15 6 8XI0 8XIO 8X10 8X10 10X10 5 12X12 5 3X6 See .TO See 20 Note 1 See Note i 01/ER 20 SEE NOTE 1 * Mixed Oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may be substituted for wood. M .r C a n ca CO w TABLE C-2.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A P a - 25 X H t 72 pef (2 ft. Surcharge) DEPTH ** OF CROSS BRACES WAT.PQ UPRIGHT$ TRENCH •RORIZ. VERT VERT. VERT. MAXINUMi ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP'TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET CLOSE 4 6UP 8 (FEET) 4 TO t 5 6 4X4 4X4 4X4 4X4 4X6 4 Regtd Req'4 4X6 UP TO NO NOV TO a 4X4 4X4 4X4 4X6 4X6 4 Req-d 4X8 UP TO 10 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4R6 UP12 TO 4R6 4X6 4X6 6X6 6X6 4 US 4 4X6 UP TO 4X4 4X4 4X4 6X6 6X6 4 ReogVd Req�d I 4X10 LO 6 UP TO TO 8 4X 6 4X6 4X6 6X6 6X6 4 6X8 4 4R6 TO 15 10 6X6 6X6 6X6 6X6 6X6 4 8X8 4 4X8 TO 12 6X6 6X6 6X6 6X6 6X6 4 8X10 4 4X6 4X10 TO 15 6 6X6 '6X6 6X6 616 6X6 4 6X8 4 3X6 IF TO TO 8 6X6 6X6 6X6 6X6 6X6 4' 8X8 4 3X6 4X12 jp TO 20 10 6X6 6X6 6X6 6X6 6X8 4 8R10 4 3X6 up TO 12 6X6 6X6 6R6 6R8 6R8 4 8X12 4 3R6 4X12 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. C tr Q .y. • ...—�,..... ___....., i•., _._..,� ��.�...-„..Y.,.i i ..mod �,�a .�... �,,.....,•�.,..� L.............M 4,,...,...,,,,,,..,. ... ,.. W cc O TABLE C-2.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE B P - 45 % R t 72 psf (2 ft. Surcharge) a DEPTH S 448 AND SPACING OF Egg ** OF TRENCH HORIZ. GID TRENCHF VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET (FEET) 4 6 9 12 15 (FEET) (INS CLOSE 2 3 4 6 UP 6 TO 4X6 4X6 4X6 6X6 6X6 5 6X8 5 4X12 5 4X82 UP TO TO 8 4X6 4X6 6X6 6X6 6X6 5 8X8 5 3X8 4X8 UP TO 10 LO 4X6 4X6 6X6 6X6 6X8 5 8R10 5 4X8 See Note 1 106R6 6%6 6X6 6X8 6R8 5 8X8 5 3X6 4R10 TO6R8 LTO 6X8 6X8 8X8 8X8 5 10X10 5 3X6 4X10 15 6X8 6X8 8X8 8X8 8X8 5 IOX12 5 3X6 4X10 See Note 1 UP TO 15 6 6X8 6X8 6X8 6X8 8X8 5 8X10 5 4X6 UP TO TO 8 6X8 6X8 6X8 8X8 8X8 5 LOX12 5 4X6 UP TO 20 10 8X8 8X8 8X8 8X8 8X8 5 12X12 5 4X6 See , Note 1 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. r A YJ jy � CD O pe a ro W co �o re er m a C CD is 0 m9b a a Y mm m TABLE C-2.3 TIMBER TRENCH SNORING — MINIMUM TIMBER REQUIREMENTS SOIL TYPE C Pa • 80 X B * 72 psf (2 ft. Surcharge) DEPTH ** OF UPRIGHTS HORIZ. WID VERT. PERT. MAXIMUM ALLOVAB`E HORIZONTAL SPACING TRENCH UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING (T) 4 6 1 FEET CLOSE UP TO 5 6 6X6 6X6 6X6 6X6 US 5 8X8 5 3X6 UP TO TO 8 6X6 6X6 6X6 8X8 8X8 5 10X10 5 3X6 UP TO 10 10 6X6 6X6 8X8 8X8 8X8 5 1OX12 5 3X6 See Note 1 UP TO 10 6 6X8 US 6X8 SX8 8X8 5 1OX10 5 4X6 UP TO TO 8 8X8 8X8 8X8 8X8I 8X8 5 112X12 5 4X6 No 1 I. 15 e Note 1 UP TO 15 6 8X8 8X8 8X8 8X10 8X10 5 10X12 S 4X6 See TO Note 1 See ote 1 20 ee ote 1 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not lees than 1500 psi. ** Manufactured neobers of equivalent strength may be substituted for wood. X v Pt. 1926, Subpt. P, App. 0 first be determined using the soil classifica- tion method set forth in appendix A of sub- part P of part 1926. (c) Presentation of Information. Information Is presented In several forms as follows: (1) Information is presented in tabular form in Tables D-1.1, D-1.2, D-1.8 and E-1.4. Each table presents the maximum vertical and horizontal spacings that may be used with various aluminum member sizes and various hydraulic cylinder sizes. Each table contains data only for the particular soil type in which the excavation or portion of the excavation is made. Tables D-1.1 and D- 1.2 are for vertical shores in Types A and B soil. Tables D-1.8 and D1.4 are for horizontal waler systems In Types B and C soil. (2) Information concerning the beads of the tabular data and the limitations of the data is presented in paragraph (d) of this appen- dix. (8) Information explaining the use of the tabular data Is presented in paragraph (a) of this appendix. (4) Information illustrating the use of the tabular data Is presented in paragraph (f) of this appendix. (5) Miscellaneous notations (footnotes) re- garding Table D-l.l through D-1.4 are pre- sented in paragraph (g) of this appendix. (6) Figures. illustrating typical installs.- tions of hydraulic shoring, are Included just prior to the Tables. The illustrations page is entitled "Aluminum Hydraulic Shoring; Typical Installations." (d) Basis and limitations of the data. (1) Vertical shore rails and horizontal wales are those that meet the Section Modulus re- quirements in the D-1 Tables. Aluminum material Is 6081 T6 or material of equivalent strength and properties. (2) Hydraulic cylinders specifications. (1) 2- inch cylinders shall be a minimum 2-inch in- side diameter with a minimum safe working capacity of no leas than 18,000 pounds axial compressive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product manufaturer. (ii) 34nch cylinders shall be a minimum 3- inch inside diameter with a was working ca- pacity of not less than 30,000 pounds axial compressive load at extensions as rec- ommended by product manufacturer. (3) Limitation of application. (1) It in not intended that the aluminum hydraulic specification apply to every situa- tion that may be experienced In the field. These data were developed to apply to the situations that are most commonly experi- enced in current trenching practice. Shoring systems for use in situations that are not covered by the data in this appendix must be otherwise designed as specified in §1926.652(c). 01) When any of the following conditions are present, the members specified in the Ta,- 29 CFR Ch. XVII (7-1-07 Edition) bles are not considered adequate. In this case, an alternative aluminum hydraulic shoring system or other type of protective system must be designed In accordance with §1926.662. (A) When vertical loads imposed on oross braces exceed a 100 Pound gravity load dis- tributed on a one foot section of the center of the hydraulic cylinder. (B) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (C) When only the lower portion or a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables D-11, D-1.2, D-1.3 and D- 1.4. The members of the shoring system that are to be selected using this information are the hydraulic cylinders, and either the vertical shores or the horizontal wales. When a waler system Is used the vertical timber sheeting to be used is also selected from these tables. The Tables D-1.1 and D-1.2 for vertical shores are used In Type A and B soils that do not require sheeting. Type B soils that may require sheeting, and Type C soils that always require sheeting are found in the horizontal wale Tables D-1.3 and D-1A. The soil type must first be determined in ao- oordance with the soil olsesification system described In appendix A to subpart F of part 1926. Using the appropriate table, the selec- tion of the size and spacing of the members is made. The selection Is based on the depth and width of the trench where the members are to be installed. In these tables the vertical spacing is held constant at four.feet on center. The tables show the maximum horizontal spacing of cylinders allowed for each size of wale In the waler system tables, and in the vertical shore tables, the hydrau- lic cylinder horizontal spacing is the same as the vertical shore spacing. (f) Example to Illustrate the Use of the Tables: (1) Example 1: A trench dug in Type A soil is 6 feet deep and 3 feet wide. From Table D-1.1: Find vertical shores and 2 Inch diameter cylinders spaced 8 feet on center (o.c.) horizontally and 4 feet on center (o.c.) vertically. (See Figures 1 & 3 for typical installations.) (2) Example 2: A trench is dug in Type B soil that does not require sheeting, 13 feet deep and 5 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinders spaced 6.6 feet o.c. horizontally and 4 feet o.c. vertically. (See Figures 1 & 3 for typical installations.) (3) A trench is dug in Type B soil that does not require sheeting, but does experience some minor raveling of the trench face. The 392 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D trench is 16 feet deep and 9 feet wide. From Table 33-1.2: Find vertical shores and 2 inch diameter cylinder (with special overelseves as designated by footnote #B2) spaced 5.5 feet o.c. horizontally and 4 feet o.c. vertically, plywood (per footnote (g)(7) to the D-1 Table) should be used behind the shores. (See Fig- ures 2 & 3 for typical installations.) (4) Example 4: A trench is dug in pre- viously disturbed Type B soil, with oharac- teristios of a Type C .soil, and will require sheeting. The trench is 18 feet deep and 12 feet wide. 8 foot horizontal spacing between cylinders is desired for working space. From Table D-1.8: Find horizontal wale with a sew tion modulus of 14.0 spaced at 4 feet o.c. vertically and 3 inch diameter cylinder spaced at 9 feet maximum o.c. horizontally. SX12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Example 6: A trench is dug in Type C soil, 9 feet deep and 4 feet wide. Horizontal cylinder spacing in excess of 6 feet is desired for working space. From Table D-1.4: Find horizontal wale with a section modulus of 7.0 and 2 inch diameter cylinders spaced at 6.5 feet o.o. horizontally. Or, find horizontal wale with a 14.0 section modulus and 3 inch diameter cylinder spaced at 10 feet o.c. hori- zontally. Both wales are spaced 4 feet o.c. vertically. 342 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (g) Footnotes, and general notes, for Tables D-11, D-1.2, D-1.3, and D-1.4. (1) For applications other than those listed in the tables, refer to 41926.662(c)(2) for use of manufacturer's tabulated data. For trench depths in excess of 20 feet, refer to g1926.662(o)(2) and ¢1926.662(c)(3). 393 (2) 2 inch diameter cylinders, at this width, shall have structural steel tube (8.64.54.1876) oversleeves, or structural overeleeves of manufacturer's specification, extending the full, collapsed length. (3) Hydraulic cylinders capacities. (1) 2 inch cylinders shall be a minimum 2-inoh in- side diameter with a safe working capacity of not less than 18,000 pounds axial compres- sive load at maximum extension. Maximum extension is to include fan range of cylinder extensions as recommended by product man- ufacturer. (ii) 8-inoh cylinders shall be a minimum 3- inch inside diameter with a safe work capac- ity of not less than $0.000 pounds axial com- pressive load at maximum extension. Max- imum extension is to include full range of oylinder extensions as recommended by product manufacturer. (4) An epacing indicated is measured cen- ter to center. (5) Vertical shoring rails shall have a min- imum section modulus of 0.40 inch. (6) When vertical shores are used, there must be a minimum of three shores spaced equally, horizontally, in a group. (7) Plywood shall be 1.126 in, thick softwood or 0.75 inch, thick, 14 ply, arctic white birch (Finland form). Please note that plywood is not intended as a structural member, but only for prevention of local rev- eling (sloughing of the trench face) between shores. (8) See appendix C for timber speeMoa- tions. (9) Wales are calculated for simple span conditions. (10) See appendix D. item (d), for basis and limitations of the data. P1. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-07 EdIHon) ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE M I Rum� NRQrA M2 N�reNwo= IMSuRI SR011no am RAW" NI f a�wravwoaal NORIXOMTAL SPACING .// ROA love AI / S ►ACING e/ VERTICAL RAIL NYORAULIC CYLIMORR 18+ a VERTICAL RAtL RYORAULIC CYLINDER' ►LTU000 VERTIS►ACIPERT ICALSPACING 4• MAX4- MAX. 2� MAX. FIGURE NO.3 vmYCALAU :om "VORA" RNCIIIIR pd�SRSW VERTICAL SPACING 4' MAX. 2' MAX. FIGURE NO.4 • NVOPA" RI1011/q rtYrcu! NORI20NTAL SPACING 194TICAL RAIL 21 MAX. MYORAULIC r C YLIMDBR VERTICAL SPACING 394 U►R1GNT l NEETIYG TABLED -1.1 ALUMINUM HYDRAULIC SHORING VERTICAL SNORES FOR SOIL TYPE A HYDRAULIC CYLINDERS WIDTH OF TRENCH (FEEt) DEPTH MAXIMUM MAXIMUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER & UP OVER 12 UP TO 12 TO 15 (FEET) UMET) TEST) OVER 5 UP TO 8 10 OVER 10 8 4 2INCH 2INCH 3INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 7 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Note (1): See Appendix D, Item (g) (1) Note (2): See Appendix D, Item (g) (2) �....,...., ... ,w�,:. ,. 77� -. TABLED -1.2 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE B HYDRAULIC CYLINDERS WIDTH OF TRENCH (F I) DEPTH MAXIMUM MAXIMUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) (FEET) OVER 5 UP TO 8 10 OVER 10 6.5 4 2INCH 2INCH 3INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 5.5 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Note (1): See Appendix D, Item (g) (1) Note (2): See Appendix D, Item (g) (2) TABLE D -1.3 ALUMINUM HYDRAULIC SHORING WALERSYSTEMS FOR SOIL TYPE B WALES HYDRAULIC CYLINDERS Tamot UI'RIOHPS W1DTH OF TRENCH (FEE) M/ XJK)R1z.SPAClNO DEPTH . (OK CENTM TO 8 OVER 8 UP TO 12 OVER 12 UP TO15 2 F1'. 3 FT. OF TRENCH VMMCAL sl+ataxo SP MODULUSODuULUULUs Rm i� 1NtM (FEET) (FEET) (1N') SPACM SPAS $PAC a OVER 3.5 8.0 2 IN 8,0 N 2 IN 2 8.0 3 IN 21N 5 4 UP TO 7.0 9.0 2 IN 9.0 NOTE(2) 9.0 3 IN - 3xl2 10 14.0 12.0 3IN 12.0 3IN 12.0 3IN 2 OVER 3.5 6.0 2IN 6.0 N E x 6.0 3IN 7.0 8.0 3IN 8.0 3IN 8.0 3IN 10 UP TO 4 - 3x12 14.0 10.0 3IN 10.0 3IN 10.0 3IN 15 2 IN OVER 3.5 5.5 2 IN 5.5 NOTW21 5.5 3 IN 15 - UP TO 4 7.0 6.0 3IN 6.0 3IN 6.0 3IN 3x12 - 14.0 9.0 3IN 9.0 3IN 1 9.0 3IN 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Notes (1): See Appendix D, item (g) (1) Notes (2): See Appendix D, Item (g) (2) * Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. cc to co TABLED -1.4 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR Son TYPE C WALES HYDRAULIC CYLINDERS M mm t UPRIGHTS DEPTH . WIDTH OF TRENCH MI) MAX. SPACING ONCOMM) UP TO 8 OVER 8 UP TO 12 OVER 12 UP TO 15 SOIM 2 FT. 3 FT. OF TRENCH TICAL SPACING SEMON tRQDtILUS HOR12 HORiZ HbRM CYLINDER (FEET) (IN') SPACING SPACING MAMMU SPACING DI OVER 5 UP TO 4 3.5 6.0 2IN 6.0 N21NUM2116.0 3IN 3xl2 7.0 1 6.5 2IN 6.5 NMM(2) 6.5 3IN - - 14.0 10.0 3IN 10.0 3IN 10.0 3IN 10 OVER 3.5 4.0 2IN 4.0 NOTE(2) 4.0 3IN 7.0 5.5 3 IN 5.5 3 IN 5.5 3 IN UP TO 4 3xl2 _ 15 14.0 8.0 3IN 8.0 3IN 8.0 3IN OVER 3.5 3.5 2 IN 3.5 N 2 IN 2 3.5 3 IN 7.0 5.0 3IN 5.0 3IN 5.0 3IN i5 UP TO 4 3x12 -- - 14.0 6.0 3IN 6.0 3IN 6.0 31N 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D. Item (g) Notes (1): See Appendix D, item (g) (1) Notes (2): See Appendix D, Item (g) (2) * Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. Occupa*mal Safely and Heatlh Adman., labor Pt. 1926, Subpt. P, App. E APPMDI8 E TO MPART P OF PART 1926—ALTERNATIVHS TO TDMM SHORING Figure 1. Aluminum Hydraulic Shoring Is" I VERI SPAC 4' NA !RTICAL RAIL YaRAULIC CYLINDER Figure 2. Pneumatic/hydraulic Shoring i 399 Pt. 1926, Subpt. P. App. F 29 CFR Ch. XVII (7-1-07 Edition) Figure 3. Trench Jacks (Screw Jacks) Figure 4. Trench Shields APPENDix F To SUBPART P OF PART part P for excavations 20 feet or less in 1926—SELECTION OF PROTHOMVE depth. Protective systems for use in exoa- ,cj, YSTEMS vations more than 20 feet in depth must be designed by a registered professional engi- The following figures are a graphic sum- neer in accordance with § 1926.652 (b) and (c). mary of the requirements contained in sub- 400 t Occupational Safety and Health Admin., Labor Is there potential for cave-in? I Go to Figure 2 1 Is the excavation more 'than 5 feet in depth? Excavation may be made with vertical sides. Excavation must be sloped, shored, or shielded. Pt. 1926, Subpt. P, App. F Is the excavation entirely in stable rock? I Go to Figure 3 1 FIr_.URE 1 - PRELIMINARY DECISIONS 401 Pt. 1926, Subpt. P, App. F 29 CFR Ch. XV11 (7-1-07 Mon) Sloping selected as the I method of protection Will soil classification be made in accordance with J1926.652 (b)? Excavation must comply with one of the following three options: Option 1: 1926.652 (b)(2) which requires Appendices A and B to be followed Option 2: ,11926.652 (b)(3) which requires other tabulated data (see definition) to be followed. Option 3: $1926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. 402 Excavations must comply withf1926.652 (b)(1) which requires a slope of lkH:1V (340). FIGURE Z - SLOPING OPTIONS Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. F Shoring or shielding selected as the method of protection. Soil classification is required when shoring or shielding is used. The excavation crust comply with one of the following four options: Option 1 51926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). Option 2 $1926.652 (c)(2) which requires manufacturers data to be followed (e.g. hydraulic shoring,trench jacks, air shores, shields). Option 3 ,51926.652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). Option 4 S1926.652 (c)(4) which requires the excavation to be designed by a registered professional engineer (e.g. any designed system). FIGURE 3 - SHORING AND SHIELDING OPTIONS 403 APPENDIX B GEOTECHNICAL INVESTIGATION, HAMILTON ENGINEERING, INC. I] Pame Intentionally Left Blank w-c. HAMIL- TON ENGINEERING, INC. GEOTECHNICAL INVESTIGATION LUBBOCK ECONOMIC DEVELOPMENT ALLIANCE BUSINESS PARK LUBBOCK, TEXAS Page Intentionally Left Blank C. MANULTON ENGINEERING, INC. GEOTECFIlVICAL INVESTIGATION LUBBOCK ECONOMIC DEVELOPMENT ALLIANCE BUSINESS PARK LUBBOCK, TEXAS prepared for MR. JOHN T. HAMILTON, P.E. PARKHILL, SMITH & COOPER, INC. LUBBOCK, TEXAS NOVEMBER 10, 2006 PROJECT NO.2361006 prepared by William C. Hamilton, P.E. Vice President C. AxcjAYXA..iVly rjA%XLLNZJ-SAL1NU, LNU. TABLE OF CONTENTS PAGE INTRODUCTION General.................................................................... l Existing Site Conditions....................................................... 1 Subsurface Exploration....................................................... 2 Laboratory Testing........................................................... 3 Summary.................................................................. 3 SUBSURFACE MATERIALS AND CONDITIONS Stratification................................................................ 4 Material Characteristics ...................................................... 4 Subsurface Water Conditions .................................................. 4 Shrink/Swell Potential........................................................ 4 FrostDepth................................................................. 5 Seismic Zone............................................................... 5 FOUNDATION DESIGN RECOMMENDATIONS General.................................................................... 6 Potential Soil Movements..................................................... 6 Structural Load Support ....................................................... 6 Interior Floor Slab Considerations ............................................... 7 Lateral Earth Pressures....................................................... 7 OTHER DESIGN CONSIDERATIONS Other Design Values......................................................... 9 FOUNDATION CONSTRUCTION CRITERIA SitePreparation............................................................ 10 Select Non Expansive Fill Material ............................................. 11 Vapor Barrier.............................................................. 11 Foundation Construction..................................................... 11 Drainage Considerations..................................................... 12 Backfill Compaction........................................................ 12 PAVEMENT DESIGN AND CONSTRUCTION CRITERIA Design Criteria............................................................. 13 Traffic Conditions and Pavement Thiclrnesses.................................... 13 Construction Criteria........................................................ 15 Drainage.................................................................. 15 LIMTrATIONS OF THIS INVESTIGATION ....................................... 16 REFERENCES................................................................. 17 APPENDIXES c. tAm1UMN ENGINEERING, INC. GEOTECHNICAL INVESTIGATION LUBBOCK ECONOWC DEVELOPMENT ALLIANCE BUSINESS PARK LUBBOCK, TEXAS INTRODUCTION General: This geotechnical investigation at the site of a proposed new business park for the Lubbock Economic Development Alliance (LEDA) in Lubbock, Texas, was authorized by signed agreement on August 24, 2006, by Mr. Edwin E. Davis, Vice President, Parkhill, Smith & Cooper, Inc., Lubbock, Texas, and was performed in general accordance with our letter proposal dated August 11, 2006. The purpose of this investigation has been to explore subsurface conditions at the site, to conduct field and laboratory tests to characterize the physical soil properties, to provide preliminary design values for foundation design evaluation, to provide general foundation construction information, and to provide preliminary pavement sections, types, and thicknesses for light and heavy duty pavements. The site is bounded by E. Kent Street on the north, E. Ursuline Street on the south, N. Martin Luther King, Jr. Boulevard on the east, and N. Ash Avenue (IH 27) on the west in Lubbock, Texas. The general location of the site is shown on the site vicinity map on Plate I in = Existing Site Conditions: The site was covered with varying amounts of low brush and native grasses at the time of the geotechnical drilling operations. No previous use of the site was evident or made known to W. C. Hamilton Engineering at the time this report was prepared. 1 II c. nAl u;jLil1V jusWiNLLIL NG, INC. Subsurface Exploration: Subsurface materials at the site were explored by a total of thirteen borings at locations selected by W. C. Hamilton Engineering, Inc. personnel. The borings were drilled to a maximum depth of 20.0 feet. The approximate boring locations are shown on Plate I in Appendix A. Field drilling operations were completed with the plugging of the holes on October 3, 2006. The borings were advanced using continuous sampling techniques until push tube refusal was encountered. The materials were monitored during the drilling operations at the direction of the geotechnical engineer for any signs of physical changes in the materials. A thin wall steel push tube sampler was used to obtain undisturbed samples at the depths indicated on the Logs of Boring. These samples were visually examined, identified,wrapped and sealed in plastic, when appropriate, and placed in core boxes for transportation to the laboratory. At refusal -of the steel tube sampler, a tri-cone drillbit was used to advance each boring the remaining depth of the hole. Compressed air was used as the cuttings removal and bit cooling medium during the drilling operations. Pocket penetrometer readings were taken in the field on the push tube samples as the samples were extruded from the push tubes. This test is a quick method for determining the relative consistencies of the samples and gives an indication of the relative strengths of the samples. These test results are shown on the Logs of Boring in Appendix B in the "test" column. The Standard Penetration (SPT) Test, ASTM D1586, was conducted at various intervals of depth during the exploration to aid in strength evaluations. This test procedure drops a 140 pound hammer from a height of 30 inches to advance a split barrel drive point. Depending on the resistance of the materials to penetration by the drive point, either the number of blows required to advance the drive point 12 inches, 50 blows resulting in six inches or less penetration, or the inches of penetration due to 100 blows is recorded. Results of the SPT tests are shown on the left-hand side of the Logs of Boring. The SPT samples were visually examined, identified, and wrapped and sealed in plastic for transportation to the laboratory. 2 f c. ltANiuimz4L"NGiiNL+ ALNG,INC. Samples obtained from the field operations that were not utilized in the laboratory testing will be stored for 30 days from the date of this report. After that time they will be discarded unless written notification is received. Laboratory Testing: The soil samples were returned to the laboratory where they were re- examined and the visual classifications checked by the geotechnical engineer. Selected specimens were chosen for testing to identify their soil classifications and natural moisture contents. The specific tests conducted are summarized as follows: • Atterberg Limits Tests • Percent Passing No. 200 Sieve Tests • Natural Moisture Content Tests The Atterberg Limits tests, percent passing No. 200-mesh sieve tests, and natural moisture content tests were used to evaluate the basic engineering properties of the soil. The results of these tests and the classifications of the subsurface materials are shown in the summary on Plate H in Appendix A. The soil classifications refer to the Unified Soil Classification System per ASTM D2487. Summary: The results from the field exploration and the laboratory investigation were utilized in an engineering study to develop preliminary recommendations for the design of the building and pavement foundation systems. These evaluations and recommendations are discussed in the following sections. 3 L, aacativa.� a vt� ru�txuV.Gl'itLilV tx, i!V L�. SUBSURFACE MATERIALS AND CONDITIONS Stratification: Specific types and depths of the subsurface strata encountered in the borings are shown on the attached Logs of Boring in Appendix B. In general, the subsurface materials encountered from the ground surface down consisted of: Stratum I Reddish Brown, Tan, or Reddish Tan SANDY LEAN CLAY 7.5 to 16.0 feet in thickness (Boring No. B-13 terminated in this stratum); Stratum II Reddish Tan and Tan CLAYEY SAND at least to the bottoms of the remaining borings. Material Characteristics: The results of the pocket penetrometer tests and the SPT tests indicate that the SANDY LEAN CLAYS were in a medium stiff to stiff consistency. The CLAYEY SANDS were generally in a medium dense to dense relative density condition. Subsurface Water Conditions: The borings were advanced to a depth of up to 20.0 feet using dry sampling techniques. Groundwater was not encountered in the borings during the drilling operations. Notes on groundwater observations are contained on the Logs of Boring in Appendix B. Be aware that these limited observations do not represent a groundwater study which was beyond the scope of this investigation, and that due to the nature -of subsurface water and its relationship to climatic influences, the groundwater maybe intermittent and of varying quantities and depths due to changes in the seasonal moisture content. Shrink/Swell Potential: The tendency for a soil to shrink and swell with changes in soil moisture content is a function of the clay content and the type of clay mineral. These are reflected in soil consistency as indicated by the liquid limit and plasticity index of the Atterberg Limits tests. A generalized relationship between shrink/swell potential and the soil plasticity index (P.I.) is shown as follows: 4 II C. mumAJIVIN INC. I General Relationship Between P.I. and Shrink/Swell Potential P.I. Range ShrinkJSwell Potential 0 to 15 Low 15 to 25 Medium 25 to 35 High >35 Very High The amount of expansion that will actually occur with increases in soil moisture content is inversely related to the overburden pressure; that is, the larger the overburden pressure, the smaller the amount of expansion. Near -surface soils are thus susceptible to shrink/swell behaviorbecause ofthe low overburdenpressures. Shrink/swell behavior is normally considered to be limited to the upper 15 feet (zone of seasonal moisture changes) of the various soil formations. Overall, the materials encountered at this site possess low shrink/swell potential. Frost Depth: The published frost depth for the area is six inches. Seismic -Zone: According to the Uniform Building Code, the area rests in seismic zone zero. The International Building Code-03 site classification is D. 5 C. ru V1L"JLvtr WIWINXMraNCi, iNC:. FOUNDATION DESIGN RECOMMENDATIONS General: The site is planned to be used for future business development. The structural loads associated with the potential project are anticipated to be moderate to heavy in intensity. Potential Soil Movements: McDowell's potential vertical rise (PVR) procedure (Reference 1) has been used to estimate the possible magnitude of shrink/swell movements at this site. These results indicate possible shrink/swell movements over the site to be less than %2 inch with the soil moisture changing from a "dry" to a "wet" soil moisture content due to seasonal soil moisture variations. It should be noted that this method utilizes correlations of soil types to swell potential and as such, the results must be considered as giving approximate values of the shrink/swell potential. The materials encountered in the borings were generally in a state that is not susceptible to classic consolidation settlement. Footings designed using the recommended design values will be subject to settlement of less than one inch total and one-half inch differential settlement. Also, be aware that these potential soil movement estimates are indicative of the relative magnitude of probable movement under seasonal changes in soil moisture content. Soil movements in excess of these values due to either expansion or consolidation may be expected if increases in soil moisture content occur as a result of broken water and sewer lines, improper drainage of surface water, shrubbery and trees planted near the foundations, excessive lawn or shrubbery irrigation, orponding ofwater near the foundations. These movement potentials must be considered in the design of the foundation support system. Structural Load Support. Based on the materials encountered in the borings, shallow spread, mat type, or continuous footings will provide satisfactory support for proposed minor structures. Formaj or structures, drilledpiers will provide satisfactory support for structural loads. The piers may be a straight shaft design or an underreamed design.. 3 g The following values may be used for preliminary design evaluations: I' .Foundation Minimum Depth Net Allowable Type below Loading Intensity, Existing Ground psf Surface* Shallow Foundations 2.5 to 4 2,500 to 4,000 Drilled Piers 10 to 18 6,000 to 8,000 *at the time of the geotechnical drilling operations These values provide for a factor of safety of at least three against a general shear failure at the stated depths. Interior .Floor Slab Considerations: In general, the subsurface materials appear suitable for support of a typical lightly -loaded floor slab system. The Foundation Construction Criteria section of this report should be consulted for recommendations for preparation of the subgrade and the addition of fill material, if required. Floor slab areas subjected to heavy floor loading or forklift traffic will require special considerations. These floor slabs should be designed as pavements. A "cushion sand" is not recommended for these type slabs. Lateral Earth Pressures: Walls below grade (i.e. retaining walls) will be acted upon by lateral earth pressures. The magnitude of the lateral earth pressures will be a function of the type of materials used as backfill, compaction achieved during placement, placement method, and specifics of the wall design (i.e., smooth wall, rough wall, braced, battered, height of wall, finished grade, etc.). If the top of the wall is allowed to move slightly, then the "active" Rankine lateral earth pressure case will be developed. If the top of the wall is restrained against movement, then the "at rest" 7 " C. '•r `•....i Vlr rA'%%X Nr L'A% INU, INV. lateral earth pressure case will be developed. The following values may be used for preliminary designand evaluation purposes and reflect v ��. purp the average or mixed condition for specified site material: At Rest Material Equivalent Fluid _ Active Equivalent Type Pressure K. Fluid Pressure K. SANDY LEAN CLAY/ 75 lbs/Olin ft 60 lbs/&/lin ft CLAYEYSAND These earth pressure values are for horizontal pressures on a vertical wall (not exceeding 15 feet in height) and do not include surcharge loading or hydrostatic pressure buildup. j C. RyAJYUI,'1'VN ENULNEERING, INC. OTHER DESIGN CONSIDERATIONS Other Design Values: Based on the results of the plasticity index tests, sieve analyses, and correlations of the results with similar materials, the following are recommended design values for the properties -of the on -site materials: Angle of Internal Friction (0): SANDY LEAN CLAYS: 101 to 150 CLAYEY SANDS: 150 to 250 Modulus of Subgrade Reaction for Mats and Slabs (pci)*: 280 Ultimate Friction Factor between Soil and Base Concrete: (Unformed) 0.4 to 0.5 (Formed) 0.3 Unit Weight of Soil: 115 pounds per cubic foot *When prepared as recommended in the Foundation Construction Criteria section of this report. 0 9 C. F A wiuN sNGINEERING, INC. FOUNDATION CONSTRUCTION CRITERIA Site Preparation: Prior to starting any work at the site it is recommended that proper construction drainage be provided to maintain a relatively dry condition. This will be very important if any work is attempted during periods of prolonged rainfall which occur seasonally in this area. Ponding of water at the site should be avoided during all phases of construction and post construction grading. Site preparation should begin by removing all surface vegetation and root systems to a minimum depth of six inches within the building areas and six inches within the pavement areas for a distance of five feet outside the building lines and two feet beyond pavement lines. This material should not be used for structural fill or in the building areas. Tree stumps, if encountered, should be completely removed and backfilled. Backfilling should be accomplished in maximum eight - inch loose lifts and then compacted to a minimum of 95 percent of maximum density (ASTM D698) at not less than two percentage points of optimum moisture. Compacted select, non - expansive fill material should be used to fill in stump holes. The exposed surfaces for the building areas (when at proper subgrade) should be compacted to a minimum of 95 percent of ASTM D698 maximum density at not less than two percentage points of the optimum moisture content determined by this test. If any soft or weak areas are revealed, they should be removed and then replaced with compacted select fill prior to placement of fill or base material. Any areas found not to comply with the compaction requirements should be reworked and retested prior to placing the next lift. A density test frequency of one test for every 2,500 square feet of building area is recommended. Occasionally, the shallow soils become wet and pump during site preparation, and become difficult to work. This condition generally occurs with trapped moisture in the subgrade. If this condition occurs during construction, the soils need to be excavated, aerated to dry, and 10 C. xuwLLA tviN Wril7filVl'i!'iliMU, lNU. ' recompacted adequately. At times excavating and replacing with selected soils maybe required to achieve an adequate subgrade. Select Non Expansive Fill Material: Fill material used should be the on -site material or a select non -expansive material meeting the following general requirements: Maximum Aggregate Size :................ 3.0 inches Percent Retained on No. 4 Sieve ................ 25-50 Percent Retained on No. 40 Sieve ............... 50-85 Plasticity Index ........................ IS maximum Other local materials that do not meet these requirements should be submitted to the geotechnical engineer for evaluation and testing prior to their use. The fill material should be compacted to a minimum of 95 percent of ASTM D698 maximum density in maximum eight -inch loose lifts and tested for compliance prior to proceeding with subsequent lifts. The moisture content should be maintained at or near the optimum moisture content as determined by ASTM D698, and should not be less than two percentage points of the optimum moisture content determined by this test. Vapor Barrier. A vapor barrier below the floor slab should be considered in areas where moisture sensitive floor coverings will be applied Foundation Construction: It is recommended that all footing excavations be inspected and checked by the owner's authorized representative for proper foundation supporting material and depth, proper dimensions, and proper reinforcement size and placement. Loose material should be removed from the excavation prior to the placement of steel and concrete. Foundation excavations should remain open only the minimum time necessary to permit good quality construction and in no case should the pier holes remain open overnight. Although caving was not encountered in the drilling operations and is not anticipated, it is recommended that the use of temporary steel casing be included in the bid or contract documents as a separate item should it be required during construction. 11 c. ritsmu:lmy isNUTAr;!SKIN(, INC. Drainage Considerations: Proper drainage should be provided away from the foundation elements during all phases of construction and post -construction grading. Proper drainage is essential to the long-term stability of the structures. Ponding of water near the foundation elements from improper grading, excessive landscape watering, or gutter downspouts should not be permitted. Back)W Compaction: In the event that footings are constructed in such a manner that they require backfilling, the on -site material or a select material may be used as backfill. The material should be compacted to not less than 95 percent of maximum density (ASTM D698) in maximum six-inch lifts. The select material should have a plasticity index of 15 or less. Non - plastic materials should have at least 30 percent by weight passing the No. 200-mesh sieve. The maximum particle size should be less than two inches when hand compacted techniques are used. A three-inch maximum particle size is permissible when large construction equipment is utilized for backfill compaction. Backfill compaction consideration should also be given to any utility trenches within or near the construction area. 12 �I C. nAMwjL )Ni+NUINEERING,INC. PAVEMENT DESIGN AND CONSTRUCTION CRITERIA Design Criteria. The predominant subgrade providing support for the pavement areas should be the SANDY LEAN CLAYS and CLAYEY SANDS. Based on the laboratory tests and past experience with similar soils, the support strength of these materials has been estimated to have a Texas Triaxial Classification of 4.1 when compacted to at least 95 percent of AASHTO T180 density. Traffic Conditions and Pavement Thicknesses: The total pavement thickness for anyparticular paved area will depend on the traffic characteristics as estimated by the number of 18-kip axle load repetitions. For this site, the preliminary design number of equivalent 18-kip axle load repetitions is 25,000 for light duty pavement and 200,000 for heavy duty pavement. The required pavement thicknesses have been selected using the 1993 AASHTO Guide for Design of Pavement Structures. The required total pavement thickness and individual layer thiclmesses for flexible and rigid pavement sections with assumptions are provided below: FLEXIBLE PAVEMENT a Light Duty Heavy Duty 1. 18-Kip ESAL, W18 25,000 200,000 Reliability, R 80% 85% Overall Standard Deviation, So 0.45 0.45 - Soil Resilient Modulus, MR 10,500 psi 10,500 psi Initial Serviceability, po 4.1 4.1 Terminal Serviceability, pt 2.25 2.25 Design Structural Number, SN 1.51 2.23 13 ..c. HAMiLTON ENGINEERING, INC. or 2. Layer Coefficients Asphaltic Concrete Surface, a, 0.40 Asphaltic Concrete Base, a2 0.25 Base, a3 0.10 Recommended Section Light Heavy Duty Duty 1.5 2.5 inches ofHot Mix Asphaltic Concrete Surface Course (HMACS) 4;0 5_0 inches of Hot Mix Asphaltic Concrete Base Course MMACB) 5.5 7.5 inches Total Constructed Pavement Thickness, above 6.0 6.0 inches of Compacted Subgrade Alternate Secdon .tight Heavy Duty Duty 2.5 3.25 inches of Hot Mix Asphaltic Concrete Surface Course (HMACS) 6.0 10.00 inches of Flexible Base Material 8.5 13.25 inches Total Constructed Pavement Thickness, above 6.0 6.00 inches of Compacted Subgrade Assumptions for rigid pavement section are the same as outlined previously except for the following additional assumptions: 1. Load Transfer, J = 4.1 (Assuming no load transfer devices in jointed pavement) Concrete Compressive Strength (28 days) = 3,000 psi Concrete Modulus of Elasticity = 3,600,000 psi Modulus of Rupture = 500 psi Overall Standard Deviation, So = 0.35 Modulus of Subgrade Reaction = 280 pci 14 II_ C. suu us,tvri XiINUL VEPilUNU, INC. - The following rigid pavement section would be appropriate at these sites: I Light Heavy _ .Duty Duty 5.0 6.5 inches of Portland Cement Concrete 6.0 6.0 inches of Compacted Subgrade Reinforcing steel consisting of deformed steel re -bars (not wire mesh) should be used in concrete pavement at these sites. Thickness selection is based on concrete flexural strength, soil modulus, and traffic volume. Selection of steel is dependent on joint spacing, slab thickness, and other factors as discussed in the Portland Cement Association publications Construction Criteria: The pavement should be specified, constructed, and tested to meet the following requirements: 1. Hot Mix Asphaltic Concrete Pavement - Texas Department of Transportation (TxDOT) Item 340, Type C or D, 1993 Specification, compacted to at least 93% of the Rice Specific Gravity (TEX Method 227-F). 2. Hot Mix Asphaltic Concrete Base - TxDOT Item 340, Type B,1993 Specification, compacted to at least 93% of the Rice Specific Gravity (TEX Method 227-F) in maximum four -inch lifts. 3. Flexible Base Material - TxDOT Item 247, Type A, Grade 3, 1993 Specification. The material should be compacted to a minimum of 95% of AASHTO T180-74 density near optimum moisture content. 4. Compacted Subgrade - The subgrade beneath the pavements should be compacted to a minimum of 95% of AASHTO T180-74 density near optimum moisture content. 5. Portland Cement Concrete - Portland Cement Concrete should be specified -to contain a minimum of 5.0 sacks of cement per cubic yard and minimum 3000 psi compressive strength at 28 days. Reinforcing steel is recommended for temperature and expansion control. Drainage. Proper drainage of the paved area, including minimization of ponding of water on the pavement surface, is essential to provide maximum pavement life. 15 C. XXtUTL[L11Jx% LNU. LDIITATIONS OF THIS INVESTIGATION The subsurface materials and conditions are known only at the specific boring locations and within the depths explored. Subsurface conditions have been extrapolated based on known conditions in the borings, and actual field conditions elsewhere at the site may differ from those described in this report due to geological, prior use, or other factors. For this reason, we recommend that the geotechnical engineer be retained through the construction phase to include plan review and to identify variations in subsurface materials and conditions and to confirm that the recommendations contained in this report are applicable to subsurface conditions encountered elsewhere on this site. This report has been prepared based on a specific site and specific use. The geotechnical engineer must be consulted prior to this report being used for other than the specific project for which this report was written. This report should not be copied without permission of the geotechnical engineer. When copied with his/her permission, the report should be copied in its entirety and in no case should the boring logs be separated from the body of the report. It is recommended that the construction materials testing laboratory shall meet the basic requirements of ASTM E329, but as a minimum shall have demonstrated satisfactory performance in the AASHTO Materials Reference Laboratory Proficiency Sample Program in soils and concrete. 16 REFERENCES 1. McDowell, C., "The Relation of Laboratory Testing to Design for Pavements and Structures on Expansive Soils," Quarterly of the Colorado School ofMines, Vol. 54, No. 4, Oct. 1959, pp. 127-153 2. AASHTO Guide for Design of Pavement Structures, American Association of State Highway and Transportation Officials, 1993. r 3. Standard Specifications for Construction of Highways, Streets and Bridges, Texas } Department of Transportation (TxDOT), 1993. �A 17 �y � I Page Intentionally Left Blank APPENDIX Page Intentionally Left Blank 8 No Text W.c BAXMTON ENGINEERING, INC. ~ SUMMARY OF SOIL CLASSIFICATION TEST RESULTS % Passing Natural Boring Depth Liquid Plasticity 200-mesh Moisture Classi- Material Number in Feet Limit Index Sieve Content fkadon Description B-1 1.5-2.5 31 9 65.0 17.2 CL Reddish Brown SANDY LEAN CLAY B-1 9.0-10.5 29 13 51.0 12.5 CL Reddish Tan and Tan SANDY LEAN CLAY B-1 13.0-14.5 33 13 41.3 15.5 Sc Reddish Tan and Tan CLAYEY SAND B-2 5.0-6.5 36 18 65.2 10.6 CL Tan SANDY LEAN CLAY B-3 0-1.5 20 5 37.9 7.2 SC-SM Reddish Brown SILTY CLAYEY SAND B-4 13.0-14.5 34 14 46.1 14.2 Sc Reddish Tan and Tan CLAYEY SAND B-5 5.0-6.5 28 11 54.1 11.9 CL Reddish Tan and Tan SANDY LEAN CLAY B-6 1.5-2.5 33 9 47.1 18.3 Sc Reddish Brown CLAYEY SAND B-6 9.0-10.5 27 8 44.9 12.3 SC Reddish Tan and Tan CLAYEY SAND B-6 13.0-14.5 30 13 42.3 13.8 SC Reddish Tan and Tan CLAYEY SAND 33 15 56.9 13.6 CL Reddish Tan and Tan r-713.044.5 SANDY LEAN CLAY 18.0-19.5 27 8 35.0 13.0 Sc Reddish Tan and Tan CLAYEY SAND B-9 9.0-10.5 38 19 60.5 15.1 CL Reddish Tan and. Tan SANDY LEAN CLAY B-10 1.5-2.5 29 13 56.9 13.6 CL Reddish Brown SANDY LEAN CLAY TEST Project No. 2361006 PLATE LEDA Business Park RESULTS jI Lubbock, Texas W.c, HAM LTON ENGINEERING, INC. e_ SUMMARY OF SOIL CLASSIFICATION TEST RESULTS (cont'd) % Passing Natural Boring Depth Liquid Plasticity 200-mesh Moisture Classi- Material Number in Feet Limit Index Sieve Content ftcation Description % B-11 9.0-10.5 23 9 42.4 10.8 SC Reddish Tan and Tan CLAYEY SAND B-12 2.5-4.0 33 14 73.4 14.3 CL Reddish Tan and Tan SANDY LEAN CLAY B-12 9.0-10.5 34 15 52.1 13.0 CL Reddish Tan and Tan SANDY LEAN CLAY B-12 18.0-19.5 28 9 36.9 14.0 SC Reddish Tan and Tan CLAYEY SAND TEST Project No. 2361006 PLATE LEDA Business Park RESULTS IIa Lubbock, Texas Paze Intentionally Left Blank w.0 HAMMTON ENGINEERING, INC. KEY TO LOG OF BORING E F P E T N T s Y M O L s A P L E T s T MATERIAL DESCRIPTION u D W P a f u t $ f M C L L P 1 %S 2 0 0 C Q A 1 S L S 5 4.5 18 C.5.0 R-4.5 Ran 50.0 Push u e sample ana MEW Penetrometer Resu Standard Penetration Test Sample and "N" Value Cuttings Sample Core Sample Testable Core Sample Unit Dry Weight Test Result, pcf Unconfined Compression Test Result, tsf Moisture Content Test Result, % Atterberg Limits Test Results Passing No. 200-Mesh Sieve Test Result, % Unified Soil Classification Water Surface Level Water Surface Date 01 /01 /2020 115.8 4.35 12.8 25 12 66.3 CL 10 15 20 25 SYMBOLS LEAN CLAY (CL) SAND (.SP) CALICHE FAT CLAY (CH) GRAVEL (GP) LIMESTONE CLAYEY SAND (SC) SILT (ML) SANDSTONE 'SILTY SAND (SM) ELASTIC SILT (MH) SHALE urounawater rvo[e: i no oonng was aavancea w a oepin or Teet Deiow the ground surface without using drilling fluid and groundwater was not encountered above that depth. LOG OF Project No. Date: Type: BORING Project Name Location BORING Air Rotary NO. W.C. HANIILTON ENGINEERING, INC. D F P E E H T S Y M B O L S A M P L E T E S T MATERIAL DESCRIPTION U D w p C f U t f M C L L P 1 •k 2 0 S C o A 1 L S 5 4.5 4.5 Reddish Brown SANDY LEAN CLAY 17.2 12.5 15.5 31 29 33 9 13 13 65.0 51.0 41.3 CL CL SC Tan SANDY LEAN CLAY 21 10 30 Reddish Tan and Tan SANDY LEAN CLAY 21 15 30 Reddish Tan and Tan CLAYEY SAND 20 2 3 25 otal Depthof Boring =2U.0 Feet ! ! 30 35 40 Groundwater Note: The borina was advanced to a depth of 20.0 feet below the around surface without using drilMnla- fluid and groundwater was not encountered above that depth. LOG OF Project No. 2361006 Date: Type: BORING LEDA Business Park BORING 10-02-2006 Air Rotary NO. B-1 Lubbock, Texas APPENDIX B Page Intentionally Left Blank W.c. AAMMN ENGWEERING, INC. E F P E T T S Y B O L s A P L E T s T MATERIAL DESCRIPTION U D w p a f C t S f M C L L P I y0 2 0 0 � A F S 5 4.5 4.5 Reddish Brown SANDY LEAN CLAY 10.6 36 18 65.2 CL 32 Tan SANDY LEAN CLAY 10 32 Reddish Tan and Tan SANDY LEAN CLAY 40 15 52 Reddish Tan and Tan CLAYEY SAND 20 ti4 25 Totalep of Boring =2U.0 ee 30 35 40 v4 WW. n."M I nvaas. IV uvnny vraa auvallkmu tv a-uvpul vt ev.v root UUlUW Zile grouna SUrface WIul La using ammTim ana groundwater was not encountered above that depth. � LOG OF BORING l� Project No. 2361006 LEDA Business Park Lubbock, Texas Date: IType: 10-02-2006 1 Air Rotary 1: 13 il-1-0e, NO. B-2 W.C. HAM LTON ENGINEERING, INC. D F P E E H T S Y M B o L S A M P L E T E S T MATERIAL DESCRIPTION U A w p c f U t f M C L L P 1 % z a S 0 o A 1 L s 4.5 4.5 Reaclish t5r0Wn 7.2 20 5 37.9 SC-SM Reddish Tan and Tan SANDY LEAN CLAY 30 10 20 d 37 42 Reddish Tan and Tan CLAYEY SAND 20 38 25 Totalep of Bonng =zu.0 Feetj Y 30 i 35 40 if Groundwater Note: The borina was advanced to a depth of 20.0 feet below the around surface without using drillina fluid and groundwater was not encountered above that depth. LOG OF Project No. 2361006 Date:EAA:irRotary BORING LEDA Business Park BORING 10-02-2006 NO. B-3 Lubbock, Texas II W.c. ELOMTON ENGINEERING, INC. E F P E y T S Y M 0 L s A P L E T E T MATERIAL DESCRIPTION D W ° f C t f M G L L P I YO 2 0 S C 0 A I L S 5 4.5 4.5 Reddish Brown SANDY LEAN CLAY 14.2 34 14 46.1 SC 25 Reddish Tan and Tan SANDY LEAN CLAY 10 16 57 15 20 Reddish Tan and Tan CLAYEY SAND 50 33 25 otal Depthof boring =2U.0 Feet 30 35 40 V1 Vul l Wo I wLW. , i lu UV1111a Waa auvanueu iv a uepirl vT Lu.0 met oerow ine grouna surraoe nout using ammng nufa ana groundwater was not encountered above that depth. LOG OF Project No. 2361006 Date: Type: BORING BORING LEDA Business Park 10-02-2006 Air Rotary NO. B-4 Lubbock, Texas W.C. HAAULTON ENGINEERING, INC. D F P E H s Y B LT O s A P L E T s T MATERIAL DESCRIPTION U D p f U t f c ! P % 2 0 s C 1 A L s -� 5 2.5 .5 Reddish Bmwn SANDY LEAN CLAY 11.9 28 11 54.1 CL 10 Reddish Tan and Tan SANDY LEAN CLAY 10 14 1g 15 19 Reddish Tan and Tan CLAYEY SAND �� 20 31 .25 otal Depthof Boring =zu.0 Feet I 30.. 3 35 40 Groundwater Note: The boring was advanced to a depth of 20.0 feet below the around surface without using drillina fluid and groundwater was not encountered above that depth. LOG OF Project No. 2361006 Date: Type: BORING LEDA Business Park BORING 10-03-2006 Air Rotary NO. B-5 Lubbock, Texas 0 t W.0 IiANIILTON ENGDWYMING, INC. [ s D F Y P E B T T O • FI L S A T P 9 MATERIAL DESCRIPTION L T E u D p a f u t s f C L % I' 2 0 0 s C 1 A L s g 4.5 Reddish Brown CLAYEY SAND 4.5 18.3 33 9 47.1 SC 22 5 Reddish Tan and Tan SANDY LEAN CLAY 18 10 24 12.3 27 8 44.9 SC Reddish Tan and Tan CLAYEY SAND 15 35 13.8 30 13 42.3 SC u 20 36 }I otal Uepthot Boring =20.6 Feet r 25 30 ` 35 r 40 Groundwater Note: The boring was advanced to a depth of 20.0 feet below the ground surface without using drilling fluid and groundwater was not encountered above that depth. W.C. HAWLTON ENGINEERING, INC. D E F E P E T T H -Y M B 0 L A M P L E T E S T MATERIAL DESCRIPTION U D W P. C U C t 6 f M C -L L P 1 % 2 0 0 C S L 0 1 'A L s 8 4.5 4.5 Reddish Brown SANDY LEAN CLAY 13.6 33 15 56.9 CL T- :TU 30 Reddish Tan and Tan SANDY LEAN CLAY 10 21 28 15 28 29 20 Reddish Tan and Tan CLAYEY SAND 25 Total Depth of Coring =ZU.0 t-eet 30 35 40 Groundwater Note: The boring was advanced to a depth of 20.0 feet below the ground surface without using drilling fluid and groundwater was not encountered above that depth. LOG OF Project No. 2361006 Date: Type: BORING LEDA Business Park BORING 10-03-2006 Air Rotary NO. B-7 Lubbock, Texas -1 11 W. C. BAM LTON ENGINEERING, INC. D E F P E E H T 5 S Y 8 O L S A P P L E T E S T 3.0 2.0 MATERIAL DESCRIPTION Reddish Brown SANDY LEAN CLAY U D tN c f U C t f C C 13.0 L L P i 8 % 2 o 35.0 S C o A L s 2? SC 15 Reddish Tan and Tan SANDY LEAN CLAY 10 22 24 75 29 Reddish Tan and Tan CLAYEY SAND 20 41 25 oDepth.o Boring = ee 30 35 40 _. __.._.._.,....,,... ...., .,.,....a ..ate auvol l%dwu ►., a .,avid vi cv.v ieet oeww une grouna sutzaee wifliout using drilling fluid and groundwater was not encountered above that depth. w.0 .HANQLTON ENGINEERING, INC. E F E P E HT 5 S Y .M E O L S A .M P L E T E S T 4.5 4.5 MATERIAL DESCRIPTION Reddish Brown SANDY LEAN CLAY U b w p c f C t f M 15.1 L L 38 P i 19 Yo 2 00 60.5 S L A l A L s CL ` - l � 31 10 24 Reddish Tan and Tan SANDY LEAN CLAY I 28 15 23 Reddish Tan and Tan CLAYEY SAND 20 31 25 otal Depthof Boring =zu.0 Feet 30 35 40 i Groundwater Note: The boring was advanced to a death of 20.0 feet below the around surface without using drilling fluid and groundwater was not encountered above that depth. LOG OF Project No. 2361006 Date: Type: BORING LEDA Business Park BORING 10-03-2006 Air Rotary NO. B-9 Lubbock, Texas W. c, HAMILLTON ENGINEERING, INC. C F P E H T S Y E O L s A P L E T E T MATERIAL DESCRIPTION U p W c f C t f M C L L P I % 2 o` S L o A s 5 4.5 4.5 Reddish Brown SANDY LEAN CLAY 13.6 29 13 56.9 CL 32 Reddish Tan and Tan SANDY LEAN CLAY 10 26 7 Reddish Tan and Tan CLAYEY SAND 15 33 20 41 25 otal Depthof onng =zu.0 Feet 30 35 40 VI VYIaYWyawl wVUU. i IIG NVI1119 was auvalluzu W a U"Pill OT GUM rest mow ine grouno sunace Wlinout using arim Tim ana groundwater was not encountered above that depth. LOG OF Project No. 2361006 Date: Type: BORING LEDA Business Park BONG 10-03-2006 Air Rotary NO. B-10 Lubbock, Texas W.c HAMILTON ENGINEERING, INC. D F P E E H T S Y F# S O L S A M P L E T E S T MATERIAL DESCRIPTION U D W p c f U t f M C L L P 1 �'� 2 0 S C ° A 1 L S I 5 4.5 4.5 Reddish Brown SANDY LEAN CLAY 10.8 23 S 42.4 SC 16 1b 15 41 Reddish Tan and Tan SANDY LEAN CLAY 22 Reddish Tan and Tan CLAYEY SAND 28 20 27 25 otal Depthof Boring =20.0 Feet 30 35 40, Groundwater Note: The boring was advanced to a death of 20.0 feet below the around surface without usino drilling fluid and groundwater was not encountered above that depth. LOG OF Project No. 2361006 Date: Type: BORING LEDA Business Park BORING 10-03-2006 Air Rotary NO. B-11 Lubbock, Texas W.c. HAMILTON ENGINEERING, INC. r. EF. P E T H T 5 S Y s O L S A P L E T E T 1.8 MATERIAL. DESCRIPTION KeWisn brown U D W p a f C t S f M C 14.3 13.0 14.0 L L 33 34 28 P 1 14 15 9 x 2 0 0 73.4 52.1 36.9 s L O A 1 S L S CL CL SC Reddish Tan and Tan SANDY LEAN CLAY 16` 10 24 30 15 48 Reddish Tan and Tan CLAYEY SAND 20 28 25 otal Depthof Boring =213.0 Feet 30 35 40 tarounowater ivote: ► ne oonng was auvancea to a depth of Lu.0 Teel Delow the ground surface without using drilling fluid and groundwater was not encountered above that depth. LOG OF Project No. 2361006 Date: Type: BORING LEDA Business Park BORING 10-03-2006 Air Rotary NO. B-12 Lubbock, Texas II W.0 HAMILTON ENGDUMRING, INC. J �, F F s Y sUU A T D '% c s B F S MATERIAL. DESCRIPTION p s c t ? o o s 1 E T O L T c f O L S L E f t 4.5 4.5 Reddish Brown SANDY LEAN CLAY 4.5 5 4.5 Reddish Tan and Tan SANDY LEAN CLAY 1 l_ 10 32 otal Depthof Boring =1U.0 F6et 15 I 20 (� t 25 30 1 1 1 1 1 1 1 1 35 401 Groundwater Note: The boring was advanced to a depth of 10.0 feet below the ground surface without using drilling fluid and groundwater was not encountered above that depth. LOG OF Pro'ect No. 2361006 Date: Type: BORING BORING LEDA Business Park 10-03-2006 Air Rotary NO. B-13 Lubbock, Texas Table 1 ,. Aggregate Quality Requirements Property Test Method Requirement Coarse Aggregate SAC AQMP As shown on plans Deleterious material, %, max Tex-217-F, Part 11.5 Decantation, %, max Tex-217-F, Part H 1.5 Micro-Deval abrasion, %, max Tex-461-A Note 1 Los Angeles abrasion, %, max Tex-410-A 40 Magnesium sulfate soundness, 5 cycles, %, max Tex-411-A 302 Coarse aggregate angularity, 2 crushed faces, %, min Tex 460-A, Part 1853 Flat and elongated particles @ 5:1, %, max Tex-280-F 10 Fine Aggregate Linear shrinkage, %, max Tex-107-E 3 Combined Aggregate4 Sand equivalent, %, min Tex-203-F 45 1. Not used for acceptance purposes. Used by the Engineer as an indicator of the need for further investigation. 2. Unless otherwise shown on the plans. 3. Unless otherwise shown on the plans. Only applies to crushed gravel. 4. Aggregates, without mineral filler, RAP, or additives, combined as used in the job -mix formula QMF). Table 2 Gradation Requirements for Fine Aggregate 1 Sieve Size % Passing by Weight or Volume 318" 100 #8 70-100 - #200 0-30 t Table 3 Gradation Requirements for Mineral Filler Sieve Size % Passing by Weight or Volume #8 100 #200 55-100 Table 4 Master Gradation Bands (% Passing by Weight or Volume) and Volumetric Properties Sieve Size A Coarse Base B Fine Base C Coarse Surface t _z D Fine Surface F - Fine Mixture 1-1/2" 98.0-100.0 - - - - 1" 78.0-94.0 98.0-100.0 - - - 3/4" 64.0-85.0 84.0-98.0 95.0-100.0 - - 1/2" 50.0-70.0 - - 98.0-100.0 - _ -' 3/8" - 60.0-80.0 70.0-85.0 85.0-100.0 98.0-100.0 #4 30.0-50.0 40.0-60.0 43.0-63.0 50.0-70.0 80.0-86.0 #8 22.0-36.0 29.043.0 32.0- 44.0 35.0- 46.0 38.0-48.0 #30 8.0-23.0 13.0-28.0 14.0-28.0 15.0-29.012.0-27.0 #50 3.0-19.0 6.0-20.0 7.0-21.0 7.0-20.0 6.0-19.0 Fil #200 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 Design VMAl, % Minimum - 12.0 13.014.0 15.016.0 Plant -Produced VMA, % Minimum - 11.0 12.013.0 14.0 15.0 1. Voids in Mineral Aggregates. = Table 5 I Laboratory Mixture Design Properties Property Test Method Requirement Target laboratory -molded density, % Tex-207-F 96.01 1 Tensile strength (dry), psi (molded to 93% tl % density) Tex-226-F 85-2002 Boil test3 Tex-530-C - 1. Unless otherwise shown on the plans. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. Table 6 Hamburg Wheel Test Regmrementsl High -Temperature Binder Grade Minimum # of Passes2 (- @ 0.5" Rut Depth, Tested @ 122°F PG 64 or lower 10,000 PG 7015,000 l PG 76 or higher 20,000 1. Tested in accordance with Tex-242-F. 2. May be decreased or waived when shown on the plans. -) Table 7- Operational Tolerances Description Test Method Allowable Difference from JMF Target Individual % retained for #8 sieve and larger t5.01 - Individual % retained for sieves smaller than #8 and L_# larger than #200 ±3:01 % passing the #200 sieve Tex-200-F or Tex-236-F ±2.01 Asphalt content, % Tex-236-F t0.31 Laboratory -molded density, % t1.0 VMA, %, min Tex-207-F Note 2 I. When within these tolerances, mixture production gradations may fall outside the master grading limits; however, the percent passing the #200 sieve will be considered out of tolerance when outside the master grading limits. 2. Test and verify that Table 4 requirements are met. Table 8 Compacted Lift Thickness and Required Core Height Mixture Type Compacted Lift Thickness Minimum (in.) Maximum (in.) A 3.00 6.00 B 2.50 5.00 C 2.00 4.00 D 1.50 3.00 F 1.25 2.50 Table 9 Suggested Minimum Mixture Placement Temperature High -Temperature Binder Grade Minimum Placement Temperature (Before Entering Paver) PG 64 or lower 260°F PG 70 270OF PG 76 280OF PG 82 or higher 290°F Page Intentionally Left Blank APPENDIX C HKS SIGNAGE PROGRAM Page Intentionally Left Blank UNIT PRICE LIST Date: BID FROM: BID TO: ATTENTION: Ladies and Gentlemen: UNIT PRICES The Undersigned further agrees that in case of authorized variations of quantities from those shown or specified, the following Unit Prices will be used in adjusting the Contract Sum. ON. Unit Extension E1 Main Entrance Monument E2 Tenant Identity E3 Street Identity & Traffic Regulatory E4 Directional E5 Decorative Flag Installation w/ on -site supervision by the Primary Sign Contractor Shipping/Crating Bonds Permits Tax (SEAL - If Bid is By Respectfully Submitted A Corporation) By Business Address Complete IflA1 13do�*-WXi WC Page 1 SECTION 10400 SIGNS AND GRAPHIC ELEMENTS PART 1 - GENERAL 1.1 'SUMMARY A. Perform all work required to furnish and install the signs and graphic devices as indicated by the Contract Documents, and to furnish all supplementary items necessary"for the complete and proper installation. B. The Section includes the following types of signs: . 1. E1 Main Entrance Monument — Stone, Aluminum, Cement, Neon, Metal Halide Fixtures 2. E2 Tenant Identity — Aluminum, Stone, Cement, Vinyl 3. E3 Street Identity — Structural Aluminum Post, Aluminum, Vinyl 4. E4 Directional — Aluminum, Aluminum Post, Cement, Vinyl 5. E5 Decorative Flag — Structural Aluminum Post, Aluminum, Cement 1.2 SYSTEM DESCRIPTION A. Design Requirements: 1. Drawings are schematic and are intended to establish basic dimensions of units, sight lines, profiles and locations for the work. 2. Adjustments to the identifying devices may only be made -within the limits of the established design intent of the drawings and specifications, and any and such adjustments shall be identified on the submittals. 3. Letterstyles: a. Copperplate Bold b. Copperplate c. Gill Sans Bold d. Gill Sans 4. Unless otherwise noted, text kerning is 0. 5. The Architect will provide electronic finished art only as noted in the G3.00 Design Intent Documents. 6. All artwork and guides provided by Architect will be in Adobe Illustrator 10.0. Manufacturer is required -to have compatible software. HKS 10828.000 Page 2 B. Structural Requirements: 1. Details on the drawings indicate the design intent for the sign structures but do not _ necessarily include fabricating details required for the complete structural integrity of the identifying devices. - 2. The Manufacturer is responsible for the complete structural design of the identifying devices and to incorporate a minimum safety factor of three. 3. If structural engineering is required, engage a structural engineer that is registered in the state in which the project is located. 4. Design the structural aspects of the following identifying devices: _ a. Exterior monument signs b. Exterior wall mounted signs c. Other identifying devices that, by nature of their size, location, or exposure to potential problems, require structural consideration. 5. Design Loads: Engineer for loads as required by local building and seismic codes. 6. Wind Load: Engineer to withstand the effects of a minimum 80 mph wind load -acting inward and outward, normal to the plane of the wall. 7. Expansion and Contraction: Engineer to provide for expansion and contraction movement of framing members and components without damage to exterior finishes, connection failure, undue or excessive strain on assembly, fasteners and anchors, reduction of performance, or other detrimental effects when subject to a maximum ambient temperature range of 120 i degrees F, which may result in a metal surface temperature range of 180 degrees F. Base _ engineering calculations on actual surface temperatures of metals due to both solar heat gain and nighttime sky heat loss. C. Regulatory Requirements: Sign Fabricator is responsible for securing all permits required from applicable local governing agencies. Provide copies to the Owner for their records. 1.3 SUBMITTALS A. General: Submit the following according to the Conditions of the Contract B. Product data for each type of sign specified, including details of construction relative to materials, dimensions of individual components, profiles, and finishes. C. Structural Engineering data calculations and stamped documents for the Owner's records D. Shop drawings showing fabrication and erection of signs. Include plans, elevations, and large-scale sections of typical members and other components. Show anchors, grounds, layout, reinforcement, accessories, and installation details. 1. Provide message list for each sign required, including large-scale details of wording and lettering layout. 2. For signs supported by or anchored to permanent construction, provide setting drawings, templates, and directions for installation of anchor bolts and other anchors to be installed as a unit of Work in other Sections. E. Samples forverification of text layout, provide full or half scale printouts of each sign type required. F. Samples: 1. Provide two (2) samples each not less than 4° long of the aluminum extrusions. 2. Provide two (2) samples each not less than 4"x4" of each metal pattern specified. H KS 10828.000 Page 3 3. Acrylic: Provide two (2) samples each not less than 4" x 4" for each material, color, texture and pattern specified. _ 3 4. Vinyl Film: Provide two samples each not less than 4" x 4" for each type and color specified. -5. - Paint Provide two (2) samples each not less than 4" x 4" for each color and finish specified. i� L_J HKS 10828.000 Page 4 1A QUALITY ASSURANCE A. Sign Fabricator Qualifications: = 1. Firm experienced in producing signs similar to. those indicated- for this Project,, with a record of successful in-service performance, and sufficient production capacity to produce sign units required without causing Y dela in the Work. 2. Supervision: A supervisor shall be on the job -site during times that specified work is in process, and who is experienced in installing signs similar to type and scope required for this project. 3. Subcontractor Qualifications: Engage a firm experienced in producing graphic devices similar to those indicated for this Project, with a record of successful in-service performance of not less than 5 years, and sufficient production capacity to produce sign units required without causing delay in the work. 4. Single Source Responsibility: For each separate material, pre -manufactured product, or sign - type specified, obtain materials and products for that material or product, from one source of a single manufacturer. 5. Single Fabricator Responsibility: The Sign Fabricator shall use the same Sub -Contractor, fabricator, or manufacturer for the assembly and fabrication of each of the sign materials, '- products, services, and techniques/methods specified (i.e., use the same company for all cast acrylic work, the same company for all painting, the same company for all aluminum work, etc.) 6. Electrical Work: Personnel performing electrical work shall be property licensed according to all appropriate jurisdictional licensing regulations. 7. Neon Luminous Work: Firm experienced in producing neon lighting for signs similar to those indicated for this Project, with a record of successful 'in-service performance of not less than 5 years. B. Design Standards: _ 1. Aluminum: Design and fabricate aluminum members according to applicable provisions of the American Architectural Manufacturers Association (AAMA), standards and specifications. 2. Neon: Design and fabricate neon luminous lighting according to applicable provisions of the following: a. Underwriters Laboratories, Inc. UL-48 b. "Neon Installation Manual" as published by the intemational Association of Electrical Inspectors (IAEI). _ C. National Electronic Code (NEC). C. Quality Standards: I. Electrical Components:. Provide lighting fixtures and electrical components for illuminated signs that are labeled and listed by Underwriters Laboratories, Inc. (UL), and comply with applicable National Electrical Manufacturers Association (NEMA), standards. 2. Aluminum Welding Standards: Comply with American Welding Society (AWS), "Structural Welding Code" D1.2. D. Regulatory Requirements: 1. Comply with all provisions of the Americans with Disabilities Act (ADA. 2. Comply with applicable focal governing agencies laws, ordinances, and regulations for the use of exterior identifying devices. 3. Comply with all local building and seismic codes. 1.5 PROJECT CONDITIONS A. Field Measurements: Take field measurements prior to preparation of shop drawings and fabrication to ensure proper fitting. Show recorded measurements on final shop drawings. Coordinate fabrication schedule with construction progress to avoid delay. HKS 10828.000 Page 5 1.6 WARRANTY A. Length and Requirements of Warranties and Guarantees: 1. Except as otherwise specified, the Manufacturer warrants and guarantees all signs/graphics elements of the Contract Work against defects and deficiencies in materials, equipment or workmanship for two (2) years from the date of the Acceptance of the product unless the manufacturer's warranty is longer 2. Upon receipt of written notice from the Owner of the discovery of any defects or deficiencies, the Manufacturer shall remedy the defects and deficiencies and replace any property damaged there from occurring within the warranty and guarantee period. 3. in case of Contract Work performed by manufacturers and/or suppliers and where guarantees are required by the Owner, the Manufacturer shall secure warranties from said firms addressed to and in favor of Owner; deliver copies of same to the Owner, through the Architect, upon completion of the Contract Work; guarantee and assume full responsibility for the full period of said warranties. 4. Delivery of said guarantees shall not relieve the Manufacturer from any obligation from assumed under any other provisions of this Contract. B. What the Warrantee -Guarantee Represents: 1. The Manufacturer warrants to the Owner that signs and graphics elements products furnished under this contract will be of good quality and new, unless otherwise required or permitted by the Contract Documents, that the Contract Work will be free from defect, deficiencies or damage not inherent in the quality required or permitted, and that the Contract Work will conform with the requirements of the Contract Documents. 2. Contract Work not conforming to these requirements may be considered unacceptable. 3. The Manufacture warranty excludes remedy or damage or defect caused by abuse, modifications not executed by the Manufacturer, improper operation, or normal wear and tear under normal usage. C. Warranty -Guarantee Form: 1. The Manufacturer shall submit to the Owner, through the Architect, a notarized warranty - guarantee for the Contract Work and special warranty -guarantees required by the specifications on the Manufacturer's letterhead and in the form set forth below. 2. Submittal of all warranty -guarantees is required as prerequisite to the Final Payment. HKS 10828.000 Page 6 (company letterhead) WARRANTY -GUARANTEE -GUARANTEE FOR SIGN / GRAPHICS ELEMENTS We hereby warrant and guarantee the graphics elements products furnished and installed at by (company) for two (2) years from the date of the Acceptance of each product unless the Manufacturer's warranty is longer. We agree to repair or replace to the satisfaction of the Owner all Contract Work that may prove defective or deficient in workmanship or materials within that period, ordinary wear and tear and unusual abuse or neglect excepted, together with all other work, which may be damaged or displaced in doing so. In the event of our failure to comply with the above mentioned conditions within a reasonable time after being notified in writing, we collectively and separately do hereby authorize the Owner to proceed to have defects and deficiencies repaired and made good at our expense, and will pay the costs and charges therefore immediately upon demand. Date: (notarization) (Signature of Manufacturer) (Signature of Owner) HKS 10828.000 Page 7 11 MAINTENANCE A. Operations and Maintenance Manuals: Submit three sets, contained in appropriate binders, consisting of information that fully informs the Owner of the manner in which the identifying devices are to be maintained so that their intended and continual use will comply with the manufacturer's recommendations. Submit manuals as cart of Droiect installation. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Contract Work include, but are not limited to, the following: 1. ArtoGRAFX, Inc. 2611 Andjon Drive Dallas, TX 75220 Mr. Rick Santoyo 214-951-9408 rsantoyo@artografx.com 2. ASI — Modulex 4425 Cambridge Street Fort Worth, TX 76155 Mr. Fred Wilson 817-399-1303 fred.wilson@asimodulex.com 3. Chandler Signs 3201 Manor Way Dallas, TX 75235 Mr. Mike Drury 214-902-2000 mdrury@chand lersig ns.com 4. Neon Electric Corporation 1122 Lauder Road Houston, TX 77039 Mr. Hank Hink 281-987-1144 hankhink@neonelectric.net 2.2 PRODUCT STANDARD(S) The Contract Documents are based on the products listed below to establish a standard of quality. Other available manufacturers with products having equivalent characteristics may be considered provided deviations are minor and do not change the intended aesthetic, functional and performance requirements as judged by the Architect. 2.3 MATERIALS A. Aluminum Sheet: Alloy and temper recommended by aluminum producer and finisher for type of use and finish indicated and with not less than the strength and durability and with not less than the strength and durability properties of the alloy and temper specified for ASTM 209, 6061-T6. HKS 10828.000 L Page 8 B. Aluminum Plate: Alloy and -temper recommended by aluminum producer and finisher for type of use and finish indicated and not less than the strength and durability and properties of the -alloy and temper specified for'ASTM 13209. - C. Aluminum Extrusions and Tubes: Aluminum extrusions of alloy and Temper recommended by the sign manufacturer for the type of use and finish indicated with not less than the strength and durability properties specified in ASTM B221 for 6063-T5. D. Vinyl Letter and Symbol Film: 3M Brand (no substitutions), opaque and non -reflective vinyl film, 2 mil minimum thickness, with pressure sensitive adhesive backing, suitable for exterior applications, colors as indicated. 1. 3M series 7725 Opaque E. Neon 1. Provide internally mounted bent neon of a size appropriate for letter cap height. 2. Provide the number of strokes required to produce bright illumination of translucent acrylic faces. 3. Provide neon color appropriate to translucent face color to render a clear saturated color. 4. Provide transformers and wiring inside electrical housing. F. Stone: Type 1: Supplier/Quarry: Indiana Monument & Cut Stone, Inc. Stone Name: Standard Buff Limestone Finish Selection: Smooth Size: As shown on design intent drawings. Grout: Match stone Contact D&L Masonry G. Concrete: Concrete footings shall be TYPE I concrete, f c = 4500 psi, normal weight concrete, water / cement ratio — 0.45. Reinforcing to be ASTM A615 Grade 60. Concrete cover per ACI 318-95 Section 7.7. 2.4 PRE -MANUFACTURED UNITS A. Fasteners: Concealed fasteners fabricated from metals that are non -corrosive and are compatible with the sign material and mounting surface. B. Anchors and Inserts: Nonferrous metal or hot -dipped galvanized anchors and inserts for exterior installations and elsewhere as required for corrosion resistance. Use toothed steel or lead expansion bolt devices for drilled -in -place anchors. C. Tape: Double coated, 1/32 inch thick, very high bond, foam tape. D. Adhesive: Liquid silicone -adhesive recommended by the applicable sign material manufacturer. E. Sheet Adhesive for Cast Acrylic Sheets: Double sided, very high bond, sheet adhesive manufactured for the laminating of cast acrylic sheets. F. Flood Illumination: Fixture Manufacturer: Greenlee Lighting (or approved equal). Fixture Type: RBD Series, In -ground fixture, 70MH with variable directional shield, optical controls, and standard Verde green finish. 1. Design Intent: Evenly wash entire logo square and dimensional letters on monument. HKS 10828.000 Page 9 2.5 FABRICATION A. General: 1. Comply with requirements indicated for materials, thickness, finishes, colors, designs, shapes, sizes, and details. 2. Produce smooth, even, level sign surfaces, constructed to remain flat under installed _ conditions within a tolerance of plus or minus 1/16 inch measured diagonally. 3. Fabricated work shall be free of burrs, pitting, cutting edges, sharp comers, nicks, dents, and scratches. Painted surfaces shall be properly prepared, and shall be free of brush marks, streaks, laps, runs, or pile-up of paint, with uniform opaque coverage. Unless otherwise indicated, edges of signs shall be painted the same -color as the face. 4. Finish seams and joints on exposed surfaces shall be imperceptible in finished work. 5. Except as indicated, finish surfaces smooth. 6. Furnish flat surfaces without bulges, oil canning, or other physical deformities. 7. Furnish curved surfaces with smooth, free -flowing shape. 8. Carefully follow manufacturer's recommended fabricating procedures. regarding expansion, contraction, fastening, and restraining of acrylic plastic. 9. Exercise care to ensure that polished surfaces are unblemished in finished work. 10. All Contractor painting shall be performed in a controlled and dust free environment. B. Graphic Content and Style: Provide sign copy that complies with the requirements indicated for size, style, spacing, content, position, material, finishes, and colors of letters, numbers, and other graphic elements. C. Comply with the Americans with Disabilities Act (1991) for inclusion, correctness, and rendition of Grade II Braille on all signs as indicated. D. Unframed Signs: Fabricate signs with mechanically and smoothly square cut edges and square cut comers. E. Laminated Signs: Permanently laminate face panels to backing sheets of material and thickness indicated using the manufacturer's standard process. F. Cut Letters: Machine -engraved letters from acrylic or metal as indicated to produce cutters mechanically linked to master templates in a pantographic system or equivalent process capable of producing characters of the style indicated with sharply formed edges. G. Surface Copy: Apply copy and graphics to the first surface of acrylic sheet coated with opaque paints forming the panel face by the surface silk screen process to produce precisely formed opaque images free of rough edges H. Applied Vinyl Copy: Die -cut characters from vinyl film with pressure -sensitive adhesive backing, color and sizes as indicated, and applied to the exposed face of the opaque acrylic sheet or the clear acrylic sheet with opaque color coating subsurface to form the sign face. 2.6 FINISHES BY MANUFACTURER A. Painting: 1. The term "paint" includes enamels, paints, sealers, fillers, stains, and coating systems whether used as prime, intermediate or finish coats. 2. Use colored paints and coatings, including inks, for copy and background colors, that are recommended by product manufacturer's for optimum adherence to surface and are non - fading for the application intended. 1. Aluminum: All exposed aluminum surfaces specified as non-metallic paint finish, to have a Matthews brand, exterior grade baked enamel paint finish. Add UV inhibitors to paint per HKS 10828.000 i Page 10 " - Manufacturer's instructions. a. Matthews Paint Company Lake View Cbrporate Park #8201 10& Street } Kenosha, Wisconsin 53142-7739 800.323.6593 2. Acrylic enamels shall have �a minimum two -week cure time. '- 3. All painted finishes shall conform to ADA "eggshell" or "matte" finish requirements. i 4. Formulate paint products with anti -mildew agents especially formulated for the project location for both interior and exterior areas. In addition, include carefully balanced ultraviolet inhibitors for exterior products. B. Screen Printing: 1. Screen Printing ink shall be a manufacturer's standard product suited for silkscreen technology and shall be available in a published system with full range of accent or pure spectrum colors, and any mixture of colors. Use inks that were manufactured within the last six months and are free from skins, lumps, and any foreign matter. Oils, thinners, and driers shall comply with the ink manufacturer's recommendations. 2. Screen material shall be either: a. Stainless steel, nylon, or polyester with 250 lines per inch, or finer. b. 16XX cloth fabric for printing 3. Execute silk screening from photo screens or negatives. Do not use images shown on the drawings as camera-ready artwork. 4. Execute silk screen -printing in a manner to ensure edges and comers of finished letterforms or symbols are sharp, true and clean. Letterforms or symbols with rounded positive or negative corners, edge build-up, or bleedings, etc. will not be accepted. PART 3 - EXECUTION 3.1 STORAGE A. Long term storage on the job site of finish product will not be allowed. 3.2 EXAMINATION A. The Manufacturer shall inspect substrate surfaces to receive identifying devices and associated work and conditions under which the identifying devices will be installed to determine if there are conditions that will adversely affect the execution of the work, and permanence and quality of work. Do not proceed with installation until unsatisfactory conditions have been.corrected in a manner acceptable to the Manufacturer. B. Owner and Architect reserve the right to examine work in fabrication shop prior to shipment to the Project Site. 3.3 INSTALLATION A. General: Contractor shall locate sign units and accessories where indicated, using mounting methods of the type described and in compliance with the manufacturer's instructions. Install signs level, plumb, square, free from warp or twist, maintaining dimensional tolerances, and at the height indicated, with sign surfaces free from distortion or other defects in appearance. 3.4 CLEANING AND PROTECTION A. After installation, clean soiled sign surfaces according to the manufacturers, instructions. il - HKS 10828.000 Page 11 , Protect units from damage until Acceptance. B. Remove waste materials, rubbish and debris from the site and legally dispose of at public or private dumping areas off the Owner's property. END OF SECTION HKS 10828.000 Page 12 A ve I a -1 6 o A,7rAc 4 IYE KT IA" I o F 5/8'" Slip Plate (see "Slip Plate Detail') 1 /4"V ` ; 3" (Nominal Dic.) Sch 40 (standard weight) Pipe , 3/4' Dia. Thru Hole 36" 12' min. 24" max. Pipe shall conform to ASTM A53 Gr 8, A500 Gr 8, or A501. Galvanize according to ASTM A123 after all fabrication Is completed. Finished components shall be permanently marked to indicate mauufocturer. Method, design and location of markings are subject to the approval of the TxDOT Traffic Standards Engineer. 1 1 /4" s Bolt Keeper Plate shall be manufactured from 26 to 30 gouge galvanized sheet steel. BOLT KEEPER PLATE 3/4" (Typ. Dia.> *1/2" Dia. Thru Hole { 5' 6" All 1 5 6' 5' S" 5/8" Slip Plate 6' 6' 3" (Nominal 40 (see "Slip Plate Detail') Dia.) Sit (standard weight) Pipe 1/4" P I 3" xl2'x12' Bolt -Down Plate Pipe shall conform to ASTM A53 Gr B,*A500 Gr B, or A501. Bolt -down plate shoII conform to the some motor IaI requirements speolf led for the slip plate. Galvanize coco-ding to ASTM A123 after all fabrication is completed. Finished components shall be permanently marked to Indicate manufacturer. Method, design and location of markings are subject to the approval of the UDOT Traffic Standards Engineer. * Hole in slip plate and bolt -down plate Is for galvanizing venting and drainage. Exact hole placement may vary as needed. . BOLT -DOWN ANCHOR o Hole in slip plate is 10 3/8" for galvanizing venting 3' 3" and drainage. Exact hole T placement may vary as needed. 11/32 ' R 1 1/4' %1 + It �t Bevel end shall be tangent to bolt hole. Any mis- s 1/2' Dia. aligrment shall be Thru corrected by grinding. Hole \ `T Bevel faces shall have \vJ 2" a minimun smoothness _ of 500 micro inches according to ANSI 846.1. Slip plate shall conform to -ASTM A36 or A572. SLIP PLATE DETAIL ! ID y 00 ,&- TAc.K1-tsNj ~ B at D) a 0.25' R (Typ. )7 i Set i Screw 3 3/4' (Min. 3) I (Typ. ) 0.62' 2.93' DNA (TYp• ) 00. 01', -0) Set Screw type Section D-D Steel Siipbase fabrication shall conform to ASTM A36 or A572, If fabrication consists of ductile iron casting It shall conform to ASTM A536 Grade 65-45-12 and be galvanized per ASTM a153 Class A. Finished components shall be permanently marked to indicate manufacturer. Method, design and location of markings are subject to the approval of the TxDOT Traffic Standards Engineer. A list of approved Triangular Slip bases can be found at https//wnr.txdot.gov/pubIioations/traffic.htm SLIPBASE DETAIL to 4 o a /kTrAjr,4viF-f r. "8 " Z OFS, I. J e Section G-G f --- 1.750" R UNLESS NOTED: X. XXX t 0.005" X. XX t 0.010" I ITyp. I 1.38" I 0.63" Section F-F Sign clap costing shall meet ASTM 885 Alloy 360.0 or A360.0, ASTM 826 Alloy 356.04, or ASTM 8108 Alloy 356.0-F or A444.0-T4. UNIVERSAL SIGN CLAMP t 0 H so AT7Ac-w gGar ',o " 3 of 6- o. +Do i VT L — 5/16 ' -18 UNC Threads � i E I \ R 1/2' Aw l oon. National Standard Hex Nut and Nei loaf Spring Look Masher U-bolt, nut and washers &hail be mmufactured according to ASTM A307 Grade C and galvanized 0000rding to Item 445, `GOlvanizing. 9/32' diameter stack is pemissible. Standard Pipe Size R L E 2" 1 7/32" 1 15/32" 2 11/16" 2 1 /2" 1 15/32" 1 23/32" 3 3/16" 3" r175/32" 2 1/32" 3 13/16" SIGN CLAMP U-BOLT 1 T/16` 1 Section A -A 2 7/8` L 3 1/20 6 3/4` (Approx. Lifting spacer shall be manufactured from 100% recycled ABS or polyoarbonate plastic. Sides mcy be slightly tapered to facilitate release of part from the mold. LIFTING SPACER f' 11.25.62 i o you A?T;iCAHWT 6'� 6 5' 1 Lubbock Business Park Project No.10828.000 Type: E1 - Main Entrance Monument Location Sign Type Location Plan Legend Remarks E1 01 G1.00 LBK Business Park E1 02 G1.00 LBK Business Park E1 03 G1.00 LBK Business Park Lubbock Business Park Project No.10828.000 Type: E2 - Tenant Identity Location Sign Type Location Plan Legend Remarks E2 G1.00 TBD IDENTITY MONUMENTS I PER STREET FRONTAGE PER LOT C-- 7-7-7 k Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 01 G1.00 West Bound 1 (NONE) 2 (NONE) Confirm all block numbering w/ PSC. 3 (NONE) East Bound 1 (NONE) 2 (NONE) 3 (NONE) North Bound 1 (NONE) 2 (NONE) 3 (KEEP RIGHT) South Bound 1 (NONE) 2 (NONE) 3 (STOP) E3 02 G1.00 West Bound 1 (NONE) 2 (NONE) 3 (NONE) East Bound 1 (NONE) 2 (NONE) 3 (NONE) North Bound 1 (NONE) 2 (ONE WAY) 3 (NONE) South Bound 1 (NONE) 2 (NONE) 3 (NONE) Lubbock Business Park Project No.10828.000 Type: E3 - Street identity Trafflc Regulatory Location Sign Type Location Plan Legend Remarks E3 03 G1.00 West Bound 1 N Elm Ave (block #) 2 (ONE WAY) 3 (NONE) East Bound 1 N Elm Ave (block #) 2 (ONE WAY) 3 (NONE) North Bound 1 E Yucca Ln (block #) 2 (NONE) 3 (NONE) South Bound 1 E Yucca Ln (block #j 2 (NONE) 3 (NONE) E3 04 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) North Bound 1. (NONE) 2. (NONE) , 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (NONE) Lubbock Business Park Project No.10828.000 Type: E3 • Street Identity S Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 05 G1,00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (ONE WAY) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (NONE) E3 06 G1.00 West Bound 1. N Elm Ave (block #) 2. (NONE) 3. (NONE) East Bound 1. N Elm Ave (block #) 2. (NONE) 3. (NONE) North Bound 1. E Yucca Ln (block #) 2. (ONE WAY) 3. (STOP) South Bound 1. E Yucca Ln (block #) 2. (ONE WAY) 3. (NONE) Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 07 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (STOP) South Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) E3 08 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (ONE WAY) 3. (NONE) ,.,.. a .. wJ ., : Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 09 G1.00 West Bound 1. N Elm Ave (block #) 2. (ONE WAY) 3. (NONE) East Bound 1. N Elm Ave (block #) 2. (ONE WAY) 3. (NONE) North Bound 1. E Yucca Ln (block #) 2. (NONE) 3. (NONE) South Bound 1. E Yucca Ln (block #) 2. (NONE) 3. (NONE) E3 10 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (NONE) Lubbock Business Park Project N0.10828.000 Type: E3 - Street Identity & Traffic Regulatory ' Location Sign Type Location Plan Legend Remarks E3 11 G1.00 West Bound 1. (NONE) 2. (ONE WAY) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (NONE) E3 12 G1.00 West Bound 1. N Elm Ave (block #) 2. (NONE) 3. (NONE) East Bound 1. N Elm Ave (block #) 2. (NONE) 3. (NONE) North Bound 1. E Yucca Ln (block #) 2. (ONE WAY) 3. (NONE) South Bound 1. E Yucca Ln (block #) 2. (ONE WAY) 3. (STOP) i Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 13 G1.00 West Bound 1 (NONE) 2 (NONE) 3 (NONE) East Bound 1 (NONE) 2 (NONE) 3 (NONE) North Bound 1 (NONE) 2 (NONE) 3 (KEEP RIGHT) South Bound 1 (NONE) 2 (NONE) 3 (STOP) E3 14 G1.00 West Bound 1 (NONE) 2 (NONE) 3 (NONE) East Bound 1 (NONE) 2 (NONE) 3 (NONE) North Bound 1 (NONE) 2 (ONE WAIF 3 (NONE) South Bound 1 (NONE) 2 (NONE) 3 - (NONE) Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 16 G1.00 West Bound I N Ivory Ave (block 0) 2 (ONE WAY) 3 (NONE) East Bound I N Ivory Ave (block 2 (ONE WAY) 3 (NONE) North Bound I E Yucca Ln (block 2 (NONE) 3 (NONE) South Bound 1 E Yucca Ln (block #) 2 (NONE) 3 (NONE) E3 16 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (NONE) :7777� 77 r, 7-2] 7.77 77, ',C-7-] r= =7 i Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 17 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (ONE WAY) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (NONE) E3 18 G1.00 West Bound 1. N Ivory Ave (block #) 2. (NONE) 3. (NONE) East Bound 1. N ivory Ave (block #) 2. (NONE) 3. (NONE) North Bound 1. E Yucca Ln (block #) 2. (ONE WAY) 3. (STOP) South Bound 1. E Yucca Ln (block #) 2. (ONE WAY) 3. (NONE) Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 19 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (STOP) South Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) E3 20 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (ONE WAY) 3. (NONE) L ... . ...... 7 J -77� 777 Lubbock. Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 21 G1.00 West Bound 1. N Ivory Ave (block #) 2. (ONE WAY) 3. (NONE) East Bound 1. N Ivory Ave (block #) 2. (ONE WAY) 3. (NONE) North Bound 1. E Yucca Ln (block #) 2. (NONE) 3. (NONE) South Bound 1. E Yucca Ln (block #) 2. (NONE) 3. (NONE) E3 22 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (NONE) Lubbock Business Park Project No.10828.000 Type: E3 - Street identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 23 G1.00 West Bound 1. (NONE) 2. (ONE WAY) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (NONE) E3 24 G1.00 West Bound 1. N Ivory Ave (block#) 2. (NONE) 3. (NONE) East Bound 1. N Ivory Ave (block #) 2. (NONE) 3. (NONE) North Bound 1. E Yucca Ln (block #) 2. (ONE WAY) 3. (NONE) South Bound 1. E Yucca Ln (block #) 2. (ONE WAY) 3. (STOP) Lubbock Business Park Project No.10828.000 Type: E3 - Street identity & Traffic Regulatory Location Sign Type Location Plan Legend remarks E3 25 G1.00 West Bound 1 (NONE) 2 (NONE) 3 (NONE) East Bound 1 (NONE) 2 (NONE) 3 (NONE) North Bound 1 (NONE) 2 (NONE) 3 (KEEP RIGHT) South Bound 1 (NONE) 2 (NONE) 3 (STOP) E3 26 G1.00 West Bound 1 (NONE) 2 (NONE) 3 (NONE) East Bound 1 (NONE) 2 (NONE) 3 (NONE) North Bound 1 (NONE) 2 (ONE WAY) 3 (NONE) South Bound 1 (NONE) 2 (NONE) 3 (NONE) Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 27 G11.00 West Bound I N Nutmeg Ave (block 2 (ONE WAY) 3 (NONE) East Bound I N Nutmeg Ave (block 2 (ONE WAY) 3 (NONE) North Bound I E Yucca Ln (block 2 (NONE) 3 (NONE) South Bound I E Yucca Ln (block #) 2 (NONE) 3 (NONE) E3 28 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (NONE) .. . . ..... .. Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 29 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (ONE WAY) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (NONE) E3 30 G1.00 West Bound 1. N Nutmeg Ave (block #) 2. (NONE) 3. (NONE) East Bound 1. N Nutmeg Ave (block #) 2. (NONE) 3. (NONE) North Bound 1. E Yucca Ln (block #) 2. (ONE WAY) 3. (STOP) South Bound 1. E Yucca Ln (block #) 2. (ONE WAY) 3. (NONE) Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 31 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (STOP) South Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) E3 32 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (ONE WAY) 3. (NONE) Lubbock Business Park Project No.10828.000 Type: E3 . Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 33 G1.00 West Bound 1. N Nutmeg Ave (block #) 2. (ONE WAY) 3. (NONE) East Bound 1. N Nutmeg Ave (block #) 2. (ONE WAY) 3. (NONE) North Bound 1. E Yucca Ln (block #) 2. (NONE) 3. (NONE) South Bound 1. E Yucca Ln (block #) 2. (NONE) 3. (NONE) E3 34 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (NONE) Lubbock Business Park Project No.10828.000 Type: E3 . Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 35 G1.00 West Bound 1. (NONE) 2. (ONE WAY) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (NONE) E3 36 G1.00 West Bound 1. N Nutmeg Ave (block #) 2. (NONE) 3. (NONE) East Bound 1. N Nutmeg Ave (block #) 2. (NONE) 3. (NONE) North Bound 1. E Yucca Ln (block #) 2. (ONE WAY) 3. (NONE) South Bound 1. E Yucca Ln (block #) 2. (ONE WAY) 3. (STOP) Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Trafflc Regulatory Location Sign Type Location Plan Legend Remarks E3 37 G1.00 West Bound 1. N iH 27 (block #) 2. (ONE WAY) 3. (STOP) East Bound 1. N IH 27 (block #) 2. (NONE) 3. (NONE) North Bound 1. E Yucca Ln (block #) 2. (NONE) 3. (NONE) South Bound 1. E Yucca Ln (block #) 2. (NONE) 3. (NONE) E3 38 G1.00 West Bound 1. N Ash Ave (block #) 2. (ONE WAY) 3. (STOP) East Bound 1. N Ash Ave (block #) 2. (NONE) 3. (NONE) North Bound 1. E Vassar St (block #) 2. (NONE) 3. (NONE) South Bound 1. E Vassar St (block #) 2. (NONE) 3. (NONE) Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 39 G1.00 West Bound 1. (NONE) 2. (ONE WAY) 3. (NONE) East Bound 1. (NONE) 2. (ONE WAY) 3. (STOP) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (NONE) E3 40 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. N Elm Ave (block 2. (NONE) 3. (NONE) South Bound 1. E Vassar St (block 2. (NONE) 3. (NONE) f ,........ Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 41 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. N Elm Ave (block #) 2. (NONE) 3. (NONE) South Bound 1. E Vassar St (block #) 2. (NONE) 3. (NONE) E3 42 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (STOP) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. N Ivory Ln (block #) 2. (NONE) 3. (NONE) South Bound 1. E Vassar St (block #) 2. (NONE) 3. (NONE) Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 43 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. N Ivory Ln (block #) 2. (NONE) 3. (NONE) South Bound 1. E Vassar St (block #) 2. (NONE) 3. (NONE) E3 44 G1.00 West Bound 1. N Ivory Ln (block #) 2. (ONE WAY) 3. (STOP) East Bound 1. N Ivory Ln (block #) 2. (ONE WAY) 3. (NONE) North Bound 1. E Wabash St (block #) 2. (NONE) 3. (NONE) South Bound 1. E Wabash St (block #) 2. (NONE) 3. (NONE) Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 45 G1.00 West Bound 1. N Ivory Ln (block #) 2. (ONE WAY) 3. (STOP) East Bound 1. N Ivory Ln (block #) 2. (ONE WAY) 3. (NONE) North Bound 1. E Adrian St (block #) 2. (NONE) 3. (NONE) South Bound 1. E Adrian St (block #) 2. (NONE) 3. (NONE) E3 46 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. N Nutmeg Ave (block #) 2. (NONE) 3. (NONE) South Bound 1. E Adrian St (block #) 2. (NONE) 3. (NONE) Lubbock Business Park Project No.10828.000 'type: E3 - Street Id$ntity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 47 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. N Nutmeg Ave (block #) 2. (NONE) 3. (NONE) South Bound 1. E Adrian St (block #) 2. (NONE) 3. (NONE) E3 48 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. E Hunter St (block #) 2. (NONE) 3. (NONE) ' South Bound 1. N Nutmeg Ave (block #) 2. (NONE) 3. (NONE) Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 49 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. E Hunter St (block #) 2. (NONE) 3. (NONE) South Bound 1. N Nutmeg Ave (block #) 2. (NONE) 3. (NONE) E3 50 G1.00 West Bound 1. (NONE) 2. (ONE WAY) 3. (STOP) East Bound 1. (NONE) 2. (ONE WAY) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (NONE) Lubbock Business Park Project No.10828.000 Type: E3 - Street identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 5i G1.00 West Bound 1. N Ivory Ave (block #) 2. (NONE) 3. (NONE) East Bound 1. N Ivory Ave (block #) 2. (NONE) 3. (NONE) North Bound 1. E Hunter St (block #) 2. (ONE WAY) 3. (STOP) South Bound 1. E Hunter St (block #) 2. (ONE WAY) 3. (NONE) E3 52 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. E Hunter St (block #) 2. (NONE) 3. (NONE) South Bound 1. N Elm Ave (block #) 2. (NONE) 3. (NONE) Lubbock Business Park Project No.10328.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 53 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. E Hunter St (block #) 2. (NONE) 3. (NONE) South Bound 1. N Elm Ave (block #) 2. (NONE) 3. (NONE) E3 54 G1.00 West Bound 1. (NONE) 2. (ONE WAY) 3. (NONE) East Bound 1. (NONE) 2. (ONE WAY) 3. (STOP) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (NONE) Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Trafflc Regulatory Location Sign Type Location Plan Legend Remarks E3 55 G1.00 West Bound 1. N IH 27 (block #) 2. (ONE WAY) 3. (STOP) East Bound 1. N IH 27 (block #) 2. (NONE) 3. (NONE) North Bound 1. E Hunter St (block #) 2. (NONE) 3. (NONE) South Bound 1. E Hunter St (block #j 2. (NONE) 3. (NONE) E3 56 G1.00 West Bound 1. N MLK Jr Blvd (block #) 2. (NONE) 3. (NONE) East Bound 1. N MLK Jr Blvd (block #) 2. (NONE) 3. (STOP) North Bound 1. E Yucca Ln (block #) 2. (NONE) 3. (NONE) South Bound 1. E Yucca Ln (block #) 2. (NONE) 3. (NONE) . � r Lubbock Business Park Project No.10828.000 Type: E3 • Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 57 G1.00 West Bound 1. N MLK Jr Blvd (block #) 2. (NONE) 3. (NONE) East Bound 1. N MLK,Jr Blvd (block #) 2. (NONE) 3. (STOP) North Bound 1. E Hunter St (block #) 2. (NONE) 3. (NONE) South Bound 1. E Hunter St (block #} 2. (NONE) 3. (NONE) E3 58 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (STOP) East Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (NONE) Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity S Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 59 G1.00 West Bound 1. N Ivory Ave (block•#) 2. (NONE) 3. (NONE) East Bound 1. N Ivory Ave (block #) 2. (NONE) 3. (NONE) North Bound 1. E Adrian St (block #) 2. (NONE) 3. (STOP) South Bound 1. E Adrian St (block #) 2. (NONE) 3. (NONE) E3 60 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) ` 3. (STOP) South Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) r a• Lubbock Business Park Project No.10828.000 Type: E3 . Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 61 G1.00 West Bound 1. N ivory Ave (block #) 2. (NONE) 3. (NONE) East Bound 1. N Ivory Ave (block #) 2. (NONE) 3. (STOP) North Bound 1. E Hunter St (block #) 2. (NONE) 3. (NONE) South Bound 1. E Hunter St (block #) 2. (NONE) 3. (NONE) E3 62 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (STOP) South Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 63 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) East Bound 1. (NONE) 2. (NONE) 3. (STOP) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (NONE) E3 64 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 65 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) South Bound 1. (NONE) 2. (NONE) 3. (NONE) E3 66 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) South Bound 1. (NONE) 2. (NONE) 3. (NONE) Lubbock Business Park Project No.10828.000 Type: E3 • Street Identity & Traffic Regulatory Location Sign Type 'Location Plan Legend Remarks E3 67 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) J Lubbock Business Park Project No.10828.000 Type: E4 - Directional Location _Sign Type Location Plan Legend Remarks E4 01 G1.00 T xx�oc-xx�ooc E. Yucca Lane F )0=-== N. Elm Ave '� xxxx-�ocxxx N. Elm Ave E4 02 G1.00 + XXXX-ux)ooc N. Ivory Ave xxxx-XX)= N. Ivory Ave E4 03 G1.00 T N. M.L.K. Jr. Blvd E X)M-XXXXX Nutmeg Ave X)=-X)=X N. Nutmeg Ave E. Adrian St Lubbock Business Park Project No.10828.000 Type: E4 - Directional Location Sign Type Location Plan Legend Remarks E4 04 G1.00 T )0=-X)O= E. Yucca Lane + )0=-X)O= N. Nutmeg Ave E. Adrian St xxxx-M= N. Nutmeg Ave E4 05 G1.00 + xxxx-== N. Nutmeg Ave + xxxx-M= E. Yucca Lane 4 N. M.L.K. Jr. Blvd E4 06 G1.00 T xxxx-== N. Nutmeg Ave E. Adrian St + N. M.L.K. Jr. Blvd xxxx-MOM E. Yucca Lane I r L Lubbock Business Park Project No.10828.000 Type: E3 - Street identity & Traffic Regulatory Location Sign Type Location Plan Legend Remarks E3 65 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) South Bound 1. (NONE) 2. (NONE) 3. (NONE) E3 66 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) South Bound 1. (NONE) 2. (NONE) 3. (NONE) Lubbock Business Park Project No.10828.000 Type: E3 - Street Identity & Traffic Regulatory Location Sign Type 'Location Plan Legend Remarks E3 67 G1.00 West Bound 1. (NONE) 2. (NONE) 3. (NONE) East Bound 1. (NONE) 2. (NONE) 3. (NONE) North Bound 1. (NONE) 2. (NONE) 3. (NONE) South Bound 1. (NONE) 2. (NONE) 3. (KEEP RIGHT) r7i , L L L J Lubbock Business Park Project No.10828.000 Type: E4 - Directional Location _Sign Type Location Plan Legend Remarks E4 01 G1.00 T xxxxxxxxx E. Yucca Lane F xxxx-xxxxx N. Elm Ave + xxxx-xxxxx N. Elm Ave E4 02 G1.00 E xxxx-xxxxx N. Ivory Ave xxxx-xxxxx N. ivory Ave E4 03 G1.00 T N. M.L.K. Jr. Blvd F - N. Nutmeg Ave xxxx-xxxxx N. Nutmeg Ave E. Adrian St Lubbock Business Park Project No.10828.000 Type: E4 - Directional Location Sign Type Location Plan Leaend Remarks E4 04 G1.00 T M=-Xxxxx E. Yucca Lane + xxxx-x)o= N. Nutmeg Ave E. Adrian St xxxx-M= N. Nutmeg Ave E4 05 GI.00 T xxxx-== N. Nutmeg Ave + xxxx-Mo= E. Yucca Lane 4 N. M.L.K. Jr. Blvd E4 06 G1.00 xxxx-== N. Nutmeg Ave E. Adrian St + N. M.L.K. Jr. Blvd xxxx-x)o= E. Yucca Lane � -, - 1. - I ( - I I r Lubbock Business Park Project No.10828.000 Type: E4 - Directional Location _Sign Type Location Plan Legend Remarks E4 07 G1.00 xxxx-xxxxx N. Ivory Ave + )0=-xxxxx N. Ivory Ave E4 08 G1.00 T E. Hunter Lane + xxxx-xxxxx E. Yucca Lane � xxxx-xxxxx E. Yucca Lane E4 09 G1.00 T E. Vassar St E. Wabash St E xxxx-xxxx Yucca Lane xxxx-xxxx E. Yucca Lane E4 10 G1.00 T E. Hunter St + N.IHwy.27 4 )0=-xxxx E. Yucca Lane Lubbock Business Park Project No.10828.000 Type: E4 - Directional Location Sign Type Location Plan Legend Remarks E4 11 G1.00 N.IHwy.27 E xxxx-xxxx N. Elm Ave xxxx-Xcxx N. Elm Ave E4 12 G1.00 E. Vassar St N.lHwy.27 F xxxx-xxxx E. Yucca Lane E4 13 G1.00 E )0=-xxxx N. Elm Ave xxxx xxxx E. Vassar St E. Wabash St E4 14 G1.00 T )0=-=O( E. Vassar St � xxxx-x�ooc E. Vassar St N. Ash Ave Lubbock Business Park Project No.10828.000 Type: E4 - Directional Location Sign Type Location Plan Legend Remarks E4 15 G1.00 xxxx-xxxx N. Ivory Ave f xxxx xxxx N. Ivory Ave E4 16 G1.00 xxxx-xxxx E. Hunter St E xxxx-x = N. Nutmeg Ave E4 17 G1.00 + xxxx-)o= N. Ivory Ave E4 18 G1.00 xxxx-xxxx N. Ivory Ave E4 19 G1.00 E xxxx xxxx E. Hunter St N. Elm Ave E4 20 G1.00 E xxxx-xxxx E. Hunter St '� xxxx-xxxx E. Hunter St E4 21 G1.00 T )om-xxxx E. Hunter St F )o=-xxxx E. Hunter St Lubbock Business Park Project No.10828.000 Type: E4 - Directional Location Sign Type Location Plan 'Leaend Remarks E4 22 G1.00 X)=-xxxx E. Hunter St X)=-X)= , E. Hunter St E4 23 G1.00 + )0=-=cx N. Elm Ave + X)=-X)= E. Vassar St E4 24 131.00 T )0=-MM N. Ivory Ave E. Wabash St E4 26 G1.00 T )0=-)O= E. Vassar St 4 E. Wabash St Lubbock Business Park Project No.10828.000 Type: E5 - Decorative Flag Location Sign Type Location Plan Legend Remarks ES 01 - 30 G1.00 . ( LBK logo) Quanity of 30 Exact Spacing & Locations TBD Page Intentionally Left Blank m p p --m OEM mmtmm mo 11 0 No Text Table of Contents Finish Schedule Typographic Style Guide G3.TSa & .TSb Symbol Style Guide G3.SSa El Main Entrance Monument G3.E1 a,.El b &.Elc E2 Tenant Identity G3.E2a E3 Street Identity & Traffic Regulatory G3.E3a E4 Directional G3.E4a E5 Decorative Flag G3.E5a PAINT: All exterior finishes to be Semi -Gloss unle specified. All paint to be exterior grade, Opaque UV Inhibitor. P1 DARK BLUE Matthews Custom Match: PMS #534C P2 WHITE Matthews: Standard Bright White P3 WARM CHAMPAGNE METALLIC Matthews: M P20062 METAL: M1 HORIZONTAL BRUSH US#4 - Horizontal w/ gloss Clear Coat. Continuouis Grain (Not Broken Grain) STONE: SI PROJECT STONE Standard Buff Limestone VINYL: V1 REFLECTIVE WHITE 3M Brand (No Substitutions) 3930, White V2 REFLECTIVE RED 3M Brand (No Substitutions) 3932, Red V3 BLACK 3M Brand (No Substitutions) 7725-12, Black V4 REFLECTIVE GREEN 3M Brand (No Substitutions) 3937, Green LUI 53 LOT 44 LOT 45 LOT 46 LOT 47 LOT 48 LOT 49 LOT 50 LOT 51 LOT 52 in tlR§c mu� wr LOT 43 LOT 31 LOT 30 LOT 38 LOT 37 OT 23 LOT 24 LOT 25 LOT 42 LOT 32 LOT 21 I LOT 39 LOT 36 MrTy MOMMEN I PM SIRELT FRTS WTMX LOT 41 KR LOT. LOT 35 LOT 3 CT LOT 27 LOT 28 C`1 LOT 33 L Lc IT 3��' LOT 40 LOT 5 I LOT 2 cin L LOT 6 I LOT I Lom][� T 7 alED-1 c LOT 4 1 1111110 i I LOT 17 i LOT 18 i LOT 19 LOT 16 LOT 15 1 LOT 14 It LOT 9 LOT 10 am CCUD—. LOT 11 I LOT 12 LOT 13 x w 0 40 Cl) Cl) uj z C* m M m va 0. m HKS moc ormwaft owvm IN$ W~ ^M 0 pwftA � a omm A]II 15 .2n " S'. LVBN= M mm PL" m Table of Contents Typographic Style Guide G3.TSa & TSb Symbol Style Guide G3.SSa E 1 Main Entrance Monument G3.E1 a, .E1 b &.Elc E2 Tenant Identity G3.E2a E3 Street Identity & Traffic Regulatory G3.E3a E4 Directional G3.E4a E5 Decorative Flag G3.E5a Finish Schedule PAINT. All exterior finishes to be Semi -Gloss unless specified. All paint to be exterior grade, Opaque w/ UV Inhibitor. P1 DARK BLUE Matthews Custom Match: PMS #534C P2 WHITE Matthews: Standard Bright White P3 WARM CHAMPAGNE METALLIC Matthews: MP20062 METAL: M1 HORIZONTAL BRUSH US#4 - Horizontal w/ gloss Clear Coat. Continuouis Grain (Not Broken Grain) STONE: S1 PROJECT STONE Standard Buff Limestone VINYL: V1 REFLECTIVE WHITE 3M Brand (No Substitutions) 3930, White V2 REFLECTIVE RED 3M Brand (No Substitutions) 3932, Red V3 BLACK 3M Brand (No Substitutions) 7725-12, Black V4 REFLECTIVE GREEN 3M Brand (No Substitutions) 3937, Green Lubbock Business Park Signage Program G3.00 Design Intent Documents Consolidated Issue: May.5.08 10828.000 HKS HKS Environmental Graphics °Gill W ABCDEFGHIJKLMNOPQRSTU � except'abcdefghijklmnopgrstuvwxyz 0123456789,69/99 B Oopemngexcept A B C D E F"C H I,J KL M N O P Q R S'T' U VWXYZ as noted. ABCDEFG H IJ KLM NOPQRSTUVWXYZ O i 23456789.,/" A COP P1a.BOld ABCDEF'C H IJ KL.,M NOPQRS"T"UVWXYZ 0% Kemmg except as noted. ABCDEFGHIJKLMNOPQRSTUVWXYZ Lubbock Business Park Signage Program HKS HKS Environmental Graphics HKS Inc. 1919 McKinney Avenue 214.969.5599 Dallas, TX 75201-1753 Fax: 214.969.3397 Project Lubbock Business Park Yucca Boulevard Lubbock, TX conwl owlssue: May.5.08 HKSNo: 10828.000 Typographic Style Guide SheetG3 .TSQ ��-ABCDEFGHUKLMNOPQRSTUVWXYZ as noted. abcdefghijklmnopqrstuvwxyz 012345678901/ if Gill Sans Wd ABCDEFGHI KLMNOPQRSTUVWXYZ Condensed 0% Kiwning ""'�" abcdefghijklmnopgrstuvwxyz 0123456789.,P' Gill Son —ABCDEFGHIJKLMNOPQRSTUVWXYZ as noted abcdefghijklmnopgrstuvwxyz 0123456789.,P ' Lubbock Business Park Signage Program HKS HKS Environmental Graphics HKS Inc. 1919 McKinney Avenue 214.969.5599 Dallas, TX 75201-1753 Fax: 214.969.3397 P,*Ct-. Lubbock Business Park Yucca Boulevard Lubbock, TX comolldaWlssue: May.5.08 HKSNo: 10828.000 Typographic Style Guide SheehGUSb MUTCD KEEP RIGHT Match MUTCD Standards LOGO LETTERS MUTCD ONE WAY Digital art to be ONE WAY (Leh) provided by Match MUTCD Designer Standards Designer BUSINESS PARK PROJECTARROW Digital art to be provided by Designer MUTCD ONE WAY ONE WAY IRightl Match MUTCD Standards MUTCD STOP Match MUTCD Fbmg Standards 171 Signage Program Digital art provide by Designer to be in Adobe Illustrator 10 format. HKS HKS Environmental Graphics HKS Inc. 1919 McKinney Avenue 214.969.5599 Dallas, TX 75201-1753 Fax: 214.969.3397 Project. Lubbock Business Park Yucca Boulevard Lubbock, TX consau6*dis3ue: May.5.08 HKSNo: 10828.000 Symbol Style Guide Sheet: G3 • S Sce 6A' 27' 27• 27' sa• hsetleft8 rigksidesof u, 0 I I Light Baffle / Neon Housing ® reverse Neon ®reverse Graphics ------ -- — --' — --- logo Panel M i All Surfaces N 1 Illumination P1 Baffle Letters M1 Letters I NJ Monument Sl All Surfaces y 27• .c. 27• .c. In Ground Woods C)not shown) Below Grade Footer OFront Elevation / 1/2, a 11-V AU& d05' 675' 7 OSide Elevation / 1/2" w 1'-V Signage Program Dimensions & shapes of all elements as shown on G3.E 1 a - G3.Elc. A Monument: ILLUMINATED. Poured in place concrete form w/ stone cladding on all surfaces including top. Match stone type, finish & construction of architectural icons elsewhere on the project. No visible grout® joints. All joints to be tight. B Graphics: LOGO SQUARE: Reverse pan style logo plate w/ stencil cut graphics. Close -off & finish area visible above he top of the monument. Face, returns & back of square not less than 1 /8" Aluminum plate (not .090"). Weld all seams, grind & buff smooth. Finish all surfaces as indicated. Internal concealed structure to tie into monument. Mount Neon tubing @ reverse following outlines of letters to wash the stone behind. Configure so neon tubing & components are not visible from normal public viewing positions. Conceal w/ continuous Aluminum fabricated light baffle so light does not bleed at the sides of the logo square. light baffle to have concealed lockable accessible access panel located on side away from major traffic flow. Configure for easy access to allow for housing & maintenance Mean all components including transformers. Conceal any external power switches behind access door. LETTERS: Reverse pan style fabricated letters. Face to be not less than 1 /4e Aluminum & returns not less than 1 / 16" Aluminum. Weld all seams, grind & buff smooth. Finish all surfaces as indicated. Drill & tap reverse of letters & mount studs (not less than 3 per letter), pin & silicone mount permanently through stone cladding to internal structure of monument. All faces to align & be pplumb. Logo Graphics:Artwork to be provided by designer. C Footer: Refer to sheet G3.E 1 b. Floods: Refer to sheet G3.E 1 b. ELECTRICAL: Refer to sheet G3.E 1 b. Structural Engineering: Refer to sheet G3.E 1 b. HKS HKS Environmental Graphics HKS Inc. 1919 McKinney Avenue 214.969.5599 Dallas, TX 75201-1753 Fax: 214.969.3397 Project Lubbock Business Park Yucca Boulevard Lubbock, TX ca.aad.mdinw: May.5.08 HKSNo: 10828.000 E 1 /Main Entrance Monument SheeF.G&E 1 Q 6W' a W N a W W V W W a 9 N a W GRADE c Below Grade Footer Reverse Elevation / 1 /2" = 1'-0" Z Q OSCHEMATIC Section through "Floating" Graphics / 1" = II-V Signage Program Dimensions & shapes of all elements as shown on G3.E1 a - G311 c. C Footer. Single unit footing integral w/ internal structure of monument. Of size & configuration required to support monument. Integral 3" mow strip flush w/ grade. Floods: (Not Shown) Greenlee lighting RDS series 70MH, AWW wall wash, inground mount fixtures w/ DSB directional shield. Three ® sign face. Distance from face of monument per Greenlee lighting recommendation to wash entire face of logo square & all letters. Install Hoods & make all power hook-ups. ELECTRICAL General Contractor to provide stub -up @ general sign location. Coordinate all power requirements w/ GC. Sign Contractor to make final run to sign including through concealed conduit internal to monument & make final hookup. Sign Contractor to fumish & install a single photocell control for both floods & Neon. Locate photo cell in a location concealed form norma I public viewing positions. Structural Engineering: Required. Provide sealed structural engineering calcs. per requirements of Project Specifications. HKS HKS Environmental Graphics HKS Inc. 1919 McKinney Avenue Dallas, TX 75201-1753 Proita Lubbock Business Park Yucca Boulevard Lubbock, TX 214.969.5599 Fax: 214.969.3397 c..k6 tssu.:May.5.08 HKSNo:10828.000 II/Main Entrance Monument sh"t-. 3. E 1 b m Iges OSCHEMATIC Section through "Floating" Graphics / 3" = 1'-0" Refer to A/03.E1b for orientation Signage Program Dimensions & shapes of all elements as shown on G3.E 1 a - G3.E1 c. HKS HKS Environmental Graphics HKS Inc. 1919 McKinney Avenue 214.969.5599 Dallas, TX 75201-1753 Fax 214.969.3397 Project Lubbock Business Park Yucca Boulevard Lubbock, TX conwwaiedissue: May.5.08 HKSNo: 10828.000 II/Main Entrance Monument Sheet031 I C 7-2 EQ EQ EQ EQ EQ 4.5' 6.75' 4.5' 3800-- - -T--}---EEE----- -- Header"Wrx M1 All Surfaces PI Graphics P2 LBK ZI TENANT NAME LINE I C TENANT NAME LIN E-2 -------------------------- c: Cj g -V 0 Cabinet PI All Surfaces VI Tenont Name P2 Reveal S I Base Stone Base GRADE Below Grade Tooter O Elevation V = Y-O" Signage Program Dimensions & shapes of all elements as shown on G3.E2o. A Cabinet: NON -ILLUMINATED. Not less than 1 /8" (not .090"), fabricated Aluminum Cabinet, internal structure as required. Weld all seams & grind smooth. Finish all surfaces as indicated. Apply computer - cut Vintl Tenant graphics. Concealed mechanical attachment at sides. Clad base w/ stone as shown. No visible mortar at joints. All joints to be tight. Stone depth 11" to match reveal depth. Graphics @ Header: Address to be 1 /4" computer -cut Aluminum plate. Buff returns smooth & paint finish. Drill & 1 " TYP tap reverse for not less than 3 studs per element & pin & silicone mount flush to cabinet. logo square to be 1 " deep reverse pan -formed square. Weld oll edges, grind & buff smooth. Paint finish all exposed surfaces. Computer -cut mask & paint logo letters. Blind pin & silicone mount flush to face, not less than 4 studs). Tenant name to be computer -cut Vinyl. Typography: Address: Copperplate Bold & Copperplate, 3.75" Cap height (based on "E"). Tenant Identity: Gill Sans Bold, 3.125" Cap height (based on "E"), w/ 1.5" Interline spacing. 1 " Deep TYP BFooter: Single unit below grade concrete & rebor Tooter. Intergral 3" mow strip flush w/ grade. Installation: Concealed mechanical attachement between below grade footer & Cabinet. Back fill to grade. Structural Engineering: Required. Provide sealed structural engineering calcs. per requirements of Project Specifications. HKS HKS Environmental Graphics HKS Inc. 1919 McKinney Avenue Dallas, TX 75201-1753 Project Lubbock Business Park Yucca Boulevard Lubbock, TX 214.969.5599 Fax: 214.969.3397 coNoridmedIssue: May.5.08 HKSNo:10828.000 ES/Building Identity Monument Si,eetG3.Ua 8 Panel V4 Background VI Text 3 Bader VI Arrow & Border`- V3 Background d Text V2 Background Post Galvanized All Surfaces Including Connectors TXDOT Approved Standard Triangular Slip Base 36' Panel 1 "' I W I _ALIGN `� Panel ALIGN Panel 3 TXDOT Standard Connedors Pt Rehxm d Reverse VI Arrow & Border V3 Background & Teta Panel 1 Panel 2 c C9 E 0 m P Reverse of STOP Sign showing two TXDOT Approved Standard U Bolt damps per plaque. Elevation / 3/4" = 1'A" n Elevation / 3/4^ = 1'-0" n Elevation / 3/4- Signage Program Dimensions & shapes of all elements as shown on G3.E3a. APosh 3" Diameter Round structural Galvanized Aluminum post. Cap top flush. TXDOT Approved Standard galvanized triangular slip base connection**. POST CONNECTORS: TXDOT approved standard j galvanized post connectors: Single blade & stacked double blade styles. BPlaque: (Up to 3 per location - refer to message schedule). 1 /8" Aluminum plate. Cut to shape & buff returns smooth. Attach w/ appropriate type TXDOT connectors & mechanical attachment. Apply computer - cut Vinyl graphics as indicated. Typography: All street name signs per City of Lubbock Standards*. Use CLEARVIEW HIGHWAY 1 W font. Symbols: All Traffic signs per TXDOT Standards. Sign Clamps: TXDOT approved standard galvanized sign clamps: For single panel attachment to post use Specific Sign Clamp with U-Bolt attachment. For back4o-6ack attachment to post use Specific Sign Clamps with thru bolt attachment**. CPootter: Single unit below grade concrete & rebar footer. Integral 3" mow strip flush w/ grade. Installation: Set in place & back fill to grade. Structural Engineering: Required. Provide sealed structural engineering calcs. per requirements of Project Specifications. * Refer to Specification 10400 attachment A for City of Lubbock street name plaque specifications (1 sheet). ** Refer to Specification 10400 Attachment B for TXDOT Connector and Sign Clamp specifications (5 sheets). HKS HKS Environmental Graphics HKS Inc. 1919 McKinney Avenue 214.969.5599 Dallas, TX 75201-1753 Fax: 214.969.3397 Proie& Lubbock Business Park Yucca Boulevard Lubbock, TX c..W.wissue: May.5.08 HKSNo: 10828.000 E 3 /Street Identity Sheet03e E3a A 63" 6- -1 6.7�4.5" Header M1 All Surfaces-- P1 Graphics 'O P2 LBK N 10 a E. Vassar St N 'E. Wabash St �a Cabinet P1 All Surfaces VI Graphics P3 Posts la Below Grade Footer FA I 000 - o000 .Yucca Lane N. M.L.K. Jr. Blvd OElevation / 1" = 1'-0" GRADE o. 00 T Side Elevation / 1" = 1'-0" Lubbock Business Park Signage Program Dimensions & shapes of all elements as shown on G3.E4a. A Cabinet. NON -ILLUMINATED. Not less than 1/8' (not .0909, fabricated Aluminum Cabinet, internal structure as required. Weld all seams, grind & buff smooth. Finish all surfaces as indicated. Apply computer - cut Vinyl graphics. Welded attachment to 5' diameter round Aluminum posts. Posts to be paint finished. Graphics @ Header: Mask & paint logo square. Computer -cut mask & paint logo letters. T pography: Gill Sans Bold & Gill Sans, 3' Cap height based on'E'), w/ Interline spacing as noted. Arrow: 4.5' Tip to tail. B Footer: Below grade concrete & rebar footers. Integral 3' mow strip flush w/ grade around posts. Installation: Mount sign as a single unit into below grade footers. Bock fill to grade. Structural Engineering: Required. Provide sealed structural engineering calcs. per requirements of Project Specifications. HKS HKS Environmental Graphics HKS Inc. 1919 McKinney Avenue 214.969.5599 Dallas, TX 75201-1753 Fax: 214.969.3397 Proied: Lubbock Business Park Yucca Boulevard Lubbock, TX C--k twissue:May.5.08 HKSNo: 10828.000 M/Directional Sheer. G3 a Ma OPlan V'1ew / 1 /2" = 1 I-V C Below Cxad a Footing 19.5' 0 zo 0 Elevation / 1 /2" = 1'-V ODetail Elevation @ Revere / 1 /20 = 11&1 Lubbock Business Park Signage Program Dimensions & shapes of all elements as shown on G3.E5a. APost.. 4" Diameter Round structural Aluminum post. Cap top flush. Two 1 " Diameter round Aluminum brackets per post as shown. Weld all elements, grind & buff smooth. Point finish. BFlags: Two per location. 1 /4" Aluminum Elate. Cut to shape & buff returns smooth. Weld flush to racket & vertically along post. Grind & buff smooth & paint finish. Computer -cut mask & paint graphics. Logo: Art to be provided. Size as indicate. CFooter: Single unit below grade concrete & rebar Tooter. Integral 3" mow strip flush w/ grade. Installation: Set in place & back fill to grade. Structural Engineering: Required. Provide sealed structural engineering calcs. per requirements of Project Specifications. HKS HKS Environmental Graphics HKS Inc. 1919 McKinney Avenue 214.969.5599 Dallas, TX 75201-1753 Fax: 214.969.3397 Proie& Lubbock Business Park Yucca Boulevard Lubbock, TX co..r.i..aissue: May.5.08 HKSNo: 10828.000 E5/Identity Flag SheerG3A5a