Loading...
HomeMy WebLinkAboutResolution - 2011-R0411 - Contract - WR Construction Inc.- Security Fencing Improvements - 09_27_2011 (5)Resolution No. 2011-RO411 September 27, 2011 Item No. 5.9 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 10158 for security fencing improvements at water utility facilities, by and between the City of Lubbock and W R Construction, Inc., and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on September 27, 2011 TOM MARTIN, MAYOR ATTEST: - Q 'P� . - � .- Reb cca Garza, City Secretary APPROVED AS TO CONTENT: mi'�Vuj - Marsha Reed, P.E., Chief Operations Officer APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vw:ccdocs/RES.Contract-WR Construction, Inc. August 23, 2011 72o. Zoll-IQ.D#// BOND C BEST RATING LICENS D IN TEXAS, DATE u 1 It BY: W CITY OF LUBBOCK SPECIFICATIONS FOR Security Fencing Improvements at Water Utility Facilities ITB 11-10158-MA CONTRACT # 10158-MA PROJECT NUMBER: 90055.8302.30000 iiibbock fiklv4t CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE 1 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: TE CITY OF LUBBOCK SPECIFICATIONS FOR Security Fencing Improvements at Water Utility Facilities ITB 11-10158-MA CONTRACT # 10158-MA PROJECT NUMBER: 90055.8302.30000 r bo fk iib ty 0 TEXAS CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE 1 PAGE INTENTIONALLY LEFT BLANK ADDEDNUMS PAGE INTENTIONALLY LEFT BLANK ADDEND UM #1 ITB NO. 11-10158-MA Security Fencing Improvements at Water Utility Facilities DATE ISSUED: August 5, 2011 CLOSE DATE & TIME: August 16, 2011 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid 11-10158-MA . Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised: 1) Bidders must submit the REVISED Bid Submittal form attached. Questions & Answers Q) Will badges be required to access the facility? A) Contractor must sign in and out daily during the duration of the project. No badges will be required. Q) What are the hours of work? A) Preferably, works hours will be from 8:00 a.m. to 5:00 p.m. Other arrangement must be made through the Owners Representative. Q) This there a particular product that is being specified for the project? A) No specific product has been specified. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malvarczCa,mylubbock.us THANK YOU, Director of Purchasing & Contract Management 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 Director of Purchasing & Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must :> be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. REVISED BID FORM UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: 11-10158-MA- Security Fencing Improvements at Water Utility Facilities Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of Security Fencing Improvements at Water Utility Facilities, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. BASE BID: ITEM DESCRIPTION UNIT ESTIMATED UNIT EXTENDED NO. QUANTITY PRICE AMOUNT Terminal Storage 1 Mobil ization/Demobilization LS 1 $ Furnishing and installing chain link security fence, Z including access gates as shown an plans, complete in LF 146 lace. 3 Furnishing and installing pipe bollards as shown on EA 8 Tans Water Treatment Plant 4 Mobilization/Demobilization LS 1 Furnishing and installing chain link security fence, 5 including access gates as shown on plans, complete in LF 6760 lace. Furnishing and installing automatic slide gates as specified, including but not limited to card readers, SCADA connections, electrical service, pavement EA 6 6 repair, and miscellaneous items necessary, complete in lace. Furnishing and installing manual slide gates as 7 specified, complete in place. EA 4 F9 North David Avenue Extension ITEM DESCRIPTION UNIT ESTIMATED UNIT EXTENDED NO. QUANTITY PRICE AMOUNT 8 Mobilization/Demobilization LS 1 9 Furnishing and installing 6-inch subgrade as specified and shown in the plans, complete in place SY 1760 10 Furnishing and installing 6-inch flexible base course as specified and shown in the plans, complete in place SY 1760 11 Furnishing and installing 1.5-inch HMAC, Type "D", ass ecified and shown in the plans, complete in place TON 154 12 Furnishing and installing bituminous prime coat as specified and shown in the plans, complete in place GAL 528 Furnishing and installing tack coat as specified and 13 shown in the plans, complete in place GAL 264 14 Furnishing and.installing road signage as shown in the Tans, complete in place LS 1 Pump Station #4 15 Mobilization/Demobilization LS 1 16 Furnishing and installing chain link security fence, including access gates as shown on plans, complete in LF 545 lace. TOTAL BID 1 THUR 16 $ Bidder's Initials 3 Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 180 (ONE HUNDRED EIGHTY CALENDER DAYS) thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $300(THREE HUNDRED) for each calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of THIRTY (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him Bidder's Initials • Page 5 August 5, 2011 Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) 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 (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, State Telephone: Fax: County Zip Code FEDERAL TAX ID or SOCIAL SECURITY No. EMAIL: N/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) 5 PAGE INTENTIONALLY LEFT BLANK A City of Lubbock TEXAS ADDENDUM #2 ITB NO. 11-10158-MA Security Fencing Improvements at Water Utility Facilities DATE ISSUED: August 15, 2011 CLOSE DATE & TIME: August 16, 2011 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid 11-10158-MA . Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised: 1) Bidders must submit the SECOND REVISED Bid Submittal form attached. 2) Changes to drawings, Sheet C-105 and C-504 All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malvarez a?mylubbock.us THANK YOU, Director of Purchasing & Contract Management 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 Director of Purchasing ii Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. 1 PAR KHILLE�3/! s 1- &COOPE 1 TO: All Prospective Bidders ADDEND U M FROM: Kristi R. Laverty, PE NO. 2 PROJECT NAME: Lubbock Security Fencing PROJECT NO.: 01.2687.10 DATE: August 12, 2011 This Addendum forms a part of the Contract Documents and modifies the original Proposal Documents dated June 2011 as noted below. Acknowledge receipt of this Addendum in the space provided on the Proposal Form. Failure to do so may subject the Proposer to disqualification. This Addendum consists of 1 page, and 3 attachments. CHANGES TO SPECIFICATIONS: A. BID FORM .1. Replace Bid Form in its entirety with attached. II. CHANGES TO DRAWINGS: A. See Revised Sheets C-105 and C-504. END OF ADDENDUM NO. 2. ................................. Respectfully submitted, / KRISTI RENEE LAVERTY / /................................. / ����`• 105058 PARKHILL, SMITH & COOPER, INC. f(`;`%`O`ANGy? By: Avow- 8/12/2011 F-560 Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By: Amarillo El Paso Las Cruces Lubbock Midland WaWtWio*M%201012687.IWLEWA$SpeuIAWEM2W-Addendum Uv- 4222 85th Street Lubbock, Texas 79423 806.473.2200 Fax 806.473.3500 SECOND - REVISED BID FORM UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: 11-10158-MA- Security Fencing Improvements at Water Utility Facilities Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of Security Fencing Improvements at A Water Utility Facilities, having carefully examined the plans, specifications, instructions to bidders, notice to bidders M'`J and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. BASE BID: ITEM DESCRIPTION UNIT ESTIMATED UNIT EXTENDED NO. QUANTITY PRICE AMOUNT Terminal Storage 1 Mobilization/Demobilization LS 1 $ Furnishing and installing chain link security fence, 2 including access gates as shown on plans, complete in LF 146 lace. 3 Furnishing and installing pipe bollards as shown on EA 8 Tans Water Treatment Plant 4 Mobilization/Demobilization LS 1 Furnishing and installing chain link security fence, 5 including access gates as shown on plans, complete in LF 6760 lace. Furnishing and installing automatic slide gates as specified, including but not limited to card readers, SCADA connections, electrical service, pavement EA 6 6 repair, and miscellaneous items necessary, complete in lace. Furnishing and installing manual slide gates as 7 specified, complete in place. EA 4 North David Avenue Extension ITEM DESCRIPTION UNIT ESTIMATED UNIT EXTENDED NO. UANTITY PRICE AMOUNT 8 Mobilization/Demobilization LS 1 9 Furnishing and installing 6-inch subgrade as specified and shown in the plans, complete in place SY 1815 10 Furnishing and installing 6-inch flexible base course as s ecified and shown in the plans, complete in place SY 1815 11 Furnishing and installing 2-inch HMAC, Type "C", as s ecified and shown in the plans, complete in place TON 180 12 Furnishing and installing 6" concrete pavement, as SY 55 specified and shown in the plans, complete in place 13 Furnishing and installing bituminous prime coat as specified and shown in the plans, complete in place GAL 528 Furnishing and installing tack coat as specified and 14 shown in the plans, complete in place GAL 264 15 Remove existing asphalt pavement as specified and SY 115 shown in the plans, complete in place Furnishing and installing road signage as shown in the 16 Tans, complete in place LS 1 Pump Station #4 15 Mobilization/Demobilization LS 1 16 Furnishing and installing chain link security fence, including access gates as shown on plans, complete in LF 545 lace. TOTAL BID 1 THUR 16 $ 2 Bidder's Initials Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 180 (ONE HUNDRED EIGHTY CALENDER DAYS) thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $300(THREE HUNDRED) for each calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of THIRTY (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him Bidder's Initials 3 • Page 4 August 15, 2011 Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) 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 (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 Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: - FEDERAL TAX ID or SOCIAL SECURITY No. EMAIL: M/WBE Finn: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) 1:1 5 rol ri L = 50" UCARE TO TP*MERSE AND LONG MINAL 5/C-501 FOR BAR SPACINGS. H— LONGITUDINAL RACTION JOINT - 6• PORTLAND CEMENT CONCRETE PAVEMENT - 6• RE03LE BASE (95% ASTM D698) - 6- COMPACTED SUBGRADE (95x ASTM D698) It W a � g U EA�1. 4 �•IO11D;; RBFE LA;Igt1,`', = �.........��r.�.�.. j Y M 8112111 fl'u4" bciock toy of b TEXAS )NCRETE PAVEMENT SECTION WATER UTILITY SYSTEM SITE IMPROVEMENTS `SIWCiR AND TACK COAT / EXISTING rBTEUMNg15 PAVEMENT 41 I UNDERL /\. A' IRRIERUVIG 4NTERIAL BRUIf10115 PAVEMENT SPWT PAVEMENT SECRON OF NEW FLEXIBLE PAVEMENT TING FLEXIBLE PAVEMENT 6- U( SPECIFIC ORAVOY) XIMUM TEOROXAL I D20I1) PO BOX 2= LUBBOOK, TEXAS 79W KEY PLW RE _ DNG 1 8-12-11 ADDER" NO. I NO DALE DESCftl N GSL" OFFEE: PKOXCf W. DAVID ROAD MISCELLANEOUS DETAILS C-504 5 1 1 it .A. s e co REMOVE EWST,NO ASPHALT gVEMENT N. DAVID AVEN E vD 0 — t I � `ram•[ e�* i Yo, .35 '�., I I ION TYPE ql B 3260 3257 3254 � I I CL kOAD o 3251 3248 a' 3245 3241 3 ROAD V.c. D J W --!!!!!E N e JD EO oz �0 a e W a ' 8 � N IOu . Nlsr� uve.. i T B117/N a Iiiiy city of fl'u4"bbo6k TEXAS CL ROAD O 1 0+00 1+00 WATER UTILITY SYSTEM SITE IMPROVEMENTS dPO BOX 2000 LUBBOCK, TEXAS 7907 3260 KEY P,AM 3257 3254 3251 3248 — I 8-U-11 ADDEM M N0. , NO DATE DESfAP110N 3245 69UNC OFm: PROJECT W. DAVID ROAD PLAN AND PROFILE i i 3241 C-105 Contractor Checklist The contrac r is only to submit (1) one original copy of every item listed. 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute.a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken."Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. i` 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. .y, 3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 4. V Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include frnt's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 9. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. (Type or Print Company Name) PAGE INTENTIONALLY LEFT BLANK INDEX A 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL be by due date & f 3. — (must submitted published time) 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. CONTRACTORS STATEMENT OF QUALIFICATIONS 3-4. SAFETY RECORD QUESTIONNAIRE ` 3-5. SUSPENSION AND DEBARMENT CERTIFICATION 4. LIST OF SUB -CONTRACTORS 5. PAYMENT BOND t' 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. DAVIS BACON WAGE DETERMINATIONS 11. SPECIAL CONDITIONS (IF APPLICABLE) 12. SPECIFICATIONS 3 m PAGE INTENTIONALLY LEFT BLANK NOTICE TO BIDDERS ITB 11-10158-MA Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 P.M. on August 16, 2011 or as changed by the issuance of formal addenda to all planholders, to fiu-nish all labor and materials and perform all work for the construction of the following described project: Security Fencing Improvements at Water Utility Facilities After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing and Contract Management Office and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 P.M. on August 16, 2011, and the City of Lubbock City Council will consider the (_ bids on September 8, 2011 at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required t o 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 fiu-nish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS _ AWARDED. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on August 2, 2011 at 9:00 A.M. in the Water Treatment Plant Training Room, 6001 N. Guava, Lubbock, Texas. Copies of plans and specifications may' be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from WWW.BIDSYNC.COM at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. FLI Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK Marta ACvaYBZ DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT �1 GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written .and sealed competitive bids to famish Security Fencing Improvements at Water Utility Facilities per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 P.M. on August 16, 2011, 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# 11-10158-MA, Security Fencing Improvements at Water Utility Facilities" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held as stated under the "NOTICE TO BIDDERS," 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. ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Intemet at www.bidoMc.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsvnc.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information ..4 6 supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB 3 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 Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing and Contract Management Office before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the bid closing date. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will 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. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. l ry 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing and Contract Management Office if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a sinkle source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock Purchasing and Contract Management Office 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: Malvareznawlubbock.us Bidsync: www.bidsync.com �._ R 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within as specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail.to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or -- ` damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 10 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 b the Contractor. ' P P Y 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE ENGINEER AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less 11 than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall not be performed on 1 i''; weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sunday or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sunday or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents 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, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In z case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. ...1 12 30 31 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing ' agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name 29.3.2 Bid Number and Title. Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.4 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. _, (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF BIDDERS 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. 13 x' (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 15 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. fyy i_ 14 34 PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the 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: httv://www.gpo.gov/davisbacon/allstates.html 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. I BED SUBMITTAL FORM 16 PAGE INTENTIONALLY LEFT BLANK �1 I CORRECTED BID FORM Unit Prices Prevail SECOND - REVISED BID FORM Q f UNIT PRICE BID CONTRACT DATE: 1446. PROJECT NUMBER: 11-10158-MA- Security Fencing Improvements at Water Utility Facilities Bid of /rV t'r2n7SC�L (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 Security Fencing Improvements at Water Utility Facilities, 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 ail of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. BASE BID: ITEM DESCRIPTION UNIT ESTIMATED UNIT EXTENDED NO. QUANTITY PRICE I AMOUNT I Y Terminal Storage i Mobilization/Demobilization LS 1 $ a'00 (0 M Furnishing and installing chain link security fence, 2 including access gates as shown on plans, complete in LF 146� 13 lace. tl 3 Furnishing and installing pipe bollards as shown on EA 8 q j 3 3. Water Treatment Plant 4 Mobil ization/Demobilization LS 1 Furnishing and installing chain link security fence, 5 including access gates as shown on plans, complete in LF 6760 lace. 8 , 7 2 0 Furnishing and installing automatic slide gates as ` `f y rn ) 6Z �sv T specified, including but not limited to card readers, SCADA connections, electrical service, pavement EA 6 6 repair, and miscellaneous items necessary, complete in lace. Furnishing and installing manual slide gates ash 7 specified, complete in place. EA 4 342.40 1-" North David Avenue Extension ITEM DESCRIPTION UNIT ESTIMATED UNIT EXTENDED NO. QUANTITY PRICE AMOUNT 8 Mobilization/Demobilization LS L 9 Furnishing and installing 6-inch subgrade as specified and shown in the plans, complete in place SY 1815 10 Furnishing and installing 6-inch flexible base course as u, a specified and shown in the plans, complete in place SY 1815 1 1 Furnishing and installing 2-inch HMAC, Type "C", as /3S./1 3.� specified and shown in the plans, corn lete in 21fice TON 180 12 Furnishing and installing 6" concrete pavement, as SY 55 specified and shown in the plans, complete in elace 13 Furnishing and installing bituminous prime coat as specified and shown in the plans, complete iiz place GAL 528�% Furnishing and installing tack coat as specified and 14 shown in the plans, complete in place GAL 264 15 Remove existing asphalt pavement as specified and SY 115 aaa shown in the plans, complete in placed 16 Furnishing and installing road signage as shown in the Tans, complete in place LS I Pump Station #4 15 Mobilization/Demobilization LS 1 Poo 16 Furnishing and installing chain link security fence, including access gates as shown on plans, complete in LF 545- �5 lace. �~ TOTAL BID i THUR 16 $ .wYO,2 $548,054.23 tdder's Initials Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 180 (ONE HUNDRED EIGHTY CAL.ENDER DAYS) thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of D00(THREE HUNDRED) for each calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good mid may not be withdrawn for a period of THIRTY (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and lie further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are 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 /V.,Bidder's Initials 0 Page 4 August 15, '011 Enclosed with this bid is a Cashier's Check or C:ertified'Clfeck for Dollars (S ) or a Sid Bond in the sum of S 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 widerstands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to hint for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code Da6u� -- 252.043(a), a competitive sealed bid that ha.s been opened may not be changed for the Aut orized ignature purpose of correcting an error in the, tunr1„ tti'A n5 �t°� � .f o J price. THEREFORE, ANY �`��i�r1NST'fslf��` ,. (Printed or Typed Name) V •oarpol%'0 (Seat if Bidder is a Corporation) ATTE T: " 4 Povk Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date !� Addenda No. Date f E Addenda No. Date Addenda No. Date AL) !t ( p N � ;"z1 i C ?. 'ern ti ; _.:Z� C. - Compai� F i � .206 Address {) / y 4,�f/6l ✓L City, _ rfk/yS County 7%�(/6. State Telephone: 90& Lip Code 5— Fax: - A Xi - 5- FEDERAL TAX ID or SOCIAL SECURITY Nro. EMAIL: .vC �•v rrry $ ®Cum it° /WRE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (S ecit. 4 (BID OND I Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, W. R. Construction, Inc. - - as Principal, hereinafter called the Principal, and the Travelers Casualty and Surety Company 'of America of Hartford, CT , a corporation duly organized under the laws of the State of Connecticut , as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock, Texas as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Amount Bid Dollars ($ ---------------- 5%--------------- ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Security Fence Improvements at Water Utility Facilities NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materi ilb, d in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bon. Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified ' aiBi •an . larger amount for which the Obligee may in good faith contract with another party to perform the Work covered t n i1ait', obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this S-0054/GEEF 2198 16th day of August W. Witness Title /J Travelers Casualpy and Surety Company of America Zy�--- - �. Witness By N. Broyles, Attorney -in -Fact PAGE INTENTIONALLY LEFT BLANK WAHNINU: THIS PUWER OFATTORNEY IS INVALID WITHUM [HE HED bUHUEH Adftk POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 222227 Certificate No. 004053270 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Harold Binggeli, Cara D. Hancock, Jennifer Winters, Angela S. Goff, Ron Stroman, and D. N. Broyles of the City of Lubbock , State of Texas , their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 26th. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of January 2011 Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company ,. ' ' Travelers Casualty and Surety Company Fidelity and Guaranty InsuranceUnderwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company � p�sU,,��L J�,tRE 6 4 Cif-'NSGq JP+ INSUq' Oy 4&* 11p{y�Y j�I� V' 19 8 2f' 0 19n z m jm i i •».. Tr n s Y CONK FIACt .`- 1898 �A.,E•c�S s° � � 1951 � �Y �\SEALIo' 'o�SSAL,=; d � day . ��, � � ��SANCE `O �Vf . �yi' o. a� •rd y►� SM AN ip...M. � i fa 4117 AIN� State of Connecticut City of Hartford ss. By: Atej� Georg Thompson, nior ice President On this the 26th day of January 2011 , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to du, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G TEf In Witness Whereof, I hereunto set my hand and official seal. •T*AA My Commission expires the 30th day of June, 2011. �!I jOt/6�ta,� Marie C. Tetreauh, Notary Public 58440-4-09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID THE RED BORDER rt'\ MIND. I nio rvvVerf Ur MI IV rNI=T IJ INVALID VVI I HUU I 1 Ht HtU CUHUEH ' This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelit l and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insuranc_s Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vic_ President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the l Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and an of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or moreofficers or employees -of this Company, provided that each such delegation is in writing and a copyF"! thereof is filed in the office of the Secretary; -and if is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, -i any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds -1 and undertakings and other writings obligatory in the.nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on -J the Company in the future with respect to any bond or understanding to which it is attached. l I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Ipsufance Company, St. Paul Mercury Insurance Company, Travelers Casualty and .. Surety Company, Travelers Casualty and Surety Company of America, and UnitecIFS� Os Fideli# and Gu�mrtty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Com arires. which.ils in, full force arid effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand 301. fixed{the seals o sad dbjfipanies this 16th day of August ;011. { a z ' Kori M. JohansJWAssistant Secretary � pQ��`V9 Jp��xaVq'� `,��t7 Ap0 �` ��h y�.�._ �= •'�=6n�`-�J� Y ��EORI^R.IY'm W%..nPORRl�:tn �,��"`�".r�W yb�•�s�,g � 1951 too, '�:;,�...._.-�+1{ten 3�VrHEL �z 3 � 8 \ �".r• /? 4c,� 1888 JS . ANi l+..,_ NI, �+ 'M� � • � ANj� To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. NZ41T�I ............................ - .............. . ...... ...... . Avg..-. N., 2011 .'6 AM --WR 00k3'OU ... . ....... ......... ................. ......... - .................. ......... CITY OF U 0 CK .... .... ... . To-lUx Q�TW%%j b�-Biddq- mid A Ij -1 . hf,-Ofid . trgignt d- Ajd6ri 4ettify q(m�inepb riontainad in ALs fitif flociiiiiiiii haNt-b-c-di by l000 ... -1 me with-A-0 6dowl-drutifI10- lt-abU ood. W:.0*wd, ovvtfd.*� V)o CV-d LmIb!)&k--.OffiIfRi ti:*Ad Mv -04- Sot /I V& W_Xne Robin fit CONMA":'SORMMWZ 01 ONTRACTOR'S: FIMI. ADOU0, 59:14- CR. 63.0G ---------- ,Xmih 2 ­7 &10t .$:t?r' el 72 Lubb-!R.c:-k,...TX... 7.2.42.31 ........ -8 UG 7-B s- 19 8-8- . ... .. ... .... .. ... .. .... . .. . . . . . NOTE. C-1 lost -mmiqpfranemb, islease. ciantail, 66'Pur.thob roattoifier -cal You Ittivo z.( fm000, th, OY. ,0rt1600frkeld? file.' 0 PAGE INTENTIONALLY LEFT BLANK r SAFETY RECORD QUESTIONNAIRE ` The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government fj Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section . 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidents involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Envirormnerntal Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. c. Convictions of a criminal offense within the past ten (10) years, which resulted from bodily harm or death. d. Anv other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? ._ YES NO If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. s Initials 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 1 If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense 'which resulted from serious bodily injury or death? YES NO If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor haJe withheld information in my statements and answers to questions. I am aware that the info"on given by mthis questionnaire shall be investigated, with my fill pennission, and that any misrepresentatio s r omissions maye my bid to be rejected. Title ra I SUSPENSION AND DEBARMENT CERTIEFICAUON Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contrasting with or malting sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $50,000 or more and all sub -recipients must certify that their organization acid its principals are not suspended or debarred by a Federal agency. Before an award of $50,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. 1, the undersigned agent for the firm named below, certify that neither this faun nor its principals are suspended or debarred by a Federal agency. COMPANYNAMI✓: �no� I,PJ S�2t�- �0� TK)e- . FEDERAL '9'AX ID or SOCIAL SECURITY No. /1 n "-) 14-- Signature of Company Printed name of company official signing Date Signed: 9 PAGE INTENTIONALLY LEFT BLANK r 9 LIST OF SUB -CONTRACTORS PAGE INTENTIONALLY LEFT BLANK 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. I I. 12. 13. 14. 15. 16. I BID # 11-10158-MA- Security Fencing Improvements at Water Utility Facilities LIST OF SUB CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 57_41r�'5 PIPE i STEEL- Kwwc o MkrrRIAL -5uP't UER ❑ d MFRcdAlM MEU `s uwu -(O TX MA-M-RIALS 5AMIeR ❑ 1)" PIPE i WE 5UppLY NouSfDiJ., n MATERIAL-'2yMLIER ❑ Rf REtt FNC(MAWFAC-rURItJG P%) 0al IV -IrgV ..5UPPLIER ❑ 14 S.A. FAIERM K5COMPA1 Y1 Aoo.62M. -IX A. mlwm 5whF 6ky M ❑ fA e"N FE&re _'5om ( Sr Al (t> OI A�OiZ51 �I� VOIiACE Sc�QUER ❑ d IZ D ELEra 1 �C ._►NC. _� FIECTR�CIAN ❑ d EbIT'F-C SnLufia JS Lu&Wir , V ELECTRtCIt, r� ❑ d WATPA-4wG L.u850C {C , TX SITEWORK 1 PAViNG ❑ d ❑ ❑ ❑ ❑ G ❑ ❑ ❑ Company 0.5 • I�WCJL Address Idol Z INTER57ATE IQ tt1.. 02fjNsz�� City, County .O?AK6aF- 7X ?Wo37 State Zip Code Telephone: 401 - $$3-1pf500_ oR_ 1 �855) FENCE- �5 Fax: k-- 983-t'asn$ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO 2 i I PAGE INTENTIONALLY LEFT BLANK LIST OF FINAL SUB -CONTRACTORS 11 11 PAGE INTENTIONALLY LEFT BLANK pil A 1. 3. 4. 5. 6. 7. 8. 9. 10. li. 1 Z. 13. 14. 15. 16. BID # 11-10158 MA- Security Fencing Improvements at Water Utility Facilities FINAL LIST OF SUB CONTRACTORS Company Name Location Services Provided elm ,GtCvOnl 1�6e 4ko1-lC _ llee^414' 5.y7a- Soca nr4yy " y140041(' IA) 9"ler- 47u (-4X«'U5 /[ Cc ysP. we 4 iJ7 e- Z.&"06< &JnE 61,6,064C �A7G� CS��iC9To 1 4)K 1/f� M04�7Zon>�ft'�+�[r� �il�/l Co^1 r/tGf� /�p8,004rle ��('dd'aaGle 2-� IE?� �dlC IJPV✓42y Gti�3�bu' A�f�/. E�I2 1�v rK Company Address City, Cainty n State Zip Code Telephone, - 6 7 Fax: Telephone, - 9,9 2 237 Minority Owned Yes No ❑ �- ❑ ❑ ❑ rar O 0 o a ❑ ❑ ❑ ❑ ❑ a ❑ a ❑ a ❑ a ❑ o THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO 3 PAGE INTENTIONALLY LEFT BLANK C PAYMENT BOND No Text Bond No. 105532000 STATUTORY PAYMENT BOND PURSUANT TO SECTIO N 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that W. R. Construction, Inc. (hereinafter called the Prinpipal(s), as Principal(s), and Travelers Casualty and Surety Company of America (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 FIVE HUNDRED FORTY-EIGHT THOUSAND FIFTY-FOUR DOLLARS AN1b TWENTY THREE CENTS Dollars ($548,054.23) 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 September , 2011, to Bid: 11-10158-MA - Security Fencing Improvements at Water Utility Facilities, 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 salve extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION TS 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 Rill 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 his 27tn day o F _September 2011. Travelers Casualty and Surety Comnanv of America Surety *By.', LLe) �D. N.' Broyles, tey-In-Fact i 'a W. R. Construction. Inc. (Company Name) By: WaynvUbinson_� (Pri t dr�Iame) � r' (Slgn£1t41r �------ ... President (Title) The undersigned surety company represents that it is drily qualified to do business in `texas, and hereby designates D. N. Broyles 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. Travelers Casualty_ and Surety Company of America Surety * By: N. Broyles, ttomey-In-Fact Approved as to form: City of ock Ci ttonley .k Note: If signed by an Office of the Surety Company there musk 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 nuut have copy of power of attorney .for our files,, 6 WARNING: THIS POWER OFATTO NEY IS INVALID WITHOUT THE RED BORDER Alk POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 223677 Certificate No. V V `t 2 2 S 5 1 3 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Harold Binggeli, Cara D. Hancock, Jennifer Winters, Ron Stroman, D.N. Broyles, Linda Thornbrugh, Kim Gately, Dede Allen, Jean Brill, and Cyndy Kleindienst of the City of Lubbock , State of Texas , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 7th IN WITNESS WHEREOF, the Comp, attje have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of June Lll1l 1 Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty InsuranceUnderwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company GI.SU.IC VFSPE 6 `�W INf` ,� 1� L, r nn �L r i O ..9 vP ........, .q�,•M1 y L 'l f. SS198�� It ."vvNN1l♦I z ��tOP POR.1)F.CF W:pOPPOFgTf;;�j„i b m� ib o 1977 $ i M: s zf �_ :o1 FIAFiTFORD, W0. < SAL,!D � ca+N. g i oorw� N rlss State of Connecticut By: City of Hartford ss. /Ge.rgqQ Thompson, enior Pice President 7th June 2011 On this the day of , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G,Til7 In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2011. At/61�� * Marie C. Tetreault, Notary Public 58440-4-09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS IN ALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 2 7 th day of September 20 11 Kori M. Johans Assistant Secretary 880 F�tygMO Wrpa t -,:: EAL:oJ ��S� �d,•.fy,I`APN To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. AM TRAVELERS) IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty and Surety Company of America for information or to make a complaint at: Travelers Bond Attn: Claims 1301 E. Collins Blvd., Suite 340 Richardson, TX 75081 (214)570-6632 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 200I. No Text 14, STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE r+ (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s) and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount FIVE HUNDRED FORTY-EIGHT THOUSAND FIFTY-FOUR DOLLARS AND TWENTY-THREE CENTS ($ 548,054.03) 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 27`s day of _September 2011, to F 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 Yn 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 ode and all liabilities this bond hall a determined in accordance with the provisions of a' Texas Government C a b on s b d p said �- Article to the same extent as if it were copied at length herein. a IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 2011. Surety (Company Name) * By: By: (Title) (Printed Name) (Signature) 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates 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. Surety * By: (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 31 PERFORMANCE BOND 1 PAGE INTENTIONALLY LEFT BLANK Bond No. 105532000 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000.) KNOW ALL MEN BY THESE PRESENTS, thaff.R. Construction, Inc (hereinafter called the Principal(s), as Principal(s), and Travelers Casualty and Surety Company of America _..._ .. (klereinafter 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 FIVE HUNDRED FORTY-EIGHT TROUSAND FIFTY-FOUR DOLLARS AND TWENTY - 'THREE CENTS Dollars ($548,054.23) 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 September, 2011, to Bid: 11-10158-MA - Security Fencing Improvements at Water Utility Facilities 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 frilly 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. 1N WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 27th day of September , 2011. Travelers Casualty and Surety Company of America Surety .Boyles, torney-in-Fact t W. R. Construction, Inc. (Company Name) By; Wa ne Robinson (Prince acne)" j/v/) f (Signatur President ('title) 0 K The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates D. N. Broyles an agent -resident in Lubbock County to whom. any requisite notices may be delivered and on whom sel,'vice of process may be had in matters arising out of such suretyship. Travelers Casual_t_y and Surety Company of America 5 tn'ety 'rBy. / J Itle) D. N. Broyle ,lAtttoor.-illelv-lp-Fact, Approved as to Form City of L I ocl By: _ City Attorney x Note: If signed by an Office of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. TRAVELERS) POWER QF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Attorney -In Fact No. 223677 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. O ®4 2 2 O J 1 2 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Harold Binggeli, Cara D. Hancock, Jennifer Winters, Ron Stroman, D.N. Broyles, Linda Thornbrugh, Kim Gately, Dede Allen, Jean Brill, and Cyndy Kleindienst of the City of Lubbock , State of Texas , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of, guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 7th IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of June 2011 Farmington Casualty Company Fidelity and Guaranty Insurance Company , Fidelity and Guaranty Insurance "Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company �p1.6U,��j`-f,P+"• yF\RE 4M �aN..IMSG rV- O ..9 JP;...........q p t �A r{ORPOq �! ,. A�F;m y .i�pRPORAlf � y a 9m fNIifF6tiD, m: F 2 o HMiFOaD, t � , J1• S E 1t l.ri0"� �'! `DANCE fSw.A.�..r State of Connecticut City of Hartford ss. On this the 7th day of By: Georg Thompson, U.r ice President 2011 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. June 10.7 0 '117 � In Witness Whereof, I hereunto set my hand and official seal. 60=0#AMy Commission expires the 30th day of June, 2011. `t'(\ cam► C . Marie C. Tetreault, Notary Public 58440-4-09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attomey is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 2 7 t h day of September 20 11 . Kori M. Johans Assistant Secretary O�SnUn,��� yH0.E 6a O`TN.IMSG9 JP�.tNSyg9 9JP fY ANON �150 _.Y ���R�vyv,Yo-�,.,I,,.���� 2 �yoP�J � it � �P p�OR POR 1 4:' -�°? u `'P �_ � <4'�`�q!-•O 1977 o SBAL,•'a �y �ti$Na d �'�L�c�wcF. c° y'>•....... {a'Pi o:'••., ,• bb To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.corn. Please refer to the Attomey-In-Fact number, the above -named individuals and the details of the bond to which the power is attached. r , "I , STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount FIVE HUNDRED FORTY-EIGHT THOUSAND FIFTY-FOUR DOLLARS AND TWENTY-THREE CENTS ($ 548,054.03) 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 27`h day of September 2011, to 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. 6? , 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 ram; article to the same extent as if it were copied at length herein. p IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ ry; ` day of )2011. Surety (Company Name) * By: By: (Title) (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates 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. Surety * By: (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 6 CERTIFICATE OF INSURANCE PAGE INTENTIONALLY LEFT BLANK A� 0® CERTIFICATE OF LIABILITY INSURANCE D09/30/DD/Y1 09/30/2011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 1-432-570-3456 Arthur J. Gallagher Risk Management Services, Inc. CONTACT NAME: Becky Chatfield PHONE 432-570-3456 aC No: 432-570-3450 E-MAIL beck Chatfield@a com ADDRESS: Y_ j3• 110 N. Marienfeld Suite 330 Midland, TX 79701 INSURERS AFFORDING COVERAGE NAIL # INSURER A: MOUNTAIN STATES MUT CAS CO 14648 Scott Riddle INSURED INSURERB: TEXAS NUT INS CO 22945 WR Construction, Inc. INSURER CTRAVELERS LLOYDS INS CO 41262 INSURERD: 5914 CR 6300 INSURERE: Lubbock, TX 79416 INSURER F : COVERAGES CERTIFICATE NUMBER: 23385858 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF /Y MM/DDYYY POLICY EXP MM/DDIYYYY LIMITS A GENERAL LIABILITY X X CPP0127468 02 09/30/1 09/30/12 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE rx-1 OCCUR ( RENTED PREMIEa occurrence PREMISES $ 100, 000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 X Al #UND618 (03/11) X WOS #UND618 (03/11) GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OPAGG $ 2,000,000 PE 07 LOC POLICY M JC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED AUTOS NON -OWNED AUTOS A X UMBRELLA LIAB X OCCUR UMB0127468 02 09/30/1 09/30/12 EACH OCCURRENCE $ 11000,000 AGGREGATE $ EXCESS LIAR CLAIMS -MADE DED I I RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? N/A X TSF0001167898 04/26/1 04/26/12 X WCSTAT7- I OTH- E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYE $ 1,000,000 (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 C Builders Risk QT6604244L788 08/01/1 02/01/12 Limit at Location 6,713,494 Transit Limit 100,000 Temp Storage 100,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Waiver of Subrogation in favor of the City of Lubbock on GL and WC and City of Lubbock is named as Additional Insured on the GL as required by written contract with respect to work performed by the Named Insured. The Producer will endeavor to mail *30 days written notice to the Certificate Holder named on the certificate if any policy listed on the certificate is cancelled prior to the expiration date. Failure to do so shall impose no obligatio or liability of any kind upon the Producer or otherwise alter the policy terms. Bid: 11-10158-MA-Security Fencing Improvements at Water Utility Facilities CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Lubbock THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. P.O. Box 2000, Room 204 AUTHORIZED REPRESENTATIVE Lubbock, TX 79457 n USA @ 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) mabshier 23385858 The ACORD name and logo are registered marks of ACORD No Text Oct . IN 06 11 02:04p Frankford Office 8OG-577-4988 p.2 CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: l C%— S- dcll P.O. BOX2000, Room 204 C/; Gar— Lz1A15e) ,/L LUBBOCK, TX 79457 1 � I /�7 TYPE OF PROJECT: c• - - �f plec THIS IS TO CERTIFY THAT VV C�Q����""-lQy%/1(rJ(Name and Addr ss of Insured is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate S ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury S ❑ Owner's & Contractors Protective Each Occurrence S 0 Fire Damage (Any one Fire) S Med Exp (Any one Person) UTONIOTIYE LIABILITY Any Auto Combined Single Limit $ All Owned Autos Bodily Injury (Per Person) $ Scheduled Autos Bodily Injury (Per Accident) $ Hired Autos /_ ,!! �J Property Damage $ , f U Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ D Other than Auto Only: Each Accident $ Aggregate S 0 BUILDER'S RISK ❑ 100% of theTotal Contract Price $ 0 INSTALLATION FLOATER $ EXCESS LIABILITY ❑ Umbrella. Form Each Occurrence S Aggregate $ ❑ Other Than Umbrella Form S [YORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Pariners/Executive ❑ Excluded Ench Accident $ Offices are: Disease Policy Limit S 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 MUST BE SENT TO THE CITY OF LUBBOCK By: Title: v The Insurance Certificates Furnished sliall name the City of Lubbock as a Primary Additional Insured on General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily injury (Per Accident) $ ❑ Hired Autog Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'SRISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTORS. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. ® 0 PAGE INTENTIONALLY LEFT BLANK CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) ' provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR PAGE INTENTIONALLY LEFT BLANK r' 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. PAGE INTENTIONALLY LEFT BLANK CONTRACT PAGE INTENTIONALLY LEFT BLANK -n CONTRACT 10158 STATE OF TEXAS COUNTY OF LUBBOCK l THIS, AGREEMENT, made and entered into this 27th day of September 2011 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 WR Construction, Inc. of the City of Lubbock, County of Lubbock,and the State of Texas hereinafter termed CONTRACTOR. WTINESSETH: 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: 11-10158-MA — Security Fencing Improvements at Water Utility Facilities and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Conditions of the Agreement WR Construction Inc.'s bid dated August 18, 2011 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commencevork within five (5) 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 W 1EREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. COMPLETE Utl /,ADDRESS: Company&11J�111- Address /q Cff— 00 City, State, Zip 4 AA���s�rL��f�(p . ATTEST: Corporate Secretary CITY OF LUBBOCK, TEXAS (OWNER): By:_�/ s MAYOR ATTEST: City S retary APPROVED AS TO Marsha e , Chief f Operating Officer APP V AS FORM: City Attorney PAGE INTENTIONALLY LEFT BLANK GENERAL CONDITIONS OF THE AGREEMENT PAGE INTENTIONALLY LEFT BLANK GENERAL CONDITIONS OF THE AGREEMENT 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, who was awarded and who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative, 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. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES } Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and '> Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY y 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 REPRESENTATIVES AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the'Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all. objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any Office, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications. and/or amendments to the contract documents, shall be in writing, and executed by Owner's Qj( Representative and Contractor. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $500.000Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury WITH XCU & HEAVY EQUIPMENT ENDORSEMENT B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, - NOT REQUIRED. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $300,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED. E. Umbrella Liability Insurance - NOT REQUIRED. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000 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 - 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. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the -duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity shall have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(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 does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, ' new policy must be secured for new coverage to complete project. (9) A Contractor shall: 10 (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of tine identity of their employer or status as an employee. " t "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; r- (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; 11 (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. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its Offices, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract 12 { and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its Offices, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its Offices, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its Offices, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of 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. r ' 13 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, k 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. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 18 t;� . 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 $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If 19 the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services 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 DETERNIINATIONS PAGE INTENTIONALLY LEFT BLANK EXHIBIT A .' GENERAL DECISION: TX20100296 10/01/2010 TX296 Date: October 1, 2010 �Y. General Decision Number: TX20100296 10/01/2010 Superseded General Decision Number: TX20080296 State: Texas Construction Type: Building County: Lubbock County in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Modification Number Publication Date 0 03/12/2010 1 03/19/2010 2 06/25/2010 3 10/01/2010 BOIL0531-001 07/01/2008 Rates Fringes Boilermaker ....................$ 26.02 ---------------------------------------------------------------- 13.66 BRTX0005-004 06/01/2009 Rates Fringes Bricklayer .....................$ 24.16 8.31 --------------------------------------------------- CARP0665-002 OS/0.1/2010 Rates Fringes Carpenter ......................$ 20.18 ---------------------------------------------------------------- 5.56 ENGI0178-004 12/01/2009 Rates Fringes OPERATOR: Forklift ..............$ 21.20 9.35 9 ---------------------------------------------------------------- IRON0263-017 06/01/2008 Rates Fringes .a Ironworker, reinforcing ........ $ 20.90 4.60 ---------------------------------------------------------------- PAIN0053-003 04/01/2008 Rates Fringes Painter - Brush, Roller & Spray .............................$ 15.81 4.56 ---------------------------------------------------------------- * PLUM0629-019 09/24/2010 Rates Fringes PLUMBER/PIPEFITTER...............$ 21.00 6.25 ---------------------------------------------------------------- SHEE0049-007 06/16/2010 Rates Fringes SHEETMETAL WORKER (HVAC Duct and System Installation Only) .... $ 21.20 8.95 ---------------------------------------------------------------- SUTX2009-168 06/03/2009 Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 18.58 0.00 ELECTRICIAN ......................$ 18.09 2.36 IRONWORKER, STRUCTURAL ........... $ 10.38 0.00 LABORER: Common or General ...... $ 8.86 0.00 LABORER: 'Mason Tender - Brick...$ 11.00 0.00 OPERATOR: Backhoe/Excavator..... $ 13.81 0.00 OPERATOR: Blade/Grader .......... $ 12.97 0.00 OPERATOR: Front End Loader ...... $ 12.23 0.00 ROOFER ...........................$ 12.06 0.00 TILE SETTER ......................$ 8.50 0.00 TRUCK DRIVER .....................$ ---------------------------------------------------------------- 10.15 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 (29 CFR ----------------------------------------------------------- 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 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. 03M C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS PAGE INTENTIONALLY LEFT BLANK Specifications 4 hAkllrr lidbbo'ck City of Lubbock Water Utility System Site Improvements Lubbock, Texas June 2011 PARKH LLSMITHWOOPER PSC Project # 01268710 Specifications ►1ubb'ock rExas City of Lubbock Water Utility System Site Improvements Lubbock, Texas OF JX Q g.v./N//NN n j LEONARD W. NAIL �f //=•N//N//N//NN///N•�/N� Ns a\ June 2011 PARKHILLSMITH&COOPER PSC Project # 01268710 TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION Not Used DIVISION 1- GENERAL REQUIREMENTS 01010 Summary of Work..................................................................................................................... 4 01019 Contract Considerations............................................................................................................. 2 01025 Measurement and Payment........................................................................................................ 4 01028 Change Order Procedures.......................................................................................................... 3 01039 Coordination and Meetings........................................................................................................ 5 01090 Reference Standards................................................................................................................14 01300 Submittals..................................................................................................................................5 01410 Testing Laboratory Services...................................................................................................... 3 01500 Temporary Erosion, Sedimentation and Water Pollution Prevention and Control ..................... 4 01510 Temporary Facilities & Controls............................................................................................... 2 01600 Product Requirements................................................................................................................ 3 01650 Starting of Systems.................................................................................................................... 2 01700 Contract Closeout...................................................................................................................... 4 DIVISION 2 - SITE WORK 02050 Demolition, Removal and Salvaging of Existing Materials.......................................................2 02110 Jobsite Safety ............................................................................................................................. 2 02200 Excavation, Subgrade Preparation, Grading, Embankment and Topsgiling ..............................7 02300 Earthwork..................................................................................................................................9 02317 Excavation and Backfill for Utilities.......................................................................................... 8 02320 Utility Backfill Materials....................................................................................................... 5 02511 Asphaltic Concrete Surfacing.................................................................................................... 7 02513 Bituminous Surface Course....................................................................................................... 9 02720 Flexible Base Course.................................................................................................................4 02741 Asphaltic Concrete Paving......................................................................................................... 8 02830 Chain Link Fences and Gates.................................................................................................... 4 02900 Seeding......................................................................................................................................5 DIVISION 3 - CONCRETE 03300 Cast -In -Place Concrete............................................................................................................ 14 03320 Portland Cement Concrete Paving........................................................................................... 25 03321 Concrete Slabs, Curb and Gutter and Miscellaneous Concrete Work ........................................ 4 03322 Joint Sealing Filler.....................................................................................................................2 01268710 06/11 TABLE OF CONTENTS PAGE -1 DIVISION 4 - MASONRY Not Used DIVISION 5 - METAL 1 05521 Pipe and Tube Railings.............................................................................................................. 7 11a1 DIVISIONS 6 —15 Not Used DIVISION 16 - ELECTRICAL 16000 Basic Electrical Methods........................................................................................................... 5 16111 Conduit......................................................................................................................................5 16123 Building Wire and Cable......................................................................................................4 16130 Boxes.........................................................................................................................................3 16140 Wiring Devices..........................................................................................................................3 16170 Grounding & Bonding..............................................................................................................3 16190 Supporting Devices.................................................................................................................... 2 16195 Electrical Identification..............................................................................................................2 16441 Enclosed Switches..................................................................................................................... 2 16481 Enclosed Motor Controllers....................................................................................................... 3 DIVISION 17 — COMMUNICATIONS CABLING SYSTEMS 17201 General Provisions for Communication Media.......................................................................... 5 17202 Conduit, Raceway and Junction Boxes...................................................................................... 4 17203 Fiber Optic Transmission Media............................................................................................... 4 17204 Splice Closers............................................................................................................................ 2 17205 Cable Identification................................................................................................................... 2 17206 Underground Line Markers.......................................................................................................2 17207 Grounding.................................................................................................................................2 17208 Access control System............................................................................................................... 6 01268710 TABLE OF CONTENTS PAGE - 2 06/11 DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 16 - ELECTRICAL 16000 Basic Electrical Methods 16111 Conduit 16123 Building Wire and Cable 16130 Boxes 16140 Wiring Devices 16170 Grounding & Bonding 16190 Supporting Devices 16195 Electrical Identification 16441 Enclosed Switches 16481 Enclosed Motor Controllers �KN & COOP . OF hit KRIS 8TEPP c ����,...»•93736 01268710 DESIGN PROFESSIONAL RESPONSIBILTY KS- l 06/11 DESIGN PROFESSIONAL RESPONSIBILITY The specifications sections authenticated by my seal and signature are limited to the following: DIVISION 17 — COMMUNICATIONS CABLING SYSTEMS 17201 General Provisions for Communication Media 17202 Conduit, Raceway and Junction Boxes 17203 Fiber Optic Transmission Media 17204 Splice Closers 17205 Cable Identification 17206 Underground Line Markers 17207 Grounding 17208 Access Control System A'-- C p M: l-Xnc P--7b15 01268710 DESIGN PROFESSIONAL RESPONSIBILITY 06/ 11 SECTION 01010 SUMMARY OF WORK PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SUMMARY A. The owner is: City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. B. Section Includes: 1. Project description. 2. Permits 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 1.3 PROJECT DESCRIPTION A. The project consists of the construction of a new security fence, gate modifications, and installation of equipment and software to update the current security system. B. As shown in contract documents prepared by Parkhill, Smith & Cooper, Inc. 4222 85".Street, Lubbock, Texas 79423. 1.4 SCHEDULING OF WORK A. Liquidated damages will be assessed for delayed construction in the amount of $300 (THREE HUNDRED DOLLARS) per calendar day for each day in excess of the 180-day schedule for completion of work. Liquidated damages in the sum of $100 (ONE HUNDRED DOLLARS) per day per gate for each day a gate is not manually operational and available for use in excess of the 30-day substantial completion for all gates. Liquidated damages in the sum of $100 (ONE HUNDRED DOLLARS) per day per gate for each day a gate is not fully complete in excess of the 60-day completion period. B. In order to minimize the risk associated with unauthorized entry into restricted areas and to minimize the impact of the new construction on existing daily operations, the construction activities shall be phased. Refer to Special Provisions Paragraph SP-5 for requirements when working within a restricted area. C. All construction items included with this project shall be completed within the 180 days allowed in the contract. Individual construction items included in the project include: D. The only conflict with daily operations will be work required within roadway locations at the Water Treatment Plant. At no time will the entrances be closed simultaneously. The contractor 01268710 SUMMARY OF WORK 01010 - 1 06/11 will notify the City of Lubbock, project representative 14-days prior to closing each entrance. The contractor will be required to provide appropriate closure barricading. E. Vehicle Gate Improvements: The contract includes improvements at 4-vehicle locations at the Water Treatment Plant site. All of the work required for the Vehicle Gate Improvements shall be completed within the 180 calendar days allowed in the contract however, the Contractor will have some flexibility concerning initiation of construction at a specific gate location. For all gates, the Contractor will be allowed 30 days to install temporary fencing, demolish existing paving (if required), remove the existing gate (where required), install new pavement and install the new cantilever slide gate. At the end of this 30-day period the gate should be manually operational. The Contractor will have and additional 30-days (total of 60-days) to complete the installation and make the gate fully functional. 1.5 DEFINITIONS A. Furnish: To supply products to the project site, including delivering ready for unloading and replacing damaged and rejected products. 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. 1.6 REGULATORY REQUIREMENTS A. Submit copies of all permits, licenses, and similar permissions obtained, and receipts for fees paid, to the owner directly. 1.7 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 enclosed within the existing or new fencing of the contract drawings unless the Contractor makes arrangements to use additional space with City of Lubbock, Water Treatment Plant Operations Superintendent. B. Signs: Provide signs adequate to direct visitors. 1. Do not install, or allow to be installed, signs other than specified sign(s) and signs identifying the principal entities involved in the project. r PART 2 - PRODUCTS Not Used. 01268710 SUMMARY OF WORK 01010 - 2 06/11 PART 3 - EXECUTION 3.1 PRECONSTRUCTION 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 owner's 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. 7. SubContractor procedures relating to: a. Submittals. b. Change orders. C. Applications for payment. d. Record documents. 8. City of Lubbock requirements 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. E. See the Supplementary Conditions. 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. l . Inform the owner when coordination of his work is required. 2. Inform utility owners when coordination of their work is required. B. See other requirements in other portions of the 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, including structural obstructions and ceilings as applicable. 2. Coordinate shop drawings prepared by separate entities. 3. Show installation sequence when necessary for proper installation. 01268710 SUMMARY OF WORK 01010 - 3 06/11 3.4 WARRANTY A. Contractor shall warrant 100 percent of the project for one (1) year alter the date of final acceptance of the work. 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. 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 01268710 SUMMARY OF WORK 01010 - 4 06/11 SECTION 01019 CONTRACT CONSIDERATIONS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Schedule of values. B. Application for payment. C. Change Procedures. 1.3 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. 1.4 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. C. Payment Period: Monthly, submit application for payment on or about the 25th day of each month. Applications for payment submitted later than previously described will be processed the following month. D. Include an updated construction progress schedule, materials received and manifest. E. 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. 1.5 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adj ustment 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 ofa 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. 01268710 CONTRACT CONSIDERATIONS 01019 - 1 06/11 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 Sum/Price and ContractTime 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. D. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Engineer. E. Construction Change Authorization: Engineer may issue a directive 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 Sum/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 Sum/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: EJCDC 1910-8-B. I. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the General Conditions of the Contract. PART2-PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION 01268710 CONTRACT CONSIDERATIONS 01019 - 2 06/11 SECTION 01025 MEASUREMENT AND PAYMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 UNIT PRICE WORK A. Measurement methods are based on completion of the various paving, fencing, enclosures and related construction operations included in the bid proposal. B. Take measurements and compute the actual quantity of completion. Verify the quantities with the Owner's Representative. C. Payment Includes: Full compensation for required labor, materials, products, tools, equipment, plant and facilities, transportation, services and incidentals; application or installation of an item of the Work; overhead and profit. 1.3 MOBILIZATION A. Mobilization 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. B. Partial payments for Mobilization will be made with the first and second partial payments paid on the contract, and will be made at the rate of 50 percent of the total lump sum price for "Mobilization" on each of these partial pay estimates, less the specified retainage amounts, provided the total bid amount for "Mobilization" does not exceed 5 percent of the total amount bid for the contract. Where the amount bid for "Mobilization" exceeds 5 percent of the total amount bid for the project, 2'/2 percent of the total amount bid for the project will be paid on the first two partial payments, and that portion exceeding 5 percent of the total amount bid on the project will be paid on the last partial pay estimate. All such payments will be made less the specified retainage amounts. 1.4 LUMP SUM ITEMS A. Lump sum items will be paid for at the lump sum price bid. The lump sum price will include all work and materials involved in the installation within the limits designated on the plans. No measurement of the work or materials included in such items will be made. All work so included will be installed, constructed or performed as shown on the drawings and specified herein. 01268710 MEASUREMENT AND PAYMENT 01025 - 1 06/11 1.5 UNIT PRICE WORK A. Measurement methods are based on completion ofthe various construction operations included in the bid proposal. Take measurements and compute the actual quantity of completion. Verify the quantities with the Owner's Representative. Payment will be complete compensation for required labor, materials, products, equipment, plant and facilities, services and incidentals. 1.6 FINAL CLEAN-UP A. The Contractor shall make a final cleanup of all parts of the work before final acceptance ofthe work by the Owner. This clean-up shall include, among other things, removing all construction materials, final grading of all construction sites, and in general preparing the site ofthe work in an orderly manner. B. The cost of clean-up 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. C. Clean-up will be approved prior to application for final payment. 1.7 COMPLETE GATE IMPROVEMENT A. Installation of new gates will include pavement demolition, gate demolition, temporary 6-foot fencing with 1-foot of strands of barb wire, subgrade preparation, concrete pavement, hot mix asphalt pavement patch, existing fence modifications for new gate, new gate purchase and installation, gate operator, entry readers, entry reader protective bollards, electrical controls, electrical connections, loop detectors, new operational instruction sign, and replacement of emergency contract(s) sign. B. Complete gate improvements will be paid for per lump sum for each individual gate as specified on plans and shall include all labor, materials, and incidentals to complete installation. 1.8 FIBER OPTIC CABLE IN BORE A. The length of fiber optic cable in bore will be determined by plan measurement. B. Fiber optic cable in bore will be paid for at the unit price bid per linear foot and will be complete compensation for labor, equipment, materials, and any other incidental work required. 1.9 FIBER OPTIC CABLE IN TRENCH A. The length of fiber optic cable in trench will be determined by plan measurement. B. Fiber optic cable in trench will be paid for at the unit price bid per linear foot and will be complete compensation for labor, equipment, materials, and any other incidental work required. 1.10 PAVEMENT REMOVAL AND DISPOSAL A. The area of pavement removal and disposal of the various types as shown on the drawings is a subsidiary item to gate improvements or drainage improvements. B. Pavement removal and disposal as shown on the drawings will be paid for as a subsidiary item to gate improvements or drainage improvements and will be complete compensation for saw cutting and removing and disposal of the pavement, as specified and shown on the plans, and other incidental work required. 01268710 MEASUREMENT AND PAYMENT 01025 - 2 06/11 1.11 FLEXIBLE BASE COURSE A. The area of flexible base course of thicknesses as shown on the drawings and as required will be a subsidiary item to gate improvements or drainage improvements. B. Flexible base course will be paid for as a subsidiary item to gate improvements or drainage improvements at the thickness shown in the plans and will be complete compensation for constructing the flexible base course as specified and shown on the drawings, including all materials, and any other incidental work required. 1.12 HOT MIX ASPHALTIC CONCRETE PAVEMENT PATCH A. The amount of hot mix asphaltic concrete pavement patch as shown on the drawings and as required will be included with the most closely associated item. B. Hot mix asphaltic concrete pavement patch will be paid for as a subsidiary item to the associated lump sum bid item. Complete compensation for constructing the hot mix asphaltic pavement as specified and shown on the drawings, including the tack coat and all materials and any other incidental work required. Payment for this item will not exceed the theoretical tonnage calculated by using the mat thickness shown on the plans, laboratory density and the surface area of the HMAC course completed and accepted. 1.13 TEMPORARY TRAFFIC CONTROL AND CONSTRUCTION BARRICADING AND SIGNAGE A. No separate payment will be made for barricading and traffic control on the project. The cost of this item should be incorporated in the most applicable line item in the contract. 1.14 SURVEYING A. No separate payment shall be made for construction surveying. The cost of surveying shall be included in the bid prices for the applicable pay items. 1.15 FENCING A. The payment made for fencing modifications will be determined in the field at a price per linear foot. Complete compensation as specified shall include all labor, materials, and incidentals to complete installation. 1.16 TEMPORARY SOIL EROSION AND SILTATION CONTROL A. No separate payment will be made for this item. Payment for this item shall be included in the most applicable line item in the contract. Work within this task shall be installing and maintaining erosion control measures as outlined in the plans and specifications and for complying with all local, state and federal regulations pertaining to this item. 1.17 EXCAVATION AND GRADING IN UNPAVED AREAS A. The quantity for excavation and grading in unpaved areas shall be kept to a minimum. No separate payment will be made for this construction. 01268710 MEASUREMENT AND PAYMENT 01025 - 3 06/11 1.18 LINE MARKING POSTS AND DUCT MARKERS A. The payment for all line marking posts and duct markers will be subsidiary items to fiber in trench and fiber in bore. The cost of items shall be included with the fiber installation items. No separate payment will be made for line marking posts and duct markers. 1.19 SPARE PARTS A. The contractor will provide the Owner with two sets of spare parts. Spare parts are identified as "wearing parts" such as rollers, guide wheels, gate hanger assemblies, etc. B. No separate payment will be made for spare parts. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01268710 MEASUREMENT AND PAYMENT 01025 - 4 06/11 SECTION 01028 CHANGE ORDER PROCEDURES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Submittals. B. Documentation of change in Contract Sum/Price and Contract Time. C. Change procedures. D. Stipulated Price change order. E. Unit price change order. F. Time and material change order. G. Execution of change orders. H. Correlation of Contractor submittals. 1.3 RELATED SECTIONS A. Section 01019 - Contract Considerations. B. Section 01300 — Submittals. C. Section 01700 - Contract Closeout. 1.4 SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms. 1.5 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. 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. 01268710 CHANGE ORDER PROCEDURES 01028 - 1 06/11 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. 1.6 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description ofa 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. 1.7 CONSTRUCTION CHANGE AUTHORIZATION A. Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in Work. 1.8 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by Engineer. 1.9 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.10 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 01268710 CHANGE ORDER PROCEDURES 01028 - 2 06/11 _ 1.11 EXECUTION OF CHANGE ORDERS A. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.12 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used 01268710 06/11 END OF SECTION CHANGE ORDER PROCEDURES 01028 - 3 SECTION 01039 COORDINATION AND MEETINGS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Coordination. B. 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. Verify that utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements and installation of mechanical and electrical work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. E. 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 F. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. G. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 01268710 COORDINATION AND MEETINGS 01039 - 1 06/11 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. D. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. 1.5 ELECTRONIC FILES A. Electronic drawing files are available for purchase from the Engineer upon request. Cost of the files are $100.00 per drawing sheet. Only the Contractor or his subcontractors and sub -subcontractors may purchase an electronic file. An electronic file will be provided in AutoCAD format of the release currently used by the Engineer. File will be provided on a CD. B. Prior to delivery of the file, purchaser shall sign an Electronic File Transfer Release From. Payment for an electronic file shall occur upon delivery of file to purchaser. C. Electronic file shall be used only for the production of information required by this project and shall not be used in any other form (in whole or part). 1.6 MATERIAL SAFETY DATA SHEETS (MSDS) A. Comply with the most current requirements of the Department of State Health Services, Texas Asbestos Health Protection Rules (TAHPR), Title 25., HEALTH SERVICES, Part I, Chapter 295-Occupational Health, §295.34-Asbestos Management in Facilities and Public Buildings, paragraph (i) as a minimum and as outlined below. l . Submit MSDS on all products used in construction of Project. 2. Submit MSDS in 8 '/2 x 11 inch format text pages, bound in three D-ring binders with durable plastic covers. 3. Prepare binder cover with printed title "MATERIAL SAFETY DATA SHEETS (MSDS)", Title of Project, Project Address, Owner's Name, Address and Phone, and Date of Construction Completion. 4. Internally subdivide the binder contents with permanent page dividers, organized into the 16 Division CSI format, with tab title clearly printed under reinf6rced laminated plastic tabs. 5. Prepare a table of contents, listing each of the 16 Divisions headings and listing each material/product under each heading by manufacturer and material/product name. 6. Submit two complete, identical binders of the aforementioned information and in the prescribed format. 7. Submit binders each month with Application for Payment. Binders shall include all MSDS for materials/products delivered or installed in Project since the previous month's Application for Payment. 8. Failure to submit updated MSDS binders will cause Application for Payment to be held by Architect (not submitted to Owner for processing) until such time updated MSDS binders are received and reviewed for compliance by Architect. 1.7 PRECONSTRUCTION MEETING A. Engineer will schedule a meeting after Notice to Proceed. B. Attendance Required: Owner, Engineer, Architect, Contractor and major Subcontractors. 01268710 COORDINATION AND MEETINGS 01039 - 2 06/11 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. k. Temporary utilities provided by Owner. D. Record minutes and distribute copies within five days after meeting to participants with two copies to Engineer and those affected by decisions made. 1.8 REQUEST FOR INFORMATION A. Contractor shall use Engineer's standard form when submitting Requests For Information (RFI). Engineer will issue a copy of this form to Contractor in both hard copy and electronic media. Only Contractor can submit RFIs to Engineer. RFI requests from subcontractors or material suppliers will not be considered. B. All information indicated on the form to be provided by Contractor shall be complete before a request can be submitted to the Engineer's office. Requests with incomplete information will be returned to the Contractor. Submission of a complete RFI request by Contractor does not constitute an RFI until Engineer makes the determination. If Engineer determines that request can not be answered with the information provided in the Contract Documents, Engineer will then assign an RFI tracking number. Requests determined by Engineer not to be an RFI will be returned to Contractor without being assigned an RFI tracking number. A transmittal document returning the denied RFI request will be provided with a response indicating action to be taken by Contractor. C. If request and proposed solution cannot fit on the form, an attachment may be identified in the Request or Contractor Proposed Solution areas, then attached to the form and submitted to Engineer. RFIs may contain more than one item when the items are related issues. Otherwise, only one item shall be addressed on each RFI request. D. Engineer's response to the RFI will be in writing on the same form, or by attachment and issued to Contractor and Owner. E. Responses from Engineer will not change any requirement of the Contract Documents. Should Contractor believe an RFI response to cause a change to the Contract, Contractor shall give written notice to Engineer in accordance with the requirements in the Contract. Written notice shall include specific reasons and an order of magnitude of Cost and/or Time that Contractor deems appropriate based on the Engineer's RFI response. Contractor's written notice does not constitute a Change Order, but provide a basis for further review and discussion with the Engineer. 1.9 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. 01268710 COORDINATION AND MEETINGS 01039 - 3 06/11 C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to work. E. Record minutes and distribute copies within five days to Engineer, participants, and those affected by decisions made. 1.10 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. 1. Review conditions of installation, preparation and installation procedures. 2. Review coordination with related work. E. Record minutes and distribute copies within five days after meeting to participants, with four copies to Engineer. PART 2 - PRODUCTS 2.1 EQUIPMENT ELECTRICAL CHARACTERISTICS AND COMPONENTS A. Motors: Specific motor type is specified in individual specification sections. B. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Size terminal lugs to NFPA 70, include lugs for terminal box. C. Cord and Plug: Provide minimum 6 foot cord and plug including grounding connector for connection to electric wiring system. Cord of longer length is specified in individual specification sections. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Beginning new work means acceptance of existing conditions. 01268710 COORDINATION AND MEETINGS 01039 - 4 06/11 B. Examine and verify specific conditions described in individual specification sections. C. Verify that utility services are available, of the correct characteristics, and in the correct location. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.3 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit written request in advance of cutting or altering elements which affects: 1. Structural integrity of element. 2. Integrity of weather -exposed or moisture -resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight -exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching, including excavation and fill, to complete work, and to: 1. Fit the several parts together, to integrate with other work. 2. Uncover work to install or correct ill-timed work. 3. Remove and replace defective and non -conforming work. 4. Remove samples of installed work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical work. D. Execute work by methods which will avoid damage to other work, and provide proper surfaces to receive patching and finishing. E. Cut rigid materials using masonry saw or core drill. F. Restore work with new products in accordance with requirements of Contract Documents. G. Fit work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. I. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for an assembly, refinish entire unit. J. Identify any hazardous condition exposed during the work to the Engineer for decision or remedy. END OF SECTION 01268710 COORDINATION AND MEETINGS 01039 - 5 06/11 SECTION 01090 REFERENCE STANDARDS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Quality assurance. B. Schedule of references. 1.3 QUALITY ASSURANCE A. For products or workmanship specified by association, trade or other consensus standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of isEue current on date of Contract Documents. C. Obtain copies of standards when required by Contract Documents. D. ' Should specified reference standards conflict with Contract Documents, request clarification from Architect before proceeding. E. The contractual relationship duties and responsibilities of the parties in Contract nor those of the Architect shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.4 SCHEDULE OF REFERENCES AA Aluminum Association (202) 862-5100 900 19th St., NW Washington, DC 20006 www.aluminum.org AABC Associated Air Balance Council (202) 737-0202 1518KSt.,NW Washington, DC 20005 www.aabchq.com AAMA American Architectural Manufacturers Association (847) 303-5664 1827 Walden Office Sq., Suite 104 Schaumburg, IL 60173-4268 ww%v.aamanet.ora 01268710 REFERENCE STANDARDS 01090 -1 06/11 AASHTO American Association of State Highway and Transportation (202) 624-5800 Officials (800) 231-3475 444 North Capitol St., NW, Suite 249 Washington, DC 20001 www.aashto.ora ABMA American Bearing Manufacturers Association (202) 429-5155 1200 19th St., NW, Suite 300 Washington, DC 20036-2422 www.abma-dc.or ACGIH American Conference of Governmental Industrial Hygienists (513) 742-2020 1330 Kemper Meadow Dr. Suite 600 Cincinnati, Ohio 45240 www.ac ig h_org ACI American Concrete Institute (248) 848-3700 P.O. Box 9094 Farmington Hills, MI 48333 www.aci-int.ora ADC Air Diffusion Council (312) 201-0101 104 South Michigan Ave., Suite 1500 Chicago, IL 60603 ADSC The International Association of Foundation Drilling (214) 681-5994 9696 Skillman Street, Suite 280 Dallas, TX 75243 www.adsc-iafd.com AF&PA American Forest and Paper Association (202) 463-2700 1111 19th St., NW, Suite 800 Washington, DC 20036 www.afandpa.org AGA American Gas Association (202) 824-7000 400 N. Capitol St., NW Suite 450 Washington, DC, 20001 www.aaa.org AGC Associated General Contractors of America (703) 548-3118 333 John Carlyle Street Suite 200 Alexandria, VA 22314 www.agc.org AHA American Hardboard Association (847) 934-8800 1210 W. Northwest Hwy Palatine, IL 60067 www.hardboard.org 01268710 REFERENCE STANDARDS 01090 - 2 06/ 11 Al Asphalt Institute (606) 288-4960 Research Park Drive P.O. Box 14052 Lexington, KY 40512-4052 www.asphaltinstitute.org AIA American Institute of Architects AISC American Institute of Steel Construction (312) 670-2400 One East Wacker Dr., Suite 3100 Chicago, IL 60601-2001 www.aisc.org AISI American Iron and Steel Institute (202) 452-7100 1101 17th St., NW, Suite 1300 (800) 277-3850 Washington, DC 20036 www.steel.om AMCA Air Movement and Control Association International, Inc. (847) 394-0150 30 W. University Dr. Arlington Heights, IL 60004-1893 www.amca.ora ANSI American National Standards Institute (202) 293-8020 1819 L. Street, N.W. Washington, DC 20036 www.ansi.oriz API American Petroleum Institute (202) 682-8000 1220 L St., NW Washington, DC 20005-4070 www.api.org ARI Air -Conditioning and Refrigeration Institute (703) 524-8800 4301 Fairfax Dr., Suite 425 Arlington, VA 22203 ww%v.ari.org ARRA Asphalt Recycling and Reclaiming Association (410) 267-0023 #3 Church Circle, PMB 250 Annapolis, MD 21401 www.arra.org ASCE American Society of Civil Engineers (800) 548-2723 World Headquarters (703) 295-6300 1801 Alexander Graham Bell Dr. Reston, VA 201914400 www.asce.org 01268710 REFERENCE STANDARDS 01090 - 3 06/ 11 ASHRAE American Society of Heating,_ Refrigerating and (800) 527-4723 Air -Conditioning Engineers (404) 636-8400 1791 Tullie Circle, NE Atlanta, GA 30329 www.ashrae.oriz ASME American Society of Mechanical Engineers (800) 843-2763 3 Park Ave. New York, NY 10016-5990 www.asme.org ASPA American Sod Producers Association ASPE American Society of Plumbing Engineers (773) 693-2773 8614 W. Catalpa Avenue Suite 1007 Chicago, IL 60656-1116 www.aspe.org:8080 ASSE American Society of Sanitary Engineering (440) 835-3040 901 Canterbury, Suite A Westlake, OH 44145 www.asse-pluinbing.org ASTM American Society for Testing and Materials (601) 832-9585 100 Barr Harbor Dr. West Conshohocken, PA 19428-2959 www.astm.or2 AWI Architectural Woodwork Institute (703) 733-0600 1952 Isaac Newton Sq. West Reston, VA 20190 www.awinet.gM AWPA American Wood -Preservers' Association (817) 326-6300 P.O. Box 5690 Granbury, TX 76049 www.awpa.com AWS American Welding Society (800) 443-9353 550 NW LeJeune Rd. (305) 443-9353 Miami, FL 33126 www.amweld.org AWWA American Water Works Association (303) 794-7711 6666 W. Quincy Ave. Denver, CO 80235 www.awwa.org 01268710 REFERENCE STANDARDS 01090 - 4 06/11 BHMA Builders' Hardware Manufacturer Association 355 Lexington Avenue, 17th floor New York, NY 10017 www.buildershardware.com CFR Code of Federal Regulations CGA Compressed Gas Association 1725 Jefferson Davis Hwy, Suite 1004 Arlington, VA 22202-4102 www.cp,anet.com CISCA Ceilings and Interior Systems Construction Association 1500 Lincoln Hwy, Suite 202 St. Charles, IL 60174 www.cisca.oriz CISPI Cast Iron Soil Pipe Institute 5959 Shallowford Rd., Suite 419 Chattanooga, TN 37421 www.cisgi.org CLFMI Chain Link Fence Manufacturers Institute 9891 Broken Land Pkwy, Suite 300 Columbia, MD 21046 www.chainlinkinfoM CPSC US Consumer Product Safety Commission Washington, DC 20207-0001 www.cl2sc.gov CRI Carpet and Rug Institute 310 S. Holiday Ave. Dalton, GA 30722-2048 www.carpet-rug.com CRSI Concrete Reinforcing Steel Institute 933 N. Plum Grove Rd. Schaumburg, IL 60173-4758 www.crsi.org CTI Cooling Technology Institute 530 Wells Fargo Drive, Suite 218 Houston, TX 77090 www.cti.org DASMA Door and Access Systems Manufacturers Association International 1300 Summer Avenue Cleveland, OH 44115-2851 www.dasma.com (212) 297-2122 (703) 412-0900 (630) 584-1919 (423) 892-0137 (301) 596-2583 (301) 504-0990 (800) 882-8846 (706) 278-3176 (847) 517-1200 (281) 583-4087 (216) 241-7333 01268710 REFERENCE STANDARDS 01090 - 5 06/11 DHI The Door and Hardware Institute (703) 222-2010 14150 Newbrook Dr., Suite 200 Chantilly, VA 20151 www.dhi.ora DOT Department of Transportation (202) 366-4000 400 7th Street, S.W. Washington D.C. 20590 www.dot.gov EJCDC Engineers' Joint Contract Documents Committee (202) 347-7474 American Consulting Engineers Council 1015 151h Street, N.W. Washington, DC 20005 www.acec.org EJMA Expansion Joint Manufacturers Association (914) 332-0040 25 North Broadway Tarrytown, NY 10591 www.eima.orp- EPA Environmental Protection Agency (800) 490-9198 US EPA/NSCEP P.O. Box 42419 Cincinnati, Ohio 45242 www.eya.jzov FCC Federal Communications Commission (888) 225-5322 445 12th Street, SW Washington, DC 20554 www. fcc.gov FM FM Global (781) 762-4300 Corporate Headquarters. P.O. Box 7500 Johnston, RI 02919 www.factorymutual.com FS Federal Specification Unit (703) 305-5682 General Services Admin. Federal Supply Service FSS Acquisition Management Center Environmental Programs and Engineering Policy Division Washington, DC 20406 httpJ/pub.fss.gsa.gov 01268710 REFERENCE STANDARDS 01090 - 6 06/11 GA Gypsum Association (202) 289-5440 810 First St., NE, Suite 510 Washington, DC 20002 www.usg.com www.gypsum.ora GANA Glass Association of North America (785) 271-0208 2945 Southwest Wanamaker Dr., Suite A Topeka, KS 66614 w-vvw.glasswebsite.com/gana HI Hydronics Institute (703) 525-7060 Division of Gas Appliance Manufacturers Association 2107 Wilson Blvd., Suite 600 Arlington, VA 22201 www.gamanet.org HMMA Hollow Metal Manufacturers Association (312) 332-0405 Division of NAAMM 8 South Michigan Ave., Suite 1000 Chicago, IL 60603 www.naamm.ora HPMA Hardwood Plywood Manufacturers Association HPW H.P. White Laboratory (410) 838-6550 3114 Scarboro Road Street, Maryland 21154-1822 HPVA Hardwood Plywood and Veneer Association (703) 435-2900 P.O. Box 2789 Reston, VA 20195-0789 www.hpva.org IAS International Approval Services (216) 524-4990 U.S. Operations 8501 E. Pleasant Valley Rd. Cleveland, Ohio 44131-5575 www.apgrovals.org ICBO International Conference of Building Officials (800) 284-4406 5360 Workman Mill Road Whittier, California 90601-2298 www.icbo.org ICC International Code Council (703) 931-4533 5203 Leesburg Pike #708 Falls Church, VA 22041 Www.inticode.or z 01268710 REFERENCE STANDARDS 01090 - 7 06/11 IEEE Institute of Electrical and Electronics Engineers (212) 419-7900 3 Park Ave.,l7th Floor New York, NY 10016-5997 Www.ieee.orz IES Illuminating Engineering Society of North America (212) 248-5000 120 Wall Street, 17`h Floor New York, NY 10005 ,,vww.iesna.ora ISWA Insect Screen Weavers Association LPI Lightning Protection Institute (800) 488-6864 3335 N. Arlington Heights Rd., Suite E (847) 577-7200 Arlington Heights, IL 60004 www.lightning.org MBMA Metal Building Manufacturers Association (216) 241-7333 1300 Sumner Ave. Cleveland, OH 44115-2851 www.mbma.com MIL Military Standardization Documents (215) 697-2179 Defense Automated Printing Service 700 Robbins Ave., Building 4D Philadelphia, PA 19111-5094 www.dodssp.daps.mil ML/SFA Metal Lath/Steel Framing Association (205) 787-2611 P.O. Box 3928 Birmingham, AL 35208 www.naanini.org MSS Manufacturers Standardization Society of the Valve (703) 281-6613 and Fittings Industry 127 Park St., NE Vienna, VA 22180-4602 www.mss-hg.com NAA National Arborist Association (800) 733-2622 Route 101, P.O. Box 1094 (603) 673-3311 Amherst, NH 03031-1094 www.natlarb.com NAAMM National Association of Architectural Metal Manufacturers (312) 332-0405 8 South Michigan Ave., Suite 1000 Chicago, IL 60603 www.naamm.org 01268710 REFERENCE STANDARDS 01090 - 8 06/11 NAAMM North American Association of Mirror Manufacturers (913) 266-7013 (Division of GANA) 2945 Southwest Wanamaker Dr., Suite A Topeka, KS 66614 www.glasswebsite.com NACE NACE International (281) 228-6200 1440 South Creek Drive Houston, TX 77084 www.nace.ora NAIMA North American Insulation Manufacturers Association (703) 684-0084 44 Canal Center Plaza, Suite 310 Alexandria, VA 22314 www.naima.or NBS National Bureau of Standards NCMA National Concrete Masonry Association (703) 713-1900 2302 Horse Pen Rd. Herndon, VA 20171-3499 www.ncma.ora NEBB National Environmental Balancing Bureau (301) 977-3698 8575 Grovemont Circle Gaithersburg, MD 20877 www.nebb.oriz NECA National Electrical Contractors Association (301) 657-3110 3 Bethesda Metro Center, Suite 1100 Bethesda, MD 20814 www.necanet.org NELMA Northeastern Lumber Manufacturers Association (207) 829-6901 272 Tuttle Rd. P.O. Box 87A Cumberland Center, ME 04021 www.nelma.org NEMA National Electrical Manufacturers Association (703) 841-3200 1300 N 17th St., Suite 1847 Rosslyn, VA 22209 www.nema.ore NETA International Electrical Testing Association (303) 697-8441 P.O. Box 687 106 Stone St. Morrison, CO 80465 www.netaworld.O—M NFoPA National Forest Products Association 01268710 REFERENCE STANDARDS 01090 - 9 06/11 NFPA National Fire Protection Association (800) 344-3555 One Batterymarch Park (617) 770-3000 P.O. Box 9101 Quincy, MA 02269-9101 www.nfpa.org NFRC. National Fenestration Rating Council (301) 589-6372 1300 Spring St., Suite 500 Silver Spring, MD 20910 www.nfi-c.ora NHLA National Hardwood Lumber Association NIBS National Institute of Building Sciences (202) 289-7800 1090 Vermont Ave., NW, Suite 700 Washington, DC 20005-4905 www.nibs.org NIST National Institute of Standards and Technology (301) 975-4025 100 Bureau Dr., MS 2150 Gaithersburg, MD 20899-2150 www.nist.gov NLA National Lime Association (703) 243-5463 200 North Glebe Rd., Suite 800 Arlington, VA 22203 www.lime.org NLGA National Lumber Grades Authority (604) 524-2393 #406-First Capital Pl. 960 Quayside Dr. New Westminster, BC V3M 6G2 CANADA www.nlga.org NPCA National Paint and Coatings Association (202) 462-6272 1500 Rhode Island Ave., NW Washington, DC 20005 www.paint.org NRCA National Roofing Contractors Association (847) 299-9070 O'Hare International Center 10255 W. Higgins Rd., Suite 600 Rosemont, IL 60018 www.roofonline.M NSF NSF International (734) 769-8010 P.O. Box 130I40 (800) 673-6275 Ann Arbor, MI 48113-0140 www.nsf.org 01268710 REFERENCE STANDARDS 01090 - 10 06/11 ( ,I 1 I NSWMA National Solid Wastes Management Association (800)424-2869 Environmental Industry Associations 4301 Connecticut Ave NW, Suite 300 Washington, DC 20008 www.envasns.orp,,/nswma/Default.htm NUCA National Utility Contractors Association (703) 358-9300 4301 North Fairfax Dr., Suite 360 Arlington, VA 22203-1627 www.nuca.com OSHA Occupational Safety and Health Association (202) 693-1999 U.S. Department of Labor Office of Public Affairs - Room N3647 200 Constitution Avenue Washington, D.C. 20210 www.osha-slc.gov PCA Portland Cement Association (847) 966-6200 5420 Old Orchard Rd. Skokie, IL 60077 www.portcement.org PDCA Painting and Decorating Contractors of America (703) 359-0826 3913 Old Lee Hwy, Suite 33-B Fairfax, VA 22030 www.ndca.com PDI Plumbing and Drainage Institute (800) 589-8956 45 Bristol Dr. South Easton, MA 02375 http://PDlonline.ora PS Product Standard RCSC Research Council on Structural Connections www.boltcouncil.org RIS The Redwood Inspection Service (707) 444-3024 630 J Street Eureka, CA 95501 RCSHSB Southern Cypress Manufacturers Association (877) 607-7262 400 Penn Center Blvd., #530 Pittsburgh, PA 15235 www.cypressinfo.org RMA Rubber Manufacturers Association (202) 682-4846 1400 K Street, NW Suite 900 Washington, DC 20005 www.rma.org 01268710 REFERENCE STANDARDS 01090 - 11 06/ 11 SCMA Southern Cypress Manufacturers Association (877) 607-7262 400 Penn Center Blvd., #530 Pittsburgh, PA 15235 www.cypressinfo.orr; SDI Steel Deck Institute (847) 462-1930 P.O. Box 25 Fox River Grove, IL 60021 www.sdi.orjz SDI Steel Door Institute (440) 899-0010 30200 Detroit Rd. Cleveland, OH 44145-1967 www.steeldoor.org SGCC Safety Glazing Certification Council (315) 646-2234 PO Box 9 Henderson Harbor, NY 13651 www.nmorg SIGMA Sealed Insulating Glass Manufacturers Association (312) 644-6610 401 N. Michigan Ave. Chicago, IL 60611 www.sigmaonline.org/sigma SJI Steel Joist Institute (843) 626-1995 3127 1 Oth Ave., North Ext. Myrtle Beach, SC 29577-6760 www.steelioiq.org SMACNA Sheet Metal and Air Conditioning Contractors' (703) 803-2980 National Association 4201 Lafayette Center Dr. Chantilly, VA 20151-1209 www.smacna.ora SPIB Southern Pine Inspection Bureau (850) 434-2611 4709 Scenic Hwy Pensacola, FL 32504-9094 www.saib.org SSPC SSPC: The Society for Protective Coatings (800) 837-8303 40 24th St., 6th Floor (412) 281-2331 Pittsburgh, PA 15222-4656 www.sspc.org 01268710 REFERENCE STANDARDS 01090 - 12 06/11 SWI Steel Window Institute (216) 241-7333 1300 Sumner Ave. Cleveland, OH 44115-2851 www.steelwindows.com SWRI Sealant, Waterproofing and Restoration Institute (816) 472-7974 2841 Main St. Kansas City, MO 64108 www.swrionline.oriz TCA Tile Council of America, Inc. (864) 646-8453 100 Clemson Research Blvd. Anderson, S.C. 29625 www.tileusa.com TIA/EIA Telecommunications Industry Association/Electronic Industries (703) 907-7700 Alliance 2500 Wilson Blvd., Suite 300 Arlington, VA 22201 www.tiaonline.org TPI Truss Plate Institute (608) 833-5900 583 D'Onofrio Dr., Suite 200 Madison, WI 53719 TPI Turfgrass Producers International (800) 405-8873 1855-A Hicks Rd. (847) 705-9898 Rolling Meadows, IL 60008 www.turfgrassod.org UL Underwriters Laboratories Inc. (847) 272-8800 333 Pfingsten Rd. Northbrook, IL 60062-2096 www.ul.com WCLIB West Coast Lumber Inspection Bureau (503) 639-0651 P.O. Box 23145 Portland, OR 97281 www.wclib.org WDMA Window and Door Manufacturers Association (800) 223-2301 1400 E. Touhy Ave., Suite 470 Des Plaines, IL 60018 www.nwwda.ors 01268710 REFERENCE STANDARDS 01090 - 13 06/ 11 WH Intertek Testing Services (905) 678-7820 Warnock Hersey Listing Services 3210 American Drive Mississauga, Ontario Canada L4V 1B3 www.itsgs.com WIC Woodwork Institute of California (916) 372-9943 3164 Industrial Blvd. West Sacramento, CA 95691 www.wicnet.org WRI Wire Reinforcement Institute (419) 425-9473 W.R.I. Technical Director 301 E. Sandusky Street Findlay, Ohio 45840-0450 www.bright.net/—wwri WWPA Western Wood Products Association (503) 224-3930 522 SW 5th Ave., Suite 500 Portland, OR 97204-2122 www.wwpa.org PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01268710 REFERENCE STANDARDS 01090 -14 06/11 SECTION 01300 SUBMITTALS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Submittal procedures. B. Construction progress schedules. C. Proposed products list. D. Shop drawings. E. Product data. F. Samples. G. Manufacturers' instructions. H. Manufacturers' certificates. I. Construction photographs. 1.3 RELATED SECTIONS A. Section 01019 - Contract Considerations. B. Section 01410 - Testing Laboratory Services. C. Section 01700 - Contract Closeout. 1.4 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. B. Sequentially number the transmittal forms. C. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing sheet and detail number(s), and specification section number, as appropriate. D. 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. E. Schedule submittals to expedite the project, and deliver to architects at business address. Coordinate submission of related items. F. For each submittal for review, allow 15 days excluding delivery time to and from the contractor. G. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. H. Provide space for Contractor and Engineer review stamps. ' 01268710 SUBMITTALS 01300 -1 06/11 I. Format 1. Submit all submittals using an 8'/z x 11 inch format. 2. For submittals larger than 8'/Z x 1 l inches, prefold to an 8'/2 x 11 format. Submittals not pre -folded will be rejected. J. At Engineer's option, submittals will not be individually marked, but will be reviewed using Engineer's standard submittal review form. K. Copies Required l . Structural and Architectural Submittals: Number of copies Contractor requires plus one copy which will be retained by Engineer. At the Architect/Engineer's option, only one copy may be returned to Contractor with Architect/Engineer's review comments. Contractor copies submitted in excess of indicated amounts may be returned without review comments. 2. Mechanical, Plumbing and Electrical Submittals: Number of copies Contractor requires plus two copies which will be retained by Engineer. At the Architect/Engineer's option, only one copy may be returned to Contractor with Architect/Engineer's review comments. Contractor copies submitted in excess of indicated amounts may be returned without review comments. L. Revise and resubmit submittals as required, identify all changes made since previous submittal. M. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any. inability to comply with provisions. N. Submittals not requested will not be recognized or processed. 1.5 RESUBMITTAL REQUIREMENTS A. Revise initial submittal as required and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. C. Re -use original transmittal number and supplement with sequential alphabetical suffix for each re -submittal. 1.6 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate for Engineer review 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. 1.7 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. 01268710 SUBMITTALS 01300 - 2 06/11 1.8 SHOP DRAWINGS A. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. B. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which Contractor requires, plus four copies which will be retained by Architect. C. Drawing size shall be minimum 81/2 x 1 I inches and maximum of 30 x 42 inches. D. Details shall be drawn to a minimum size of 1/2 inch equal to 1 foot. E. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article above and for record document purposes described in Section 01700 - Contract Closeout. 1.9 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus four copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. C. Include recommendations for application and use, and reference to 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. 1.10 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics ofthe 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 and as scheduled for Architect'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 ofwhich will be retained by Architect. F. Reviewed samples which may remain as part of the Work are indicated in individual specification Sections. 1.11 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. C. Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. 01268710 SUBMITTALS 01300 - 3 06/ 11 1.12 MANUFACTURER'S CERTIFICATES A. When- specified in individual specification Sections, submit manufacturers' certificate to Architect, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Architect. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01268710 SUBMITTALS 01300 - 4 06/11 I, I L Ism RFI [No PARKHILLSM'ITH&COOPER TO: Parkhill, Smith & Cooper, Inc. FROM: PROJECT NAME: City of Lubbock Water Utility System Site Improvements (assigned by PSC) PROJECT NO.: 01268710 DATE: *Items to be completed by Contractor before submittal to PSC for review. *Specification Section/Paragraph No.: *Drawing Reference/Detail No.: *Request: *Contractor Proposed Solution: *Signed by: *Response needed in days ❑ No RFI tracking number assigned Response: ❑ Attachments: Amarillo El Paso Lubbock Midland Date Rec'd: Date Ret'd: Signed by: Copies: ❑ Owner ❑ Consultants ❑ ❑ 4222 85th Street Lubbock, Texas 79423 806.473.2200 Fax 806.473.35 SECTION 01410 TESTING LABORATORY SERVICES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. 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: Manufacturer's certificates. B. Section 01650 - Starting of Systems and Section 15600: Testing, Adjusting, and Balancing. C. Section 01700 - Contract Closeout: Project Record Documents. D. Individual Specification Sections: Inspections and tests required, and standards for testing. 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. ANSUASTM 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 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. D. Testing or inspecting does not relieve Contractor from performing Work to contract requirements. 01268710 TESTING LABORATORY SERVICES 01410 - 1 06/11 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 ANSFASTM E329 and ANSFASTM 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. 01268710 TESTING LABORATORY SERVICES 01410 - 2 06/11 Equivalent Opening Size (US standard sieve no.): 40 to 100 Minimum Burst Strength (ASTM D 3786): 300 psi Minimum Ultraviolet Resistance; Strength Retention (ASTM D 1682): 70 percent 2. Posts. Posts will be painted or galvanized steel Tee or Y-posts with anchor plates, not less than 5 feet in length with a minimum weight of 1.3 pounds per foot and a minimum Brinell hardness of 143. Hangars shall be adequate to secure fence and fabric to posts. Posts and anchor plates will conform to ASTM A 702. 3. Wire Fence. Wire fence will be welded wire fabric 2 x 4 - W 1.0 x W 1.0 and will conform to requirements of ASTM A 82 or A 496. 2.3 SEDIMENT CONTAINMENT DIKES A. Sediment containment dikes shall consist of the following: 1. Hay Bales. "Hay Bales" will be free of Johnson grass or other nocuous weeds. The bales will consist of either hay or straw in good condition and be securely tied by wire. Stakes for anchoring bales will be #4 reinforcing bars, 1/2 inch steel pickets or 2 inch x 2 inch wooden stakes. Completed dikes will be at least 18 inches in height and will have sufficient weight and stability to prevent displacement by runoff. Hay bale dikes will not be allowed on paved areas, but may be used in unpaved drainageways. 2. Sand Bags. Fabric used to contain the sand may be permeable to water, but will be able to completely contain the sand within the bags. The fabric and seams will be of sufficient strength to prevent puncture or rupture when subjected to conditions which may be encountered during placement or when in place. Completed dikes will have sufficient weight and stability to prevent displacement by runoff. Sand bag dikes may be used in paved areas and/or unpaved areas. Dikes used across concrete curb and gutter sections shall be constructed to a minimum height of 6-inches and a minimum length of 2-feet (measured perpindicular to the curb), and shall be located with one end of the dike tight against the face of the curb to inhibit the flow of water. Dikes used in concrete drainage aprons or channels shall be constructed to a minimum height of 6-inch, and shall extend the full width of the apron or channel. Dikes used in unpaved drainageways shall be constructed to a minimum height of 18-inches. PART 3 - EXECUTION 3.1 GENERAL A. The Owner's Representative has the authority to limit the disturbed surface area exposed by construction operations. The Contractor shall provide control measures to prevent or minimize impact to receiving waters as required by the plans and/or as directed by the Owner's Representative in writing. B. The Contractor shall effectively prevent and control erosion and sedimentation on the site at the earliest practicable time. Control measures, where applicable, will be implemented prior to the commencement of each construction operation or immediately after the area 01268710 TEMPORARY EROSION, SEDIMENTATION AND WATER 01500 - 2 06/11 POLLUTION PREVENTION AND CONTROL has been disturbed. Control measures will remain in place throughout the construction period and any turf establishment period. C. Should the control measures fail to function effectively; the Contractor shall act immediately to bring the erosion and sedimentation under control by maintaining existing controls or by providing additional controls as directed by the Owner's Representative. When in the opinion of the Owner's Representative the site is adequately stabilized, the control measures will be removed and properly disposed of by the Contractor. D. All erosion, sediment and water pollution controls will be maintained in good working order. The Contractor shall provide a non-freezing rain gauge to be located at the project site. Within 24 hours of a rainfall event of 0.5 inches or more as measured by the project rain gauge, the Contractor and Owner's Representative will inspect the entire project to determine the condition of the control measures. Sediment will be removed and devices repaired as soon as practicable but no later than 7 days after the surrounding exposed ground has dried sufficiently to prevent further damage from equipment needed for the repair. E. In the event of continuous rainfall over a 24-hour period, or other circumstances that preclude equipment operation in the area, the Contractor will hand carry and install additional backup devices as determined by the Owner's Representative. The Contractor will remove silt accumulations and deposit the spoils in an area approved by the Owner's Representative as soon as practical. Any corrective action needed for the control measures will be accomplished in the sequence directed by the Owner's Representative, however areas adjacent to waterbodies shall generally have priority followed by devices protecting storm sewer inlets. F. The Contractor shall also conform to the following practices and controls: 1. Disposal areas, stockpiles, and haul roads used for this project, including areas not within the project limits, shall be constructed and maintained in a manner that will minimize and control the amount of sediment that may enter receiving waters. Disposal areas shall not be located in any wetland, waterbody or streambed. Construction roads may not be located in or cross any waterbody or streambed without prior approval of the Owner's Representative and shall be done in compliance with applicable rules and regulations. 2. Construction operations in rivers, streams, lakes, tidal water wetlands and other waterbodies shall be restricted to those areas where it is necessary to perform the work shown on the plans. Wherever streams are crossed, temporary bridges, timber mats or other structures shall be used. 3. Protected storage for paints, chemicals, solvents, fertilizers and other potentially toxic materials will be provided by the Contractor and the location approved by the Owner's Representative. 4. Construction staging areas and vehicle maintenance areas shall be constructed by the Contractor in a manner to minimize the runoff of pollutants and their location will be approved by the Owner's Representative. The Contractor shall prevent pollution of receiving waters with petroleum products or other hazardous or regulated substances. When work areas of material sources are located adjacent to a waterbody, control measures such as dikes, gabions, or rock berms, shall be used to keep sediment and other contaminants from entering the adjacent waterbody. Care shall be taken during the construction and removal of such barriers to minimize down -gradient sedimentation. 5. All waterways shall be cleared as soon as practicable of temporary embankment, temporary bridges, matting, falsework, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 01268710 TEMPORARY EROSION, SEDIMENTATION AND WATER 01500 - 3 06/11 POLLUTION PREVENTION AND CONTROL 6. Disturbance of vegetation shall be minimized and limited to only what is shown on the construction plans or as directed by the Owner's Representative in writing. 7. Construction entrances shall be stabilized by the use of rock, timber matting or other acceptable techniques when necessary to minimize the off -site vehicle tracking of sediment. The Contractor shall clean paved surfaces as necessary to remove sediment which has accumulated on the roadway. 3.2 SILT FENCE A. The filter fabric will be securely attached to the posts and the wire fence with the bottom 12 inches of filter fabric buried in a trench a minimum of 6 inches keep to prevent sediment from passing under the fence. When the fence is constructed on impervious material, a 12 inch flap of fabric will be extended upstream from the bottom of the silt fence and weighted to limit particulate loss. B. Vertical joints will be overlapped a minimum of 12 inches with the ends sewn or otherwise securely tied. No horizontal joints will be allowed in the filter fabric. C. The silt fence will be a minimum of 12 inches high. Posts will be embedded in the ground a minimum of 12 inches and spaced a maximum of 8 feet apart. Posts will be placed on a slight angle toward the anticipated runoff source. D. Torn or punctured fabric will be repaired by the placement of a patch consisting of an additional layer of fabric over the damaged area. The patch will overlap the damaged area a minimum of 12 inches in all directions and will be securely attached to the repaired fabric. 3.3 SEDIMENT CONTAINMENT DIKES A. The Contractor may select either bales or sand bag materials for the dikes, unless otherwise indicated. Bales or sand bags. will be placed with ends tightly abutting. If placed in unpaved areas, the dike will be embedded in the soil a minimum of 4 inches and a maximum of 6 inches. Bales will be securely anchored in place by a minimum of 2 stakes per bale. Stakes will be angled toward the previously placed bale to force the bales together. Stakes will be embedded in the soil a minimum of 18 inches. Bales will not be used when underlying material such as concrete or asphalt prevents anchorage by stakes. B. If placed on paved surfaces, the dike will consist of sand bags placed with the ends tightly together. The sand bags will be placed side by side to a width as required to minimize sand bag movement or displacement during rainfall occurrences. END OF SECTION 01268710 TEMPORARY EROSION, SEDIMENTATION AND WATER 01500 - 4 06/ 11 POLLUTION PREVENTION AND CONTROL SECTION 01510 TEMPORARY FACILITIES & CONTROLS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water control. B. Construction Facilities: Access roads, parking, progress cleaning, project signage, and temporary buildings. 1.3 RELATED SECTIONS A. Section 01700 — Contract Closeout: Final Cleaning 1.4 TEMPORARY SANITARY FACILITIES A. Contractor to provide temporary sanitary facilities as required. Maintain daily in clean and sanitary condition. 1.5 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. 1.6 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. 1.7 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. 01268710 TEMPORARY FACILITIES & CONTROLS 01510 - 1 06/11 D. Remove waste materials, debris, and rubbish from site and dispose off -site at intervals as required to maintain clean site. 1.8 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade utilities, equipment, facilities and materials as soon as permanent facilities can be utilized. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART2-PRODUCTS Not Used PART 3 - PRODUCTS Not Used END OF SECTION 01268710 TEMPORARY FACILITIES & CONTROLS 01510 - 2 06/11 SECTION 01600 PRODUCT REQUIREMENTS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Products. 13 Product Delivery, Storage and Handling. C. Product options. D. Substitutions. 1.3 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work and does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. D. Materials required to match existing work and not otherwise specified, shall be equal to the existing work in quality, color and finish. Workmanship and installation shall be comparable to adjacent existing work. The Engineer shall be the sole authority in determination of acceptable work. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accord with the construction schedule and in ample time -to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. 2. Store sensitive products in weather -tight, climate controlled enclosures. 01268710 PRODUCT REQUIREMENTS 01600 - 1 06/11 3. For exterior storage of fabricated products, place on sloped supports, above ground. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation or potential degradation of Products. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. 8. Materials, products and equipment may be stored off site in a bonded and insured warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay requests with written approval of the Engineer. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.5 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named in accordance with the following article. 1.6 SUBSTITUTIONS A. Engineer will consider requests for substitutions only within 15 days after date established in Notice to Proceed. B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner and Engineer for review or redesign services associated with re - approval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. 01268710 PRODUCT REQUIREMENTS 01600 - 2 06/11 l� SECTION 01600 PRODUCT REQUIREMENTS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Products. 13 Product Delivery, Storage and Handling. C. Product options. D. Substitutions. 1.3 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work and does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. D. Materials required to match existing work and not otherwise specified, shall be equal to the existing work in quality, color and finish. Workmanship and installation shall be comparable to adjacent existing work. The Engineer shall be the sole authority in determination of acceptable work. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accord with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. B. Storage 1. Store and protect products in accordance with manufacture's instructions, with seals and labels intact and legible. 2. Store sensitive products in weather -tight, climate controlled enclosures. 01268710 PRODUCT REQUIREMENTS 01600 - 1 06/ 11 3. For exterior storage of fabricated products, place on sloped supports, above ground. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation or potential degradation of Products. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. 8. Materials, products and equipment may be stored off site in a bonded and insured warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay requests with written approval of the Engineer. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.5 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named in accordance with the following article. 1.6 SUBSTITUTIONS A. Engineer will consider requests for substitutions only within 15 days after date established in Notice to Proceed. B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner and Engineer for review or redesign services associated with re - approval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. 01268710 PRODUCT REQUIREMENTS 01600 - 2 06/11 F. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 3. The Engineer will notify Contractor, in writing, of decision to accept or reject request. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01268710 PRODUCT REQUIREMENTS 01600 - 3 06/11 SECTION 01650 STARTING OF SYSTEMS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Starting systems. B. Demonstration and instructions. C. Testing, adjusting, and balancing. 1.3 RELATED SECTIONS A. Section 01410 - Testing Laboratory Services: Manufacturers field reports. B. Section 01700 - Contract Closeout: System operation and maintenance data and extra materials. 1.4 STARTING SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Engineer seven days prior to start-up of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, or other conditions which may cause damage. D. Verify that tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. E. Verify wiring and support components for equipment are complete and tested. F. Execute start-up under supervision of responsible manufacturer's representative and Contractors' personnel in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report in accordance with Section 01410 that equipment or system has been properly installed and is functioning correctly. 1.5 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of Products to Owner's personnel two weeks prior to date of final inspection. B. For equipment or systems requiring seasonal operation, perform demonstration for other season. C. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owners' personnel in detail to explain all aspects of operation and maintenance. 01268710 06/ 11 STARTING OF SYSTEMS 01650 -1 D. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance, and shutdown of each item of equipment at agreed -upon times, at equipment location. E. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used 01268710 06/11 END OF SECTION STARTING OF SYSTEMS 01650 - 2 1.9 OPERATION AND MAINTENANCE DATA A. Submit one copy 15 days prior to final inspection, 8 '/z x 11 inch text pages, bound in three D-ring binders with durable plastic covers. B. This copy will be returned after final inspection, with Architect comments. Revise content of documents as required prior to final submittal. C. Submit two final volumes revised within ten days after final inspection. D. Prepare binder covers with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. E. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. F. Contents: Prepare a Table of Contents for each volume, with each Product or system description identified, type on 24 pound white paper. G. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major equipment suppliers. H. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: 1. Significant design criteria. 2. List of equipment. 3. Parts list for each component. 4. Operating instructions necessary for Owner to make full and efficient use of equipment including recommended maintenance and seasonal change -over procedures for HVAC systems. 5. Maintenance instructions for equipment and systems. 6. Maintenance instructions for finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. 1. Part 3: Project documents and certificates, including the following: 1. Shop drawings and product data. 2. Air and water balance reports. 3. Certificates. 4. Photocopies of warranties and bonds. 1.10 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. 1.11 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in 1.f individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. ' 01268710 CONTRACT CLOSEOUT 01700 - 3 06/11 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01268710 CONTRACT CLOSEOUT 01700 - 4 06/ 11 SECTION 02050 DEMOLITION, REMOVAL AND SALVAGING OF EXISTING MATERIALS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 GENERAL A. This item shall consist of the demolition, removal, and salvage or disposal of certain portions of existing fence, including existing asphalt surfacing and base material, existing concrete slabs and existing concrete curb and gutter, 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. 1.3 CLASSIFICATION A. Materials to be removed consist of security fence, asphaltic concrete, portland cement concrete pavement and concrete curb and gutter. No consideration shall be given to differences in length, thickness or volume of material for each material removed. PART2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 GENERAL A. All lines separating fencing, pavement, concrete slabs or curb and gutter to be removed from that to remain in place shall be removed or cut neatly and in a straight line, or shall be separated at an existing post, expansion or construction joint. Pavement 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 BASE MATERIALS A. 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 property. Removal operations shall be accomplished in such a manner to minimize disturbance of existing structures or improvements to remain in place. Any damage to adjacent structures or improvements to remain in place shall be repaired to the satisfaction of the Engineer. 01268710 DEMOLITION, REMOVAL AND SALVAGING 02050 - 1 06/11 OF EXISTING MATERIALS I1 dpp i# Y_, d 3.3 REMOVING AND DISPOSING OF EXISTING CONCRETE SLABS AND CONCRETE CURB AND GUTTER A. All existing concrete slabs and curb and gutter to be removed shall be broken up by suitable methods and equipment, and shall be removed from the construction site and properly disposed of at the Contractor's expense. B. The limits of removal of concrete slabs and curb and gutter shall be as shown on the plans or as directed by the Owner's Representative. All existing concrete to be removed shall be -broken into pieces with an approximate maximum dimension of 24-inches and an approximate minimum dimension of 6-inches. C. The Contractor shall be responsible for all damage to all adjacent paving, curb and gutter, and other structures, and shall repair said damage to the satisfaction ofthe Owner's Representative. No additional compensation shall be allowed for the repair of such damage. END OF SECTION 01268710 DEMOLITION, REMOVAL AND SALVAGING 02050 - 2 06/11 OF EXISTING MATERIALS SECTION 02110 JOBSITE SAFETY PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section addresses jobsite safety issues related to construction of the project. Specific items listed in this section are for reference only and are not intended to address all possible construction issues. Jobsite safety is the full responsibility of the Contractor. It is the Contractor's responsibility to meet all local, state and federal requirements related to jobsite safety. 1.3 TRENCH SAFETY A. Excavations deeper than 5-ft in all types of earth must be protected from cave-in and collapse according to OSHA 1926.652. B. The Contractor shall determine if excavations less than 5-ft require protection. 1.4 CHEMICAL HAZARDS A. Contractor shall disclose dangers of chemicals used on the project as required by OSHA 1910.1200. B. Make available MSDS sheets to communicate hazards associated with products used on site. 1.5 POWER LINE HAZARDS A. Contractor is responsible for examining the site for any power line hazards. B. Refer to OSHA 1926.550 for minimum safe operating distances. 1.6 FALL AND IMPACT PROTECTION A. Install barricades, fencing or other safety devices as necessary to protect the employees and the public. B. Safety harness required on all steel erection and for work above 6' above the group per OSHA requirements. C. Workers shall wear hard hats and steel toed shoes at all times, per OSHA requirements. D. Use of safety glasses is required per OSHA requirements. 1.7 TRAFFIC CONTROL A. All barricades, signs and other types of devices shall conform to details shown in the Texas Manual on Uniform Traffic Control Devices (TMUTCD). All traffic control devices shall be 01268710 JOBSITE SAFETY 02110 - 1 06111 crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. B. Coordinate restricted zone with City of Lubbock water utilities and Engineer to allow Owner occupancies of the site during construction. 1.8 DUST AND DEBRIS CONTROL A. Utilize water trucks or other means to control blowing dust. Prevent nuisance or hazard to surrounding facilities. PART2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 APPLICABLE REQUIREMENTS A. Implement, maintain and enforce all applicable requirements to ensure a safe jobsite for employees and the public. END OF SECTION 01268710 JOBSITE SAFETY 02110 - 2 06/11 SECTION 02200 EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 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. It is anticipated that no borrow material will be required for the construction of this project. However, if the volume of excavation removed from the construction site is not sufficient for constructing the project fill to the grades indicated, the deficiency shall be supplied from borrow sites approved by the Owner's Representative at the Contractor's expense. Ifthe 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 be stockpiled or evenly distributed on site at the Contractor's expense. 1.3 CLASSIFICATION A. All material excavated shall be defined as unclassified excavation and shall include all excavation performed under this item regardless ofthe material encountered. Existing asphaltic concrete pavement and base material, concrete slabs and curb and gutter shall be salvaged or removed in accordance with Section 02050, DEMOLITION, REMOVAL AND SALVAGING OF EXISTING MATERIALS, of these specifications. PART2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 GENERAL A. The rough excavation shall be carried to the necessary depth to obtain the specified depth of subgrade densification shown on the plans. Likewise, on embankments, the depth of subgrade 01268710 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02200 - 1 06/11 EMBANKMENT AND TOPSOILING densification shall be as shown on the plans. Should the Contractor, through negligence or other fault, excavate below the designated lines, he shall replace the excavation with approved materials, in an approved manner and condition, at his own expense. The Owner's Representative shall have complete control over the excavation, moving, placing, and disposition of all material and shall determine the suitability of material to be placed in embankments. All material determined unsuitable shall be disposed of in waste areas or as directed. Topsoil shall not be used in fills or in subgrades but shall be handled and placed as directed. B. The Contractor shall inform and satisfy himself as to the character, quantity, and distribution of all material to be excavated. No payment will be made for any excavated material which is used for purposes other than those designated. All spoil areas shall be leveled to a uniform line and section and shall present a neat appearance before project acceptance. C. Those areas outside of the pavement areas in which the top layer of soil material becomes compacted, due to hauling or to any other activity of the Contractor, shall be scarified and disced to a depth of 4 inches, as directed, to loosen and pulverize the soil. D. If it is necessary to interrupt existing surface drainage, sewers. or underdrainage, conduits, utilities, or similar underground structures, or parts thereof, the Contractor shall be responsible for and shall take all necessary precautions to protect and preserve or provide temporary services. The Contractor shall, at his own expense, satisfactorily repair all damage to such facilities or structures which may result from any of his operations during the period of the contract. 3.2 EXCAVATION A. Excavation shall be performed as indicated on the contract plans to the lines, grades, and elevation shown or as directed by the Owner's Representative, and shall be made so that the requirements for formation of embankments can be followed. No excavation or stripping shall be started until the Owner's Representative has taken cross -sectional elevations and measurements of the existing ground surface, and has set control base lines for the proposed work. All material encountered within the limits indicated shall be removed and disposed of as directed. During the process of excavation, the grade shall be maintained so that it will be well drained at all times. When directed, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. B. When selective grading is specified or required as indicated on the plans, the excavated material shall be handled to allow the selected material to be properly placed in the embankment and in the capping of pavement subgrades as determined from the soil profile and soil characteristics. C. The Contractor shall so schedule the work that excavated material can be placed in its proper section of the pavement construction. If the Contractor for his convenience desires to stockpile material, it shall be stockpiled in approved areas for later use. D. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for subgrades, roads, shoulders, intermediate areas, or any areas intended for turfing shall be excavated to a minimum depth of 12 inches below the contemplated surface of the subgrade or the designated grades. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to a depth specified, to provide a satisfactory foundation. Unsatisfactory materials shall become the property of the Contractor and shall be disposed of at locations approved by the Owner's Representative at the Contractor's expense. The portion so excavated shall be refilled with suitable selected material as specified, obtained from the grading operations or borrow area and thoroughly compacted by rolling. The necessary refilling will constitute a part of the embankment. Where rock cuts are made and refilled with selected 01268710 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02200 - 2 06/11 EMBANKMENT AND TOPSOILING material, or where trenching out is done to provide for a course of pavement, the depths thus created shall be ditched at frequent intervals to provide adequate drainage. E. The Owner reserves the right to make minor adjustments or revisions in lines or grades, if found necessary, as the work progresses due to discrepancies in the plans or to obtain satisfactory construction. F. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by the Contractor as an incidental part of the work, unless otherwise shown on the plans. 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-1557. 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 ofsuitable materials necessary to obtain the required density, except as specified above, shall be considered as incidental to the excavation and embankment operations, and shall be performed by the Contractor at no additional cost to the project. J. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 12 inches of the subgrade. The finished grading operations conforming to the typical cross section shall be completed and maintained ahead of the paving operations. K. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line or finished grade of slope. All cut -and -fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Owner's Representative. L. Blasting will not be permitted. 3.3 PREPARATION OF EMBANKMENT AREA A. Embankment areas shall be cleared and grubbed. All depressions or holes below the ground surface, whether caused by grubbing or otherwise, shall be backfilled with suitable material and 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-I, horizontal benches shall be constructed as directed by the Owner's Representative. Suitable excavated material shall be incorporated in embankments: D. No direct payment shall be made for the preparation of the embankment area. 01268710 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02200 - 3 _ 06/11 EMBANKMENT AND TOPSOILING _ i 3.4 STRIPPING A. All vegetation such as trees, brush, heavy sods, heavy growth of grass, decayed vegetable matter, rubbish, and any other unsuitable material within the area upon which embankment is to be placed shall be stripped or otherwise removed before the embankment is started, and in no case shall such objectionable material be allowed in or under the embankment. No direct payment will be made for stripping. 3.5 FORMATION OF EMBANKMENTS A. Embankments shall be formed ofsatisfactory 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 ofthe 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 ofthe 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%, for noncohesive soils; and 90% for cohesive soils of the maximum density, at optimum moisture, as determined by the compaction control tests in ASTM D-1557. 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-1557. 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 ofthe 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 ofthe fill; as placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. 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. 01268710 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02200 - 4 06/11 EMBANKMENT AND TOPSOILING 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. There will be no separate measurement or payment for compacted embankment, and all costs incidental to placing in layers, compacting, discing, watering, mixing, sloping, and other necessary operations ofthe embankments will be included in the contract price for excavation. L. When stockpiling of excavated material and later rehandling of such material is done for the convenience ofthe Contractor, no extra payment will be made for the rehandling of stockpiled materials. 3.6 EQUIPMENT A. The Contractor may use any type ofearth-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 ofgrade. 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 the depth and density specified as determined by the compaction control tests specified in ASTM D-1557. 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 ruts are formed, the subgrade shall be reshaped and rolled. Storage 'or stockpiling of materials on the top of the subgrade will not be permitted. Until the subgrade has been checked and approved, no stabilized subgrade, subbase, base, surface course, or pavement shall be laid thereon. 01268710 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02200 - 5 06/11 EMBANKMENT AND TOPSOILING 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 oftopsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Owner's Representative before the various operations are started. D. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Owner's Representative, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. E. Grades on the area 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 01268710 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02200 - 6 06/11 EMBANKMENT AND TOPSOILING smooth -graded, or stockpiled in areas approved by the Owner's Representative. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. H. In unpaved excavation areas, at least the upper 4 inches of material shall be topsoil, unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. I. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Owner's Representative. The compacted topsoil surface shall conform to the required lines, grades, and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. J. No direct payment will be made for topsoil as such. END OF SECTION 01268710 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02200 - 7 06/11 EMBANKMENT AND TOPSOILING t� SECTION 02300 EARTHWORK PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Preparing subgrades for slabs -on -grade. B. Excavating and backfilling for buildings and structures. C. Subbase course for concrete walks. D. Subsurface drainage backfill for walls and trenches. E. Excavating and backfilling for utility trenches. F. Excavating and backfilling trenches for buried mechanical and electrical utilities and pits for buried utility structures. 1.3 RELATED SECTIONS A. Division 1 Section "Temporary Facilities and Controls" for temporary controls, utilities, and support facilities. B. Division 3 Section "Cast -in -Place Concrete" for granular course if placed over vapor retarder and beneath the slab -on -grade. C. Divisions 2, 15, and 16 Sections for installing underground mechanical and electrical utilities and buried mechanical and electrical structures. 1.4 DEFINITIONS A. Backfill: Soil material or controlled low -strength material used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. B. Base Course: Course placed between the subbase course and hot -mix asphalt paving. C. Bedding Course: Course placed over the excavated subgrade in a trench before laying pipe. D. Borrow Soil: Satisfactory soil imported from off -site for use as fill or backfill. E. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. 1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Architect. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Bulk Excavation: Excavation more than 10 feet in width and more than 30 feet in length. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Architect. Unauthorized excavation, as well as remedial work directed by Architect, shall be without additional compensation. 01268710 EARTHWORK 02300 -1 06/11 F. Fill: Soil materials used to raise existing grades. G. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material 3/4 cu. yd. or more in volume that exceed a standard penetration resistance of 100 blows/2 inches when tested by an independent geotechnical testing agency, according to ASTM D 1586. H. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. I. Subbase Course: Course placed between the subgrade and base course for hot -mix asphalt pavement, or course placed between the subgrade and a cement concrete pavement or a cement concrete or hot -mix asphalt walk. J. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. K. Utilities: On -site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. 1.5 SUBMITTALS A. Product Data: For the following: 1. Controlled low -strength material, including design mixture. B. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated: I . Classification according to ASTM D 2487 of each on -site and borrow soil material proposed for fill and backfill. 2. Laboratory compaction curve according to ASTM D 698 for each on -site and borrow soil material proposed for fill and backfill. 1.6 QUALITY ASSURANCE A. Geotechnical Testing Agency Qualifications: An independent testing agency qualified according to ASTM E 329 to conduct soil materials and rock -definition testing, as documented according to ASTM D 3740 and ASTM E 548. 1.7 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Architect and then only after arranging to provide temporary utility services according to requirements indicated. 1. Notify Architect not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Architect's written permission. 3. Contact utility-Iocator service for area where Project is located before excavating. 4. Notify Architect when existing utilities and pipes have been located. S. Excavate by hand in areas of existing pipelines as necessary to avoid damaging pipes. 01268710 06/ 11 EARTHWORK 02300 - 2 } PART 2-PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: ASTM D 2487 Soil Classification Groups GW, GP, GM, SW, SP, SM, GC, SC, and CL or a combination of these groups; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. C. Unsatisfactory Soils: Soil Classification Groups ML, OL, CH, MH, OH, and PT according to ASTM D 2487 or a combination of these groups. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Subbase Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch sieve and not more than 12 percent passing a No. 200 sieve. E. Base Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 95 percent passing a 1-1/2-inch sieve and not more than 8 percent passing a No. 200 sieve. F. Engineered Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch sieve and not more than 12 percent passing a No. 200 sieve. G. Bedding Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; except with 100 percent passing a 1-inch sieve and not more than 8 percent passing a No. 200sieve. H. Drainage Course: Narrowly graded mixture of washed crushed stone, or crushed or uncrushed gravel; ASTM D 448; coarse -aggregate grading Size 57; with 100 percent passing a 1-1/2-inch sieve and 0 to 5 percent passing a No. 8sieve. I. Filter Material: Narrowly graded mixture of natural or crushed gravel, or crushed stone and natural sand; ASTM D 448; coarse -aggregate grading Size 67; with 100 percent passing a 1-inch sieve and 0 to 5 percent passing a No. 4sieve. J. Sand: ASTM C 33; fine aggregate, natural, or manufactured sand. 2.2 CONTROLLED LOW -STRENGTH MATERIAL A. Controlled Low -Strength Material: Low -density, self -compacting, flowable concrete material as follows: 1. Portland Cement: ASTM C 150, Type I. 2. Fly Ash: ASTM C 618, Class C or F. 3. Normal -Weight Aggregate: ASTM C 33, 3/4-inchnominal maximum aggregate size. 4. Water: ASTM C 94/C 94M. 5. Air -Entraining Admixture: ASTM C 260. B. Produce conventional -weight, controlled low -strength material with 140-psi compressive strength when tested according to ASTM C 495. 01268710 EARTHWORK 02300 - 3 ;' 06/11 2.3 ACCESSORIES A. Detectable Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, a minimum of 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches deep; colored as follows: 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 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Preparation of subgrade for earthwork operations including removal of vegetation, topsoil, debris, obstructions, and deleterious materials from ground surface is specified in Division 2 Section "Site Clearing." C. Protect and maintain erosion and sedimentation controls, which are specified in Division 2 Section "Site Clearing," during earthwork operations. D. Provide protective insulating materials to protect subgrades and foundation soils against freezing temperatures or frost. 3.2 DEWATERING A. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. 3.3 EXPLOSIVES A. Explosives: Do not use explosives. 3.4 EXCAVATION, GENERAL A. Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials, and obstructions. No changes in the Contract Sum or the Contract Time will be authorized for rock excavation or removal of obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. 01268710 EARTHWORK 02300 - 4 i 06/11 rI �t 2. Remove rock to lines and grades indicated to permit installation of permanent construction without exceeding the following dimensions: a. 12 inches outside of concrete forms at footings. b. 6 inches outside of minimum required dimensions of concrete cast against grade. C. 6 inches beneath bottom of concrete slabs on grade. d. 6 inches beneath pipe in trenches, and the greater of 24 inches wider than pipe or 42 inches wide. 3.5 EXCAVATION FOR STRUCTURES A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch. If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. 3.6 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations, and subgrades. 3.7 EXCAVATION FOR UTILITY TRENCHES A. Excavate trenches to indicated gradients, lines, depths, and elevations. 1. Beyond building perimeter, excavate trenches to allow installation of top of pipe below frost line. B. Excavate trenches to uniform widths to provide the following clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches higher than top of pipe or conduit, unless otherwise indicated. 1. Clearance: 12 inches each side of pipe or conduit. C. 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. 1. For pipes and conduit less than 6 inches in nominal diameter and flat-bottomed, multiple -duct conduit units, hand -excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. 2. For pipes and conduit 6 inches or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. 3. Excavate trenches 6 inches deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 3.8 SUBGRADE INSPECTION A. Notify Architect when excavations have reached required subgrade. B. If Architect determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. 01268710 EARTHWORK 02300 - 5 06/ 11 C. Proof -roll subgrade below the building slabs with heavy pneumatic -tired equipment to identify soft pockets and areas of excess yielding. Do not proof -roll wet or saturated subgrades. 1. Completely proof -roll subgrade in one direction, repeating proof -rolling in direction perpendicular to first direction. Limit vehicle speed to 3 mph. D. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. E. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Architect, without additional compensation. 3.9 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill, with 28-day compressive strength of 2500 psi, may be used when approved by Architect. 1. Fill unauthorized excavations under other construction or utility pipe as directed by Architect. 3.10 STORAGE OF SOIL MATERIALS A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 3.11 BACKFILL A. Place and compact backfill in excavations promptly, but not before completing the following: 1. Construction below finish grade including, where applicable, subdrainage, dampproofing, waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for Record Documents. 3. Testing and inspecting underground utilities. 4. Removing concrete formwork. 5. Removing trash and debris. 6. Removing temporary shoring and bracing, and sheeting. B. Place backfill on subgrades free of mud, frost, snow, or ice. 3.12 UTILITY TRENCH BACKFILL A. Place backfill on subgrades free of mud, frost, snow, or ice. B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. C. Backfill trenches excavated under footings and within 18 inches of bottom of footings with satisfactory soil; fill with concrete to elevation of bottom of footings. Concrete is specified in Division 3 Section "Cast -in -Place Concrete." 01268710 EARTHWORK 02300 - 6 06/11 as D. Backfill voids with satisfactory soil while installing and removing shoring and bracing. E. Place and compact final backfill of satisfactory, soil to final subgrade elevation. F. Install warning tape directly above utilities, 12 inches below finished grade, except 6 inches below subgrade under pavements and slabs. 3.13 SOIL FILL A. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. B. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3. Under steps and ramps, use engineered fill. 4. Under building slabs, use engineered fill. 5. Under footings and foundations, use engineered fill. C. Place soil fill on subgrades free of mud, frost, snow, or ice. 3.14 SOIL MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air dry otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.15 COMPACTION OF SOIL BACKFILLS AND FILLS A. Place backfill and fill soil materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inches of existing subgrade and each layer of backfill or fill soil material at 95 percent. 2. Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 95 percent. 3. Under lawn or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 85 percent. 4. For utility trenches, compact each layer of initial and final backfill soil material at 90 percent. 01268710 06/11 EARTHWORK 02300 - 7 �i 3.16 GRADING A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface .tolerances. B. Site Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1 inch. 2. Walks: Plus or minus 1/2 inch. C. Grading inside Building Lines: Finish subgrade to a tolerance of 1/2 inch when tested with a 10-foot straightedge. 3.17 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified independent geotechnical engineering testing agency to perform field quality -control testing. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply 9 with requirements. C. Footing Subgrade: At footing subgrades, at least one test of each soil stratum will be performed to verify design bearing capacities. Subsequent verification and approval of other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by Architect. D. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the following locations and frequencies: 1. Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least 1 test for every 2000 sq. ft. or less of paved area or building slab, but in no case fewer than 3 tests. 2. Foundation Wall Backfill: At each compacted backfill layer, at least 1 test for each 100 feet or less of wall length, but no fewer than 2 tests. 3. Trench Backfill: At each compacted initial and final backfill layer, at least I test for each 150 feet or less of trench length, but no fewer than 2 tests. E. When testing agency reports that subgrades, fills, or backfills have not achieved degree of r j compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. 3.18 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. 01268710 EARTHWORK 02300 - 8 06/11 H 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 greatest extent possible. 3.19 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. 01268710 06/ 11 END OF SECTION EARTHWORK 02300 - 9 SECTION 02317 EXCAVATION AND BACKFILL FOR UTILITIES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of inlet and pipeline structures. 1.3 RELATED SECTIONS A. Section 01500 — Temporary Erosion, Sedimentation and Water Pollution Prevention and Control. B. Section 02110 — Jobsite Safety. C. Section 02300 — Earthwork. D. Section 02320 — Utility Backfill Materials. 1.4 DEFINITIONS A. Pipe Foundation: Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Pipe Bedding: The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under 1/3 of the pipe O.D. C. Haunching: The material placed on either side of pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. 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. 01268710 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 1 06111 ^ H. Seepage: Water intrusion from groundwater into an excavation or trench via the sidewalls and floor of the excavation or trench such that sidewall material and excavated floor material are not displaced by hydraulic pressure or flow, and the flow rate of groundwater intrusion is such that the excavation or trench will accumulate more than a 3-inch depth it! the floor of the excavation or trench in a 24-hour period if not removed by pumping, bailing or other methods, or not intercepted by an external groundwater dewatering system. 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 water in trench by sump pumping or other approved means. r 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. { I 2. Stable Trench with Seepage: Stable trench in which ground water seepage is controlled by excavation drainage. �.., a. Stable Trench with Seepage in Clayey Soils: Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. b. Stable Wet Trench in Sandy Soils: Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. 3. Unstable Trench: Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving or loss of density. 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 i ___' foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. M. Trench Dam: A placement of low permeability material in pipe embedment zone or foundation to prohibit ground water flow along the trench. N. 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. -- O. 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. P. Trench Safety Systems include both protective systems and shoring systems as defined in Section 02110 — Jobsite Safety. Q. 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. 01268710 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 2 06/11 R. 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. 1.5 REFERENCES A. ASTM D 558 - Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-lb (2.49-kg) Rammer and 12-in. (304.8-mm) Drop. C. ASTM D 1556 - Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 - Classification of Soils for Engineering Purposes. E. ASTM D 2922 - Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 - Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex- 101-E - Preparation of Soil and Flexible Base Materials for Testing. 1. TxDOT Tex- 110-E - Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.6 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation. 1.7 SUBMITTALS A. Conform to Section 01300 - Submittals. B. Submit a written description for information only of the planned typical method of excavation, backfill placement and compaction, including: 1. Sequence of work and coordination of activities. 2. Selected trench widths. 3. Procedures for foundation and embedment placement, and compaction. 4. Procedure for use of trench boxes and other premanufactured systems while assuring specified compaction against undisturbed soil. C. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 - Utility Backfill Materials. LA D. Submit field density tests of trench backfill. , E. Submit laboratory density compaction curves for each material. 1.8 TESTS A. Perform backfill material source qualification testing in accordance with requirements of Section 02320- Utility Backfill Materials. B. Perform field density tests of trench backfill representative of each 500 linear feet of trench I and each one -foot of lift thickness. C. Once within pavement subgrade depth under paved areas, perform field density tests of subgrade at the frequency specified in Section 02300 — Earthwork. D. The Owner will perform his own check of field densities at random intervals at Owner's expense for passing tests. Failing tests will be charged to the Contractor._ 01268710 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 3 06/11 PART2-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. PART 3 - EXECUTION 3.1 PREPARATION A. Perform work to conform with applicable safety standards and regulations. B. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. Obtain approval from the Owner and agency for any repairs or relocations, either temporary or permanent. C. Maintain permanent benchmarks, monumentation, and other reference points. Unless otherwise directed in writing, replace those which are damaged or destroyed. 3.2 PROTECTION A. Protect and support above -grade and below -grade utilities which are to remain. B. Restore damaged permanent facilities to pre -construction conditions unless replacement or abandonment of facilities are indicated on the Drawings. C. 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. 3.3 EXCAVATION A. Perform excavation work so that pipe, conduit, and ducts can be installed to depths and alignments shown on the Drawings. Avoid disturbing surrounding ground and existing facilities and improvements. B. Salvage topsoil in unpaved areas for later re -introduction into surface of trench. In roadside ditch, topsoil will be considered to be the soil above the uppermost calcium carbonate caliche layer. In rangeland and cultivated farm land, topsoil shall be considered to be the uppermost five feet of soil, or less if a calcium carbonate caliche layer is encountered at less than five-foot depth. Depth of topsoil may vary. Excavate topsoil and keep separate ( 01268710 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 4 06/ 11 from other excavated soil. Excavate with smooth -lip excavator bucket if necessary to avoid intermixing with caliche and undesirable soils. Stockpile topsoil separately from other excavated materials. 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. 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. 01268710 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 5 06/11 f I 3.4 HANDLING EXCAVATED MATERIALS A. Use only excavated materials which are suitable as defined in this- Section and conforming with Section 02320 - Utility Backfill Materials. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. B. Do not place stockpiles of excess excavated materials on streets and adjacent properties. Protect excess stockpiles for use on site. C. Protect topsoil from. intermixing with undesirable materials. 3.5 TRENCH FOUNDATION A. Excavate bottom of trench to uniform grade to achieve stable trench conditions and satisfactory compaction of foundation or bedding materials. 3.6 PIPE EMBEDMENT, PLACEMENT, AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place 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 sharp, angular aggregates. 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. Remove sandbags and other suitable means prior to backfilling where these items are located. G. Shovel in -place and compact embedment material using pneumatic tampers in restricted areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas. Compact each lift before proceeding with placement of next lift. Water tamping and water jetting are allowed. 3.7 TRENCH ZONE BACKFILL PLACEMENT AND COMPACTION A. Place backfill for pipe or conduits and restore surface as soon as practicable. Leave only the minimum length of trench open as necessary for construction. B. Where damage to completed pipe installation work is likely to result from withdrawal of sheeting, leave the sheeting in place. Cut off sheeting 1.5 feet or more above the crown of the pipe. Remove trench supports within 5 feet from the ground surface. 01268710 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 6 I 06/11 C. 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. Cement Stabilized Backfill/Lean Concrete Backfill a. Place in depths as shown on plans. b. Use vibratory equipment to ensure placement under the haunches of the pipe. 2. Pea Gravel a. Place in depths as shown on plans. b. Use vibratory equipment or shovel -slicing to ensure placement under the haunches of the pipe. 3. Native Material/Borrow Material a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by trench sheep's foot or by vibratory equipment to a minimum of 95 percent of the maximum dry density determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.1.B. C. Moisture content within 2% of optimum determined according to ASTM D 698. 4. Topsoil a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by sheep's foot, by steel wheel roller or by 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.I.B. C. Moisture content within 2% of optimum determined according to ASTM D 698. 5. Bedding Material a. Sand bedding shall be loosely placed in trench as shown on drawings. 3.8 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 - Utility Backfill Materials. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to Owner. C. Tests will be performed by Contractor on a minimum of three different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex-101-E and Tex-110-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. In -place density tests of compacted pipe foundation, embedment and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. 1. Density tests will be distributed among the placement areas. Placement areas are: foundation, bedding, haunching, initial backfill and trench zone. 01268710 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 7 f -_ 06/11 f_ f 2. 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. 3. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. 4. 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. 5. 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. G. Acceptability of crushed rock compaction will be determined by inspection. END OF SECTION 01268710 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 8 06/11 t_ SECTION 02320 UTILITY BACMLL MATERIALS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division l - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section of the specifications covers materials related to the backfill of utilities. Included are the following: 1. "Concrete" sand. 2. Native soil materials. 3. Topsoil. 4. Borrow material. 5. Pea Gravel. 1.3 RELATED SECTIONS A. Section 02300 — Earthwork. B. Section 02317 — Excavation and Backfill for Utilities. 1.4 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Utilities. 1.5 REFERENCES A. ASTM C 33 - Specification for Concrete Aggregate. B. ASTM C 40 - Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 - Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 - Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 - Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 - Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft). H. ASTM D 1140 - Test Method for Amount of Materials in Soils Finer Than No. 200 Sieve. I. ASTM D 2487 - Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 - Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). K. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. L. ASTM D 4643 - Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. M. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing. 01268710 UTILITY BACKFILL MATERIALS 02320 - 1 06/11 E� N. TxDOT Tex- 104-E - Test Method for Determination of Liquid Limit of Soils (Part 1) O. TxDOT Tex- 106-E - Test Method - Methods of Calculating Plasticity Index of Soils. P. TxDOT Tex-110-E - Determination of Particle Size Analysis of Soils. 1.6 SUBMITTALS A. Conform to requirements of Section 01300 - Submittals. B. Submit a description of source, material classification and product description, production t method, and application of backfill materials. C. Before stockpiling materials, submit a copy of temporary easement or approval from landowner for stockpiling backfill material on private property. 1.7 TESTS A. Verification tests of backfill materials may be performed by the Owner, at Owner's expense; however, failing tests will be charged to the Contractor and deducted from Contractor's progress payments. PART 2 - PRODUCTS 2.1 MATERIAL DESCRIPTIONS A. "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 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 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 1-inch, free of roots, waste, trash, debris, organic material, unstable material, non -soil matter, 01268710 UTILITY BACKFILL MATERIALS 02320 - 2 06/ 11 In 2.2 hydrocarbon or other contamination. Cultivated farm land topsoil shall be free of rocks. 2. Surface should be made clear of rock and other debris before planting. 3. Use topsoil material salvaged under Section 02317 — Excavation and Baclfill for Utilities 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. Pea Gravel 1. Pea gravel shall be free of waste, trash, debris, organic material, unstable material, or other non -gravel matter. 2. Pea gravel shall be graded within the following limits: -]SIEVE PERCENT PASSING 'Wz' l00 3/8" 85 to 100 No. 4 10 to 30 No. 8 0 to 10 No. 16 0 to 5 E. It is the intent that materials excavated from trench or cut and cover operations be used as backfill in the same general open cut location. There is not a specification limit on liquid limit, plastic limit or plasticity index for native materials removed from a trench and then used as backfill in that same trench. Native backfill materials shall meet the requirements of paragraph 2.1.D. 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 01268710 UTILITY BACKFILL MATERIALS 02320 - 3 06/ 11 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. 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations for practical material handling and control, and verification testing by the Engineer in advance of final placement. Obtain approval from landowner for storage of backfill material on adjacent private property. B. When stockpiling backfill material near the project site, use appropriate covers to eliminate blowing of materials into adjacent areas and prevent runoff containing sediments from enteringthe'drainage system. 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. 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. 01268710 UTILITY BACKFILL MATERIALS 02320 - 4 06/11 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 01268710 UTILITY BACKFILL MATERIALS 02320 - 5 06/11 1 SECTION 02511 ASPHALTIC CONCRETE SURFACING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SCOPE A. This section covers the requirements for constructing an asphaltic concrete surface on a prepared base course in the locations and in conformity with the sections shown on the plans, as specified herein, or as directed by the Engineer. The Contractor shall furnish all materials, labor, superintendence and incidentals necessary to complete the work in accordance with the drawings and as specified herein. PART 2 - PRODUCTS 2.1 MATERIALS A. Asphaltic Concrete 1. Asphaltic concrete surfacing shall consist of a mixture composed of mineral aggregate and asphaltic material, mixed and applied while hot, placed on a previously completed base course. All methods employed in performing the work and all equipment, plant and machinery used for handling materials and executing an 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. 2. 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 in the Texas Highway Department Bulletin C-14, shall have the following laboratory density as a percentage of the maximum theoretical density and stability: Density % Stability % Min.- 96 Max. - 98 Optimum — 97 Not less than 35 3. The surface on which the asphaltic concrete pavement is placed must be 50°F. or higher. The asphaltic mixture shall not be placed when the air temperature is below 45°F. and falling, but it may be placed when the air temperature is above 40°F. and rising, with the further provision that the materials shall be placed only when weather conditions, in the opinion of the Engineer, are suitable. 4. The paving mixture shall be composed of a uniform mixture of coarse aggregate, fine aggregate, mineral filler, and asphaltic cement. The material forming the 01268710 ASPHALTIC CONCRETE SURFACING 02511-1 _.. 06/ 11 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 Type C or B for the base course and Type D surface or wearing course meeting 1993 Texas Highway Department Specifications. The asphalt material shall form approximately 6 percent of the mixture by weight. The thickness and type of the asphaltic concrete shall be as shown on the drawings and as stated in the Proposal. B. Coarse Aggregate 1. Coarse aggregate shall be that part of the aggregate retained on a No. 10 mesh sieve and shall consist of clean, tough, durable fragments of stone or gravel (Class A) of uniform quality throughout. It shall be free from dirt, organic or other injurious matter occurring either free or as a coating on the aggregate. The rock from which the aggregate is produced shall have a percentage wear of not more than forty (40) when subjected to the Los Angeles Abrasion Test AASHTO Designation: T-96. 2. Crushed aggregate shall contain at least 75% by weight of crushed pieces having two or more fractured faces and at least 95% by weight of particles with one or more fractured faces. The area of each face shall be equal to at least 75% of the smallest midsectional area of the piece. When two fractures are contiguous, the angle between planes of fractures shall be at least 30 degrees to count as two fractured faces. C. Fine Aggregate 1. The fine aggregate shall be that part of the aggregate passing the No. 10 mesh sieve and shall consist of sand or stone screenings or a combination thereof. Sand shall be composed of sound, durable particles free from loam, coating or other deleterious substances. Screenings shall be of the same or similar materials as specified for coarse aggregate. 2. That portion of the fine aggregate including any blended filler, passing a No. 40 mesh sieve shall have a plasticity index of not more than 6, as determined by AASHTO Designation: T-91, and a liquid limit of not more than 25 as determined by AASHTO Designation: T-89. D. Mineral Filler 1. The mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or other mineral dust approved by the Engineer. It shall be free from injurious materials and shall meet the following grading requirements: Passing a 30 mesh sieve .............. 100% Passing a 200 mesh sieve, not less than .... 60% E. Asphaltic Cement 1. Asphaltic cement for the hot mix asphaltic concrete shall be homogenous, free of water and shall not foam when heated to 347°F. In addition, it shall meet the specifications of Viscosity Grade AC-10 Asphaltic Cement as specified in 1993 Texas Highway Department Specifications. The deviation from the final approved mix design for bitumen content will be limited to plus or minus 0.3 percent. 01268710 ASPHALTIC CONCRETE SURFACING 02511-2 06/11 1 F. Additive 1. An approved liquid antistripping agent shall be added to asphalt used in the hot mix asphaltic concrete. The additive shall be applied in accordance with the manufacturer's recommendations with minimum of 1/2% required. 2. The additive used shall have a proven record with the type of aggregate used for this project. The percentage of additive to be used shall be included in the job mix submitted to the Engineer for approval. G. Prime Coat and Tack Coat 1. The asphalts for the prime coat and tack coat shall be cutback asphalts of the rapid curing type or the medium curing type, as directed by the Engineer. The asphalts used shall meet 1982 State Department of Highways and Public Transportation Standard Specifications Item 300. The prime coat shall be MC-30 and the tack coat shall be RC-250. 2. Neither the prime coat nor the tack coat shall be applied when the air temperature is below 50°F. and falling, but may be applied when the air temperature is 40°F. and is rising. No prime coat or tack coat shall be applied when the general weather conditions, in the opinion of the Engineer, are not suitable. H. Tests 1. The Contractor shall furnish test certificates made by a competent commercial laboratory on each material source, as specified in this section, which he proposes to use before any such material is ordered or shipped. No material may be used until such test result certificates have been examined by the Engineer and the source and quality of the material approved. The asphaltic concrete mix design proposed for the project shall be approved by the Engineer before laying. The cost of all preconstruction tests shall be borne by the Contractor. Additional test certificates shall be furnished on the aggregate if the material source is changed. 2.2 EQUIPMENT A. All equipment used in the construction of the asphaltic concrete surfacing shall meet the approval of the Engineer and be maintained in first class condition throughout the period of construction. B. The asphalt distributor for prime and tack coat shall be an approved type, self-propelled pressure distributor, so constructed and operated as to distribute the material evenly and smoothly in the quantity specified or directed. Suitable means for heating, controlling the heat, determining the temperature of the contents of the tank, adjusting and controlling the rate of application and for measuring the volume of asphalt shall be provided. The distributor shall be calibrated prior to application of any material under these specifications or a certificate of calibration, satisfactory to the Engineer, shall be supplied by the Contractor. C. Trucks in which the material is hauled from the plant to the point of deposition, shall be tight to the material transported and so constructed that the entire load may be quickly dumped at the point of deposition. Trucks shall be clean of all foreign materials and maintained in a satisfactory condition. D. Equipment for rolling the surface shall minimally consist of a three -wheel roller weighing not less than ten (10) tons, a two axle tandem roller weighing not less than eight (8) tons and a self-propelled pneumatic roller equipped with tires that will afford ground contact pressures of 90 pounds per square inch or more. Other small equipment such as shovels, hand tamps and smoothing irons shall be furnished and maintained in good condition. 01268710 ASPHALTIC CONCRETE SURFACING 02511-3 06/ 11 E. The spreading and finishing machine shall be of a type approved by the Engineer, shall be capable of producing a surface that will meet the requirements of the typical cross section and the surface test, when required, and when the mixture is dumped directly into the finishing machine shall have adequate power to propel the delivery vehicles in a satisfactory manner. The finishing machine shall be equipped with a flexible spring and/or hydraulic type hitch sufficient in design and capacity to maintain contact between the rear wheels of the hauling equipment and the pusher rollers of the finishing machine while the mixture is being unloaded. Automatic screed controls shall meet the requirements of the 1982 State Department of Highways and Public Transportation Standard Specifications Item 528. The screed shall be ski controlled using a ski of not less than 18 feet in length. PART 3 - EXECUTION 3.1 APPLICATION OF PRIME AND TACK COATS A. A prime coat of asphalt shall be applied to the entire Flexible Base surface prior to placing 1. J the surface course. B. A tack coat of asphalt shall be applied to all surfaces which are to receive an asphaltic concrete surface course. The tack coat shall be applied immediately prior to placing the surface course. When the mixture will adhere to the surface on which it is to be placed without the use of a tack coat, the tack coat may be eliminated by the Engineer. C. The prime coat shall be applied at least 24 hours in advance of placing the surface course. If required, the base course shall first be brought truly to the section and grade as established and shall be tested with a satisfactory 10-foot straightedge. Any deviation in excess of 1/4-inch from the straightedge or from true cross section shall be corrected by scarifying then adding or removing material, reshaping and compacting by sprinkling and rolling. No "scab" nor "featheredge" patches will be permitted. After correction of any defects in the base, it shall be cleaned of all foreign material and all dust and loose particles shall be swept from the surface with a rotary broom, or other approved method, until the surface is in a condition to receive the prime coat. D. When the base is in proper condition, the prime coat shall be applied with an approved distributor at a rate of 0.20 - 0.30 gallon per square yard. The tack coat shall be applied at a rate of approximately 0.05 - 0.10 gallon per square yard. The asphalt shall be applied at the temperature recommended by the Asphalt Institute. Application by means of hose and spray attached to the distributor will be permitted upon approval by the Engineer, in areas inaccessible to the distributor. The prime coat shall not be applied during periods of inclement weather nor on a base which contains an excess of water. No traffic shall be permitted over the freshly applied prime coat, but, when it has penetrated and/or cured sufficiently that the wheels of vehicles do not track or pick up oil from the surface, the surface course may be placed thereon. If the prime coat is damaged before placing the surface course, such damage shall be repaired as directed and the surface shall be cleaned of any dirt, dust, or other foreign material which may have accumulated thereon, immediately prior to placement of the surface course. The prime coat shall cure for not less than 24 hours after placing before any surface courses are applied to the base, or a longer period of time if the prime coat, in the opinion of the Engineer, has not properly cured. Prime coats shall not be applied more than 7 days in advance of placing the surface a course. Areas that have been primed longer than the time specified above prior to placing the surface course shall be reprimed at the Contractor's expense. 01268710 ASPHALTIC CONCRETE SURFACING 02511-4 06/11 3.2 ASPHALTIC CONCRETE LAYING A. After the tack coat has been applied and the areas to be paved have been put in proper condition to receive the surfacing, the asphaltic concrete mixture, heated and prepared as specified, shall be hauled to the point of placement and placed on the prepared surface. The mixture shall be so spread by the finishing machine in a uniform layer, that the finished thickness, as specified, is obtained over the entire area to be surfaced, after compaction. Laying shall be by means of the mechanical finishing machine wherever this is possible. Automatic screed control will be required and shall meet the requirements of Item 528, "Automatic Screed Controls for Asphaltic Concrete Spreading and Finishing Machines," as published in the Texas Department of Highways and Public Transportation 1982 Specifications for Construction of Highways, Streets and Bridges. Each layer will be a minimum of 1" depth and a maximum of 2" depth unless shown otherwise on the plans or directed by the Engineer. Hand placing will be permitted where it is impracticable to operate the finishing machine. When hand placing is used, the material shall be dumped outside the area on which it is to be spread, and the entire load shall be spread and shaped so that the specified amount is placed on the base. Compaction shall be by means of lightly oiled, hot hand tamps. All contact surfaces of gutters and structures shall be painted with a thin, uniform coating of cut -back asphalt as required for the tack coat. The mixture when placed, shall be at a temperature of between 275°F. and 350°F. and the dispatch of vehicles and placing of material, shall be done in a manner which will cause as little loss of heat as possible. 3.3 ROLLING A. While still hot and as soon as it will bear the weight of the roller without undue displacement or hair cracking, the surface shall be rolled to the required density by any method, type and size of equipment which will give the required density. Pavement shall be rolled in a longitudinal direction, beginning at the side, and progressing toward the crown of the pavement. Each successive trip of the roller shall overlap the previous one by one-half (1/2) of the width of the roller wheel. Alternate trips shall be of slightly different length. The motion of the roller shall at all times be slow enough to avoid displacement of the hot mixture, and any displacement occurring shall immediately be corrected by the use of rakes and fresh mixture, if required. Rolling shall continue until the surface has been thoroughly compacted, is of a uniform texture, is true to grade and cross section, and all roller marks are eliminated. Adjacent to the gutters the surface shall be finished uniformly high so that when compacted it shall be slightly above the gutter lip. The rollers shall not be allowed to stand on pavement which has not cooled to normal atmospheric temperature. To prevent adhesion of the surfacing to the roller, the wheels shall be kept properly moistened with water but an excess of water will not be permitted. Necessary precautions shall be taken to prevent the dripping of gasoline, oil, grease or other foreign material on the pavement either when the rollers are in operation or when standing. 3.4 JOINTS A. Joints between successive strips and between existing and new paving shall be carefully made in such a manner as to insure a thorough and continuous bond between the old and new surfaces. The roller shall pass over the unprotected end of the freshly laid mixture only -when the laying of the mixture is discontinued for such a length of time as to permit the mixture to become chilled. In all cases, when the work is resumed, the material laid 01268710 ASPHALTIC CONCRETE SURFACING 02511-5 4 ` 06/11 shall be cut back to its full depth so as to expose a fresh vertical surface, true to grade, cross section and properly compacted. All such surfaces, as well as the edge of a strip against which another strip is to be placed, shall be painted with tack coat prior to placement of fresh material against it. Joints with existing surfacing shall be constructed substantially as specified above in a manner which will produce a smooth continuous surface between the old and new sections. 3.5 THICKNESS TEST A. Thickness tests shall be done by lot with a lot being the amount of surface laid in one day. No lot shall exceed 10,000 square yards. If a day's laying exceeds 10,000 square yards, that day's laying shall be divided into two approximately equal lots. B. Thickness tests will be made by the Engineer for total depth of the completed asphaltic concrete pavement. Test specimens shall be 6-inch nominal core with a minimum diameter of 5-5/8" and shall be taken from the asphaltic concrete course at locations designated by the Engineer. C. For testing each lot shall be divided into four sublots of approximately equal size. The Engineer will locate one test location for each 1,000 square yards and/or fraction thereof in each sublot using random numbers in accordance with SDHPT Test Method Tex-225-F. If the test location falls within one foot of a longitudinal joint or lip of a gutter or within two feet of an unsupported edge or within 15 feet of the beginning or ending edge of a pass, the Engineer will relocate the test location using random numbers. Each specimen will be removed from the designated test location, marked and the pavement marked adjacent to the test location for future reference. The specimen will be measured for conformance with the specifications. D. If a lot contains less than 2,000 square yards, the Engineer may, at his option, divide the lot into two (2) equal sublots and proceed as above. The minimum number of tests for any lot shall be two (2). E. The thickness of a specimen shall be determined by averaging four (4) measurements obtained from opposite locations. Acceptability will be based on the mean of the thickness of each core in the lot. For determining the average specimen thickness, those specimens in excess of design thickness shall be considered at design thickness. F. The Contractor shall produce a pavement with the minimum thickness indicated. Should the mean of the core tests for a lot indicate a variance in thickness greater than VV under the plan requirements, the lot shall be removed and replaced, or overlaid as indicated below. G. If the thickness of the asphaltic concrete proves to be less than required, the Contractor may replace or overlay the deficient areas as agreed by the Engineer. Overlays will be a thickness not less than 1 inch. Overlays will require the milling of asphalt adjacent to concrete curb and gutter to maintain the transverse profile. 01268710 ASPHALTIC CONCRETE SURFACING 02511-6 06/11 3.6 COMPACTION TESTS A. . Compaction tests will be made on the asphaltic surfacing on a lot basis using the cores obtained for thickness determination. The percent density for acceptance of a lot will be calculated using maximum theoretical specific gravity of the mixture. Asphaltic surfacing not meeting these specifications shall be removed and replaced. Average Percent Percent of Contract Unit Price Densi y of a Lo to be Paid 97.1 and Greater 0 92.0 - 97.0 100 91.0-91.9 90 90.0 — 90.9 75 Less than 90 Reject 3.7 SURFACE TESTS A. The surface of the pavement after compaction, shall be true to the grades and cross sections as established. The Contractor shall provide a ten (10) foot straightedge. The maximum ordinate measured from the face of the straightedge shall not exceed one -eighth (1/8) inch at any point. Any humps or depressions exceeding the specified tolerance or which retain water on the surface, shall be corrected by removing the defective work, replacing with new material'and recompacting or milling the surface which will not reduce the thickness of the asphaltic concrete surfacing below the minimums indicated, as directed by the Engineer, all at the expense of the Contractor. 3.8 CLEANUP A. After completion of placement of the wearing course, all debris resulting from the construction shall be cleaned up and removed from the site of the work. Areas, which have been disturbed during the construction, shall be raked or graded as required and left in a clean and neat condition. Gutters shall be cleaned of all 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, and all costs of cleanup shall be borne by the Contractor. END OF SECTION 01268710 ASPHALTIC CONCRETE SURFACING 02511-7 06/ 11 SECTION 02513 BITUMINOUS SURFACE COURSE PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 DESCRIPTION A. This item shall consist of a surface course composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses and typical cross sections shown on the plans or as directed by the Owner's Representative. Unless otherwise specified, the material and construction shall conform to TxDOT Item 340, "Dense Graded Hot— Mix Asphalt (Method)". The Contractor shall furnish all materials, labor, superintendence and incidentals necessary to complete the work in accordance with the drawings and as specified herein. PART 2 - PRODUCTS 2.1 BITUMINOUS MATERIAL A. Bituminous material for the bituminous base course and surface course mixtures shall be Viscosity Grade AC-10 Asphalt Cement with Latex (3% by weight of asphalt), or performance grade 64-28 S or L, and shall be homogeneous, free of water and shall not foam when heated to 347°F. 2.2 BITUMINOUS PRIME AND TACK COATS A. The asphalts for the bituminous prime and tack coats shall be cutback asphalts of the rapid curing type or the medium curing type. The asphalts used shall be in accordance with the requirements of Texas Department of Transportation, 2004 Standard Specifications for Construction of Highways, Streets and Bridges, Item 300, "Asphalts, Oils and Emulsions". The prime coat shall be MC-30 and tack coat shall be RC-250. B. Neither the prime coat nor the tack coat shall be applied when the air temperature is below 50°F. and falling, but may be applied when the air temperature is 40°F. and is rising. No prime coat or tack coat shall be applied when the general weather conditions, in the opinion of the Owner's Representative, are not suitable. If a single lift of asphalt is placed and for whatever reason, the second lift is not placed for a period of several days. The contractor will be required to tack the first lift of HMAC prior to placing the final course. 01268710 BITUMINOUS SURFACE COURSE 02513 - 1 C 06/11 E- 2.3 BITUMINOUS SURFACE COURSE A. General - The mineral aggregate shall be composed of coarse aggregate, fine aggregate and, if required, mineral filler. Approval of other material and ofthe source of supply must be obtained from the Owner's representative prior to delivery. B. The combined mineral aggregate, after final processing by the mixing plant, and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with ASTM D-2419. The percent of flat and elongated pieces shall not exceed 25% when tested in accordance with Test Method Tex-224-F. C. If the index of retained strength is less than 70% when tested in accordance with ASTM D-1075, or the tensile strength ratio is less than 70% when tested in accordance with AASHTO T-283, the aggregate shall be rejected or conditioned with an anti -stripping agent as approved by the Owner's representative. D. Prior to stockpiling of aggregates, the area shall be cleared of trash, weeds and grass, and be relatively smooth. Aggregates shall be separated into stockpiles of different gradation such that the grading requirements of the specified type will be met when the materials are combined in the bituminous mixture. No coarse aggregate stockpile shall contain more than 10% by weight of material that will pass a No. 10 sieve. Fine aggregate stockpiles may contain small coarse aggregate in the amount of up to 15% by weight, 100% of which shall pass a 1/4-inch sieve. The coarse aggregate shall meet the material requirements herein specified for coarse aggregates. E. Coarse Aggregate - The coarse aggregate shall be that part of the aggregate retained on the No. 10 sieve; shall consist of clean, tough, durable fragments of crushed stone of uniform quality throughout; mixing or combining crushed gravel and crushed stone will not be permitted. The aggregate shall be crushed to the extent that produces a minimum of 55% crushed faces when tested in accordance with Test Method Tex-460-A. The aggregate shall have a maximum loss of 15% when subjected to 5 cycles of the Magnesium Sulfate Test (ASTM C-88). F. When tested in accordance with Test Method Tex-217-F, the amount of organic matter, clays, loams or particles coated therewith or other undesirable materials, shall not exceed 2%. G. When the coarse aggregate is sampled during delivery to the plant, from the stockpile, or from the cold bin, the material removed, when tested in accordance with Test Method Tex-217-F (Part II, Decantation), shall not exceed 2%. The plasticity index of that part of the fine aggregate contained in the coarse aggregate passing the No. 40 sieve shall not be more than 6 when tested by ASTM D-4318. However, where the coarse aggregate contains less than 5% of the fine aggregate, and the fine aggregate is of the same or similar material as the coarse aggregate, the plasticity index requirements for the material passing the No. 40 sieve may be waived by the Owner's representative in writing. H. When the coarse aggregate is sampled from the hot bins and tested in accordance with Test Method Tex-217-F (Part II, Decantation), the amount of material removed shall not exceed 1 %. 1. Tests performed as specified herein represent material processed or placed until a subsequent test is performed. J. The coarse aggregate shall have an abrasion of not more than 40% loss by weight when subjected to the Los Angeles Abrasion Test, ASTM C-131. Coarse aggregate from each source shall meet the abrasion requirements specified. K. Fine Aggregate - Fine aggregate for the bituminous surface course shall be that part of the aggregate passing the No. 10 mesh sieve and shall consist of sand or stone screenings or a combination thereof. Sand shall be composed of sound, durable particles free from loam, coating or other deleterious substances. Screenings shall be of the same or similar materials as specified for coarse aggregate. That portion of the sand passing the No. 40 sieve shall have a plasticity index of not more than 6, when tested in accordance with ASTM D-4318. The 01268710 BITUMINOUS SURFACE COURSE 02513 - 2 j 06/11 plasticity index ofthe screenings passing the No. 40 sieve shall not be more than 9 when tested in accordance with ASTM D-4318. Fine aggregates from each source shall meet plasticity index requirements. L. Mineral Filler - Mineral filler for the bituminous surface course shall consist of thoroughly dry stone dust, slate dust, Portland cement or other mineral dust approved by the Owner's Representative. It shall be free from injurious materials and shall meet the following grading requirements, when tested in accordance with ASTM D-242: Percent by Weight Retained on No. 30 Sieve 0 Percent by Weight Retained on No. 80 Sieve 10 maximum Percent by Weight Retained on No. 200 Sieve 35 maximum M. Bituminous Surface Course Mixture - The bituminous surface course shall consist ofa uniform mixture of coarse aggregate, fine aggregate, lime and bituminous material with latex additive. The grading of each constituent of the mineral aggregate shall be well graded from coarse to fine, and shall not vary from the low limit on one sieve to the high limit of the adjacent sieve, or vice versa. The final designated gradations shall produce a relatively smooth line when plotted on a 0.45 power semilogarithmic gradation chart when tested in accordance with ASTM C-136. The bituminous surface course mixture shall the following City of Lubbock, Type C, master gradation specification: -type «C" Percent passing 7/8" 100 Percent passing 5/8" 98-100 Percent retained on 3/8" 12-25 Percent retained on No. 4 15-30 Percent retained on No. 10 12-30 Total percent retained on No. 10 53-65 Percent retained on No. 40 10-20 Percent retained on No. 80 5-15 Percent retained on No. 200 5-15 Percent passing No. 200 1-6 2.4 TESTS A. Material Certifications -The Contractor shall furnish test certificates for bituminous materials, latex and lime, made by a competent commercial laboratory, on each material source, as specified in this section, which he proposes to use before any such material is ordered or shipped. No material may be used until such test result certificates have been examined by the Owner's Representative and the source and quality of the material approved. B. Laboratory Control - If the Contractor or supplier wishes to use a material or source that has not previously been approved by the City of Lubbock, he will be required to request approval in writing of the material not less than 60 days prior to anticipated use of the material. C. The Contractor shall utilize his own testing laboratory to monitor the plant mixing for bituminous base and surface course materials. Where irregularities occur and the limits of the specification are exceeded for aggregate, bituminous base, or bituminous surface, appropriate corrections will be required. 01268710 BITUMINOUS SURFACE COURSE 02513 - 3 06/11 �I D. Tolerances - The Owner's representative will designate the exact grading of the aggregate and bituminous material content to be used in the mixture (Job Mix Formula). The paving mixture produced shall not vary from the designated grading and asphalt content by more than the tolerances allowed herein and shall remain within the master grading specified. The respective tolerances, based on the percent by weight of the mixture, are listed as follows: Material Tolerance, plus or minus Aggregate passing No. 4 sieve or larger 4 percent Aggregate passing Nos. 8, 16, 30 or 50 sieves 3 percent Aggregate passing Nos. 100 or 200 sieves 2 percent Bitumen 0.25 percent E. Extraction/Gradation Tests and Design Criteria 1. Samples of the mixture when tested in accordance with ASTM D-2172 shall not vary from the grading proportions of the aggregate and the asphalt content designated by the Owner's representative by more than the respective tolerance specified above. During construction, if grading or asphalt content exceeds the tolerances specified herein, production will be discontinued until such time as the mixture has been corrected and subsequent grading and extraction tests indicate results within the specified tolerance. All material so constructed, which exceeds the tolerances specified, will be removed and replaced at no cost to the Owner. 2. Design Method - The bituminous mixture shall be designed and tested in accordance ! with these specifications and methods outlines in Chapter III, "Marshall Method of Mix Design," Mix Design for Asphaltic Cement, Asphalt Institute Manual MS-2, and shall meet the following requirements when tested in accordance with ASTM D-1559 and ASTM D-3203: Minimum Maximum Marshall Method Number of blows Each end of specimen 75 Stability, lbs. 1,800 Flow, units of 0.01" 8 14 Percent air voids 3 5 Percent voids in mineral aggregate 13 3. Sampling and Testing - It is the intent of this specification that the mixture will be designed to produce a mixture of optimum density and stability, as determined by the Owner's representative, when tested -in accordance with these specifications and applicable ASTM procedures. Samples of the completed pavement shall be removed from locations designated by the Owner's representative to determine the composition, compaction and density of the pavement. Samples for each day or fraction thereof shall be taken. The Contractor shall replace the pavement at no cost to the Owner. If the pavement is found to be deficient in composition, compaction or thickness, satisfactory correction shall be made as directed by the Owner's representative using the following price adjustment method and schedule. 0I268710 BITUMINOUS SURFACE COURSE 02513 - 4 _. 06/11 Basis ofAdjusted Payment. Each lot shall be accepted at the full contract price when the percent within limits (PWL) for mat density and air voids equals or exceeds 90 percent. Each lot not meeting the 90 percent. PWL requirement will be accepted at an adjusted contract unit price in accordance with Table 6. Payment shall be calculated for both mat density and air voids, and Payment shall be based on the lower of the two values. TABLE 6. PRICE ADJUSTMENT SCHEDULE Percentage o.. Material Within the Percent of Contract Unit Price to be Paid 90-and above 100 80-90 0.5 PWL + 55.0 65-80 2.0 PWL — 65.0 Below 65 1 lThe lot shall be removed and replaced. However, the Engineer may decide to accept the deficient lot. In that case, if the Engineer and Contractor agree in writing, that the lot shall not be removed, and it will be paid for at 50 percent of the contract price. Plant -produced material shall be tested for stability, flow, and air voids on a lot basis. Sampling shall be from material deposited into trucks at the plant or from trucks at the job site. A lot will consist of- - one day's production not to exceed 1,000 tons, or - a half day's production where a day's production is expected to consist of between 1,000 and 2,000 tons, or - similar subdivisions for tonnages over 2,000 tons. Where more than one plant is simultaneously producing material for the job, the lot sizes shall apply separately for each plant. a. Sampling. Each lot will consist of four equal sublots. Sufficient material for preparation of test specimens for all testing will be sampled by the Engineer on a random basis, in accordance with the procedures contained in ASTM D 3665. One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D 1559. Tests on Marshall specimens shall be made twice daily or as directed by the Owner's representative to retain job control. The mixture shall comply with the requirements specified herein. If the laboratory stability and/or field tests of the mixture produced has a value lower than that specified, and in the opinion of the Owner's representative is not due to a change in source or quality of materials, production may proceed, and the mix shall be changed until the laboratory/field tests equals or exceeds the specified values. If there is, in the opinion of the Owner's representative, an apparent change in any material from that used in the design mixtures, production will be discontinued until a new design mix is determined by trial mixes. 01268710 BITUMINOUS SURFACE COURSE 02513 - 5 >" s 06/11 ,l Es 2.5 EQUIPMENT A. All equipment used in the construction of the bituminous base and surface courses shall meet the approval of the Owner's Representative and be maintained in first class condition throughout the period of construction. B. The asphalt distributor shall be an approved type, self-propelled pressure distributor, so constructed and operated as to distribute the material evenly and smoothly in the quantity specified or directed. Suitable means for heating, controlling the heat, determining the temperature ofthe contents ofthe tank, adjusting and controlling the rate of application and for measuring volume of asphalt shall be provided. The distributor shall be calibrated prior to application of any material under these specifications or a certificate of calibration, satisfactory to the Owner's Representative, shall be supplied by the Contractor. C. Trucks in which the material is hauled from the plant to the point of deposition shall be tight to the material transported and so constructed that the entire load may be quickly dumped at the point of deposition. Trucks shall be clean of all foreign materials and maintained in a satisfactory condition. D. Equipment for rolling the surface shall consist of three -wheel tandem rollers weighing not less than eight (8) tons and self-propelled pneumatic rollers. Other small equipment such as shovels, hand tamps and smoothing irons shall be furnished and maintained in good condition. PART 3 - EXECUTION 3.1 APPLICATION OF BITUMINOUS PRIME COAT AND BITUMINOUS TACK COAT A. A bituminous prime coat shall be applied to the entire flexible base course surface prior to placing the bituminous surface course. B. When required by the Owner's Representative, a bituminous tack coat shall be applied to all surfaces which are to receive a bituminous surface course. C. The bituminous prime coat shall be applied at least 24-hours in advance of placing the bituminous surface course. The caliche base course shall first be brought truly to the section and grade as established, and shall be tested with a satisfactory 16-foot straightedge. Any deviation in excess of 3/8-inch from the straightedge or from the true cross section shall be corrected by scarifying the base, then adding or removing material, reshaping and compacting by sprinkling and rolling. No "scab" or "featheredge" patches will be permitted. After correcting any defects, the base shall be cleaned of all foreign material, and all dust and loose particles shall be swept from the surface with a rotary broom, and other approved methods, until the surface is in a condition to receive the prime coat. If the surface has become dry, it shall be sprinkled with water immediately in advance of the prime coat application in order to assure uniform spread and penetration of the asphalt. D. At any time, the Owner's Representative may order proof rolling to test the uniformity of compaction of the subgrade or base course. Proof rolling shall be accomplished using a 25-ton pneumatic roller, or other rolling devices as approved by the Owner's Representative. Proof rolling shall be accomplished by the Contractor at his expense. All irregularities, depressions, or weak or soft areas which develop during proof rolling shall be corrected immediately by the Contractor. E. When the flexible base is in proper condition, the prime coat shall be applied with an approved distributor at a rate of 0.25 gallons per square yard, or as directed by the Owner's Representative. The tack coat shall be applied at a rate of approximately 0.10 gallon per square yard, or as directed by the Owner's Representative. The asphalt shall be applied at the 01268710 BITUMINOUS SURFACE COURSE 02513 - 6 06/11 temperature recommended by the Asphalt Institute. Application by means of hose and spray attached to the distributor will be permitted upon approval by the Owner's Representative, in areas inaccessible to the distributor. The prime and tack coats shall not be applied during periods of inclement weather nor on a base which contains an excess of water. No traffic shall be permitted over the freshly applied prime coat, but when it has penetrated and/or cured sufficiently that the wheels of vehicles do not track or pick up oil from the surface, the surface course may be placed thereon. If the prime coat is damaged before placing the surface course, such damage shall be repaired as directed. Prime coats shall not be applied more than 7 days in advance of surface placing. Areas that have been primed longer than the specified time shall be reprimed at the Contractor's expense. 3.2 BITUMINOUS SURFACE COURSE LAYING Air temperature requirements for placing HMAC shall be as follows: November I to April 1 HMAC shall not be placed when the air temperature is below 55 degrees F and falling. HMAC may be place when the air temperature is above 50 degrees F and rising. April 1 to November 1 HMAC shall not be placed when the air temperature is below 50 degrees F and falling. HMAC may be placed when the air temperature is above 45 degrees and rising. Air temperature shall be determined by the National Weather Service hourly report. If the temperature of any HMAC, measured while passing through the lay down machine, is 25 degrees F more or less than the mixing temperature, the load shall be rejected. No payment will be made for rejected material. After the tack coat has been applied and the areas to be paved have been put in proper condition to receive the surfacing, the bituminous surface course mixture, heated and prepared as specified, shall be hauled to the point of placement and placed on the prepared surface. The mixture shall be so spread by the finishing machine in a uniform layer, that the finished thickness, as specified, is obtained over the entire area to be surfaced, after compaction. Laying shall be by means of the mechanical finishing machine wherever this is possible. Hand placing will be permitted where it is impracticable to operate the finishing machine. When hand placing is used, the material shall be dumped outside the area on which it is to be spread, and the entire load shall be spread and shaped so that the specified amount is placed on the base. Compaction shall be by means of lightly oiled, hot hand tamps. All contact surfaces of gutters and structures shall be painted with a thin, uniform coating of cut -back asphalt as required for the prime coat. The mixture when placed, shall be at a temperature of between 300 F. and 350 F. and the dispatch of vehicles and placing of material, shall be done in a manner which will cause as little loss of heat as possible. 3.3 ROLLING A. While still hot and as soon as it will bear the weight of the roller without undue displacement or hair cracking, the surface shall be rolled with a three -wheel roller, as specified weighing not less than eight (8) tons. One roller shall be provided for each two thousand (2,000) square yards of pavement laid per day. The three -wheel roller shall be followed by a tandem roller and/or pneumatic tired rollers, as directed by the Owner's Representative, but in any case, the final rolling shall be done with tandem roller. Pavement shall be rolled in a longitudinal direction, beginning at the side, and progressing toward the crown of the pavement. Each successive trip 01268710 BITUMINOUS SURFACE COURSE 02513 - 7 06/11 i__3 of the roller shall overlap the previous one by one-half (1/2) of the width of the roller wheel. Alternate trips shall be of slightly different length. The motion of the roller shall at all times be slow enough to avoid displacement of the hot mixture, and any displacement occurring shall immediately be corrected by the use of rakes and fresh mixture, if required. Rolling shall continue until the surface has been thoroughly compacted and is of a uniform texture and true to grade and cross section. Adjacent to the gutters the surface shall be finished uniformly high so that when compacted it shall be slightly above the gutter lip. The rollers shall not be allowed to stand on pavement which has not cooled to normal atmospheric temperature. To prevent adhesion of the surfacing to the roller, the wheels shall be kept properly moistened with water but an excess of water will not be permitted. Necessary precautions shall be taken to prevent the dripping of gasoline, oil, grease, or other foreign material on the pavement either when the rollers are in operation or when standing. B. When the Owner's Representative has determined that conditions are such that adequate compaction or surface texture is not being obtained with the tandem or three -wheel rollers, the Contractor shall supplement these rollers with pneumatic rollers conforming to the requirements included above. The pneumatic roller shall follow the steel -wheel rollers while the course is still warm. The rolling shall continue until all the surface course has been subjected to at least three coverages, and has an in -place density of 96 percent of laboratory density as determined by ASTM D-1188 or ASTM D-2726. 3.4 JOINTS A. Joints between successive strips and between existing and new paving shall be carefully made in such a manner as to insure a thorough and continuous bond between the old and new surfaces. The roller shall pass over the unprotected end of the freshly laid mixture only when the laying of the mixture is discontinued for such a length of time as to permit the mixture to become chilled. In all cases, when the work is resumed, the material laid shall be cut back to its full depth so as to expose a fresh vertical surface. All such surfaces, as well as the edge of a strip against which another strip is to be placed, shall be painted with hot asphalt prior to placement of fresh material against it. Hot smoothing irons may be used for sealing joints but in such cases, extreme care shall be exercised to avoid burning the surface. Joints with existing surfacing shall be constructed substantially as specified above in a manner which will produce a .smooth continuous surface between the old and new sections. B. In making the joint between existing pavements and the new surfacing, the old pavement shall be sawed to a straight line. Transverse joint shall also be sawed when new surfacing is being adjoined to surfaces which have been in place more than 12 hours, or if the old joint has been damaged or is dirty. 3.5 SURFACE TESTS The surface of the pavement after compaction, shall be true to the grades and cross sections as established, and when tested with a sixteen (16) foot straightedge, shall have no deviation in excess of one -sixteenth (1/16) inch per foot measured from the nearest point of contact, and the maximum ordinate measured from the face of the straightedge shall not exceed one -quarter (1/4) inch at any r point. Any humps or depressions exceeding the specified tolerance or which retain water on the surface, shall be corrected by removing the defective work, replacing with new material and recompacting as directed by the Owner's Representative, all at the expense of the Contractor. 01268710 BITUMINOUS SURFACE COURSE 02513 - 8 06/ 11 3.6 CLEANUP After the completion of placement of the wearing course, all debris resulting from the construction shall be cleaned up and removed from the site of the work. Areas, which have been disturbed during the construction, shall be raked or graded as required and left in a clean and neat condition. Gutters shall be cleaned of all 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 Owner's Representative, and all costs of a cleanup shall be borne by the Contractor. END OF SECTION 01268710 BITUMINOUS SURFACE COURSE 02513 - 9 06/11 i _1 SECTION 02720 FLEXIBLE BASE COURSE PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SCOPE A. This section covers excavating, crushing, hauling, and spreading base material and wetting, compacting and shaping it to form a flexible base course for paving, to the lines, grades and typical cross sections shown on the plans, and as specified herein. The Contractor shall furnish all materials, equipment, tools, labor and superintendence, and incidentals necessary to complete the work. The base material shall be caliche base course, crushed aggregate base course or gravel aggregate base course as specified below. 1.3 RELATED SECTIONS A. Section 02200 — Excavation, Subgmde Preparation, Grading, Embankment and Topsoiling. B. Section 02741 _Asphaltic Concrete Paving. 1.4 QUALITY CONTROL A. The following list will be a guideline for the number of tests required for a sequence of construction. The Engineer shall direct the required tests and reserves the right to adjust, modify or waive the required test. 1. Base Material: Retest of gradation, liquid limits and plasticity index, for each 10,000 square yards of base material laid. 2. Triaxial Test: A minimum of one test shall be required for each project. 3. Compaction Test: One field density test will be required for each 500 square yards of caliche base material laid. 1.5 BASE MATERIAL A. The base material shall consist of argillaceous limestone, calcareous or calcareous clay particles, with or without stone, conglomerate, gravel, sand or other granular materials. Materials for use in constructing the base course shall be furnished by the Contractor from a source approved by the Owner. The Contractor shall be responsible for locating the source of caliche, securing approval of the source, and for making arrangements with the owner of the property, on which the pit is located, for use of the material. The pits shall be stripped of all unacceptable material and the stripping shall be disposed of in a manner agreeable to the owner of the property on which the pit is located. The pits shall be opened so as to immediately expose the vertical faces of all of the various strata of acceptable material. Unless otherwise directed, the material shall be secured in successive vertical cuts extending through all of the exposed 01268710 FLEXIBLE BASE COURSE 02720 - 1 06/11 strata. Any incidental costs, including securing, stripping, or crushing the base material, shall be paid for by the Contractor and shall be included in the bid price. 1.6 MATERIAL TESTS A. Contractor will provide all preconstruction testing of material to verify it meets the requirements of 2. LA and 2. LB on the next page. PART 2-PRODUCTS 2.1 CALICHE MATERIAL All acceptable material shall be screened and the oversized material crushed and returned to the screened material in such a manner that a uniform material is produced. The processed base material shall meet the requirements of TxDOT Item 247, Flexible Base, Type A, Grade 1, which are as follows: A. Sieve Analysis Retained on 1-3/4 inch Sieve......................................0% Retained on 7/8 inch Sieve ......................................... 10 to 35% Retained on 3/8 inch Sieve.........................................30 to 50% Retained on No. 4 Sieve.............................................45 to 65% Retained on No. 40 Sieve ........................................... 70 to 85% B. Soil Binder The material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements when prepared in accordance with Test Method TEX-101-E procedure: The liquid limit shall not exceed ................................ 35 The plasticity index ..................................................... Minimum 3, Maximum 12 The linear shrinkage shall not exceed ......................... 8.5 Wet Ball Mill..............................................................47 Maximum increase on passing No. 40 ........................ 20% PART 3 - EXECUTION 3.1 ACCEPTANCE OF SUBGRADE A. Prior to placing any base material, the Contractor shall verify that the subgrade has been shaped and compacted to the cross sections and grades in accordance with the plans. The Contractor shall notify the Owner of any deficiencies. By placing base on the subgrade the Contractor accepts the condition of the subgrade as conforming with plans and specifications. 01268710 FLEXIBLE BASE. COURSE 02720 - 2 06/11 1 3.2 MATCHING EXISTING PAVEMENT A. In locations where new pavement abuts existing pavement, the Contractor shall saw cut the existing pavement along a straight line approximately 12-inches from the existing edge of pavement. B. Contractor shall remove existing material to top of existing base within 6-inches of saw cut. Beyond 6-inches of the saw cut, existing material shall be removed by the contractor to top of proposed subgrade. C. A smooth transition shall be provided between typical section of new construction and edge of existing pavement. 3.3 HAULING AND PLACING A. Equipment: All equipment used shall be suitable for efficiently and properly accomplishing the work in this item. All equipment required for doing the work shall be in first class operating condition and on the project prior to the start of any work under this item. All equipment shall be subject to the approval of the Engineer. B. Flexible base shall be placed in uniform courses with compacted thicknesses to be no more than eight (8) inches or less than three (3) inches compacted if compaction can be achieved. The material shall be delivered in approved vehicles of uniform capacity, and it shall be the responsibility of the Contractor to supply the amount of material required to construct the base course to the thickness shown on the plans. Spreading and shaping shall be done in manner which will thoroughly mix the material and prevent segregation. Sprinkling during this process will be required if necessary to prevent segregation. When shaping is completed, the material shall be uniformly well graded and of the proper thickness. Material deposited upon the subgrade shall be spread and shaped the same day. In the event inclement weather or other unforeseen circumstances renders impractical the spreading of the material during the day in which it is deposited, the material shall be scarified, mixed and spread as directed by the Engineer. All areas and nests of segregated coarse or fine materials shall be corrected and removed or replaced with well graded material. If additional or corrective binder is required, it shall be furnished and applied in the amount directed by the Engineer. Such binder material shall be carefully and evenly incorporated with the material in place by scarifying, harrowing, or other approved method. 3.4 FINISHING AND COMPACTING A. The processed base course shall be thoroughly compacted by rolling. The rolling shall progress from one side toward previously placed material by lapping uniformly each preceding gear- wheel track by one-half of the width of such track. Rolling shall continue until the material is thoroughly set, the interstices of the material reduced to a minimum and until creeping of the material ahead of the roller is no longer visible. Rolling shall continue until the base material has been compacted to not less than 95 percent density (t 2% optimum moisture), as determined by ASTM D1557. Blading and rolling shall be done alternately, as required or directed, to obtain smooth, even and uniformly compacted base. B. The base shall not be rolled when the underlying course is soft or yielding or when the roller causes undulation in the base course. When the rolling develops irregularities that exceed 3/8 inch when tested with a 16-foot straightedge, the irregular surface shall be loosened, refilled with the same material as that being used in constructing the course and rolled again as required. 01268710 FLEXIBLE BASE COURSE 02720 - 3 __1 06/11 C. In areas inaccessible to the roller, the base course material shall be thoroughly tamped with mechanical tampers. D. The sprinkling during rolling, if necessary, shall be in the amount and by equipment approved by the Engineer. E. Shape base to required elevations and cross section slope grades. F. Surface Test: After the course has been completely compacted, the surface shall be tested for smoothness and accuracy ofgrade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be scarified reshaped, recompacted and otherwise manipulated as the Engineer may direct until the required smoothness and accuracy are obtained. The finished surface shall meet requirements of paragraph 3.4 of this Section. G. Protection: Work on the base course shall not be accomplished during freezing temperatures or when the subgrade is wet. When the material is frozen or when the underlying course is frozen the construction shall be stopped. Hauling equipment may be routed over completed portions of the base course, provided no damage results and provided such equipment is routed over the full width of the base course to avoid rutting or uneven compaction. However, the Engineer shall have full and specific authority to stop all hauling over completed or partially completed base course when, in his opinion, such hauling is causing damage. Any damage resulting to the base course from routing equipment over the base course shall be repaired by the Contractor at his sole expense. H. Determine the thickness of the base course by depth tests or cores taken by the Owner and observed by the Owner's Representative at intervals so that each test represents no more than 300 square yards. Density tests shall be made at intervals of not more than 300 square yards. 3.5 IRREGULARITIES, DEPRESSIONS OR WEAK SPOTS A. All irregularities, depressions or weak spots which develop during compaction shall be corrected immediately by scarifying the areas affected, adding or removing material as required, reshaping and recompacting by sprinkling and rolling. Immediately prior to placing of surfacing, the base shall be checked for grade and cross section, and any deviation in excess of one-fourth (1/4) inch from grade or true cross section shall be corrected. "Blue tops" set to finished base elevations shall be set by the Contractor, in order to check the base for proper grade and elevation. 3.6 MAINTENANCE A. If the base course is opened to traffic before application of the surfacing, the base shall be satisfactorily maintained by wetting, blading and rolling until the wearing surface is placed thereon. The Contractor shall perform all maintenance work necessary to keep the base course in a condition satisfactory for priming. After priming, the surface shall be kept clean and free from foreign material. The base course shall be properly drained at all times. If cleaning is necessary, or if the prime coat becomes disturbed, any work necessary to correct the deficiency shall be performed at the sole expense of the Contractor. END OF SECTION 01268710 FLEXIBLE BASE COURSE 02720 - 4 06/11 l a 3 SECTION 02741 ASPHALTIC CONCRETE PAVING PARTI-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Asphaltic concrete base and pavement. 1.3 RELATED SECTIONS A. Section 02720 - Flexible Base Course. 1.4 QUALITY ASSURANCE A. Source Quality Control 1. Source of asphaltic materials shall not be changed during the course ofthe project except on written permission. B. Material Tests 1. Preconstruction tests of materials shall be required on all items specified herein including aggregate sieve analysis and soil constants. 2. Tests shall not be made more than 30 days prior to beginning of operations and the approval shall be secured before the materials are ordered to be shipped. 3. Additional test certificates shall be famished on all materials and mix design if the material source is changed or if construction tests indicate marked variations from the original tests. If tests reveal that the item tested does not meet the requirements set forth in the specifications, retests shall be made at the Contractor's expense. 1.5 SUBMITTALS A. Materials 1. Source: Notify Engineer in writing of source of asphaltic mixture. 2. Aggregate sieve analysis and soil characters. B. Mix Design 1. Mix design from an approved commercial laboratory or other approved source for Hot Mix Asphaltic Concrete. C. Certificates 1. Test certificates from an approved commercial laboratory or other approved source shall be furnished on all materials proposed for use in this work. 2. Additional test certificates shall be furnished on all materials and mix design if the material source is changed or if construction tests indicate marked variations from the original tests. x 01268710 ASPHALTIC CONCRETE PAVING 02741 - 1 06/ 11 1.6 ENVIRONMENTAL REQUIREMENTS A. Do not place asphaltic materials, when ambient temperature is less than 40 degrees or when surface is wet or frozen. PART 2 - PRODUCTS 2.1 MATERIALS A. Flexible Base Course and Subgrade 1. As specified in Section 02720, Flexible Base Course. B. Asphaltic Mixture 1. Conformance: A.S.S.H.T.O. Specifications AC-20 2. Penetration: Between 85 and 150. 3. Grade: Designated after design tests have been made using the material aggregate that are to be used in the project. C. Tack Coat: Meet requirements for cationic emulsions, asphalt Grade MC-70 or SS 1. D. Prime Coat: Meet requirements of cationic emulsion, cutback asphalt MC-30, blotter sand. E. Mineral Aggregate 1. In conformance with Tex-SDHPT Spec., Item 340, Para. 340.2, Materials, (A), (1) Course Aggregate, (A) (3) Fine Aggregate, (B) Mineral Filler. 2.2 ASPHALT PAVING MIX A. Conform to Tex-SDHPT Spec., Item 340, para. 340.4(A) Mixture Design, Type C and Type D. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that compacted granular base is dry and ready to support paving and imposed loads. B. Verify grades and elevations of finished subgrade and base course are correct. C. Beginning installation indicates Contractor's acceptance of existing conditions. 3.2 HOT MIX ASPHALT CONCRETE SURFACE (HMAC) A. Hot mix asphalt concrete surface shall consist of a minimum of 1-1/2" inch thick compacted mixture of coarse aggregate, fine aggregate, mineral filler and asphalt cement mixed hot in a mixing plant in accordance with these specifications. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 Dense Graded Hot Mix Asphalt Method. B. Mix designs will be in accordance with TX204-F with a lab molded density of 96.0% using the Texas gyratory compaction method. With a target VMA (voids in mineral aggregate) to be determined according to type of HMAC utilized. Designs will need to be resubmitted annually or when material properties change. C. Contractor's plant and equipment are subject to approval by Engineer, and shall be appropriate and in suitable condition to produce the HMAC surface consistently in compliance with these specifications. Approval of the source and character of the materials shall be obtained from Engineer prior to use. The combined mineral aggregate, after final processing by the mixing 01268710 ASPHALTIC CONCRETE PAVING 02741 - 2 06/11 i s plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex 203-F. The percent of flat and elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex 224-F. �j D. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned [ with either lime or liquid anti -stripping agent approved by Engineer. Anti -stripping agents shall meet requirements of TxDOT Item "Asphalt Anti -stripping Agents" and shall be added at the manufacturer's recommended dosage and temperature range. E. Core locations will be marked at random locations by the City of Lubbock personnel, then cored by the Contractor, cleaned and trimmed if necessary. Cores must be at least 1- 1/4" prior to being trimmed. Cores will be returned to City of Lubbock personnel within 24 hours of determination of percent air voids. A minimum of2 cores/600' block will betaken to determine compaction, thickness, and density. Cores will be taken in pairs and averaged to determine the percent air voids based on the theoretical maximum gravity. HMAC surface found to be deficient shall be corrected at the Contractor's expense as directed by Engineer. After core i testing is completed the Contractor can then request the cords be returned to them for further testing. The Contractor shall replace the pavement removed from core holes immediately after [ ? testing at no cost to the City. 3.3 THICKNESS OF HMAC SURFACE A. The thickness of HMAC surface shall be a minimum of 1-1/2" unless otherwise indicated on plans. If only one core measures 0 to 1/4" less than required thickness no corrective action will be required. If two or more cores measure at least 1/4" less than the specified thickness, the HMAC surface shall be considered deficient with respect to thickness. Additional cores will be taken at 25-foot spacing to define the limits of deficiency. No additional compensation will be made to the Contractor for thickness of HMAC surface greater than specified. B. The paving surface shall not have variations exceeding 1/8" between any two contact points on a 10-foot straightedge. Defects shall be remedied as directed by Engineer using methods specified in TxDOT Item 585 Ride Quality for Pavement Surfaces, Type A. 3.4 MIX DESIGN A. The Contractor shall provide a current HMAC mix design using the approved materials, indicating gradation and optimum asphalt content as determined by Text Method Tex 204f. B. If approved by Engineer, the Contractor may furnish an alternate mix design based on specific proposed materials. Otherwise the aggregate mixture shall conform to the following master gradation: Tyne "C" (Coarse Graded Surface Course — Streets ereater than 36 feet wide Percent passing 7/8" 100 Percent passing 3/4" 95-100 Percent passing 3/8" 70-85 Percent passing No. 4 43-63 Percent passing No. 8 32-44 Percent passing No. 30 14-28 Percent passing No. 50 7-21 Percent passing No. 200 2-7 VMA Design min. 12% 01268710 ASPHALTIC CONCRETE PAVING 02741 - 3 06/ 11 Tvoe "D" (Fine Graded Surface Course — Streets 36 feet or less wide Percent passing 1/2" 98-100 Percent passing 3/8" 85-100 Percent passing No. 4 50-70 Percent passing No. 8 35-46 Percent passing No. 30 15-29 Percent passing No. 50 7-20 Percent passing No. 200 2-7 VMA Design min. 14% C. Lab molded density will be plus or minus 1.0% of design before corrective action is required. Plus or minus 1.5% will require immediate cease in production operations with removal and replacement of HMAC laid at that location. Production will cease until which time the Contractor has sufficiently proven they have taken corrective actions. Asphalt content will be plus or minus .3% before corrective action is required. Plus or minus .5% will require immediate cease in production operations with removal and replacement of HMAC laid at that location. Production will cease until which time the Contractor has sufficiently proven they have taken corrective actions. D. Material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements: 1. Liquid Limit shall not exceed 45 2. Plasticity Index shall not exceed 15 3. Linear Shrinkage shall not exceed 5 E. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. The HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. F. If approved by Engineer, the Contractor may provide an alternate mix design based on his proposed materials. The Contractor's materials and mix design shall meet all the performance criteria addressed in these specifications. 3.5 COARSE AGGREGATE A. Only coarse aggregate approved for usage must be on the TxDOT source rating catalog. The coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality. Mixing or combining of crushed gravel and crushed stone will not be permitted. B. Coarse aggregate shall be crushed to the extent that produces a minimum of 85% crushed faces for both Type "C" HMAC and Type "D" HMAC, when tested in accordance with Test Method Tex 460-A Part I "Determination of Crushed Face Count." 1. Decantation will be a maximum of 1.5%. 2. Deleterious will be a maximum of 1.5%. C. Coarse aggregate shall have a maximum loss of 20% when subjected to 5 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 2 percent. When subject to the Los Angeles Abrasion Test, the coarse aggregate shall not have a loss greater than 40 percent by weight. D. Coarse aggregate may be enhanced by addition of recycled asphaltic pavement (RAP). The material shall be clean without any foreign materials so as to produce a crushed aggregate in conformance with these specifications. S? 01268710 ASPHALTIC CONCRETE PAVING 02741 - 4 06/11 �3 3.6 FINE AGGREGATE A. The fine aggregate is defined as that part of the aggregate passing the No. 10 sieve and shall be of uniform quality throughout. A maximum of 15% of the total virgin aggregate may be field sand or other crushed aggregate. Screenings shall be of the same or similar material as specified for coarse aggregate. 1. Linear shrinkage shall be a maximum of 3%. B. Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or other material dust approved by Engineer. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: 1. Percent passing No. 30 sieve 95-100 2. Percent passing No. 80 sieve 75 minimum 3. Percent passing No. 200 sieve 55 minimum 3.7 ASPHALT A. Asphalt shall be a Performance Graded (PG) 64-22 or better, unless otherwise shown on plans. The Contractor shall notify Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. Optimum asphalt content will be determined by Test Method Tex 204-F. Asphalt content will be plus or minus 0.3% of design during production. When asphalt content falls outside these parameters immediate action is required. If at any time the asphalt content falls to .5% immediate cease in production will take place until which time the contractor has provided sufficient evidence of the problem being corrected. 3.8 PRODUCTION AND PLACEMENT OF HMAC A. Prior to production beginning, Contractor must submit in writing a job mix formula (JMF) for the mix design they want to run on that project. The JMF will be held to tolerances as outlined. Description Difference from JMF Difference from City Individual percent retained for #10 sieve and larger f5.0% f5.0% Individual percent retained from #104200 f3.0% f3.0% Percent passing #200 f2.0% f1.6% Asphalt content percentage f.3% f.3% Laboratory molded density percentage f1.0% I t1.0% B. HMAC surface shall be constructed to a minimum compacted thickness of 1-1/2" and a maximum of 2-1/2" for Type D and 3-1/2" for Type C. C. The pavement shall be constructed on the previously approved base. Placing of HMAC shall not start until 30 minutes after sunrise, and must stop and all equipment off the right-of-way 30 minutes prior to sunset. HMAC surface shall not be placed until at least 48 hours after the application of the prime coat. D. Air temperature requirements for placing HMAC shall be as follows: 1. November 1 to April l a. HMAC shall not be placed when the air temperature is below 55°F and falling. b. HMAC may be placed when the air temperature is above 50°F and rising. 2. April i to November 1 a. HMAC shall not be placed when the air temperature is below 50°F and falling. b. HMAC may be placed when the air temperature is above 45°F and rising. 01268710 ASPHALTIC CONCRETE PAVING 02741 - 5 06/11 C. Air temperature shall be determined by the National Weather Servicehourly report, 748-1071 selection 2. If the temperature of any HMAC, measured while passing through the lay down machine, is plus or minus 25°F from the mixing temperature, the load shall be rejected. No payment will be made for rejected material. Any HMAC material that is rejected shall be disposed of at a location observed and approved by Engineer's representative. E. When weather is producing high winds, Contractor must provide a water truck in order to keep the blowing dust down. If the sustained winds reach 25 mph, all concrete and hot -mix operations will cease production immediately. F. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross -sections and grades shown on the associated plans. Wings of the laydown machine may not be dumped unless they are dumped after every load. G. A level up course, 1/2" or more in thickness shall require the use of ASB or a coarse grade of HMAC approved by Engineer. H. When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the Contractor may use other methods approved by Engineer provided a satisfactory surface can be obtained. I. Adjacent to curbs, gutters or other flush structures, the surface shall be finished uniformly high so that when compacted it will be 1 /4" above the curb or flush structure. J. All j oints shall present the same texture, density and smoothness as other sections of the course. The joints between old and new pavements or between successive day's work shall be made to insure a continuous bond between the old and new sections of the course. The transverse edges of old pavement and, if required by Engineer, the successive day's pavement shall be cut with an approved concrete saw to expose an even vertical surface for the full thickness of the course. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of approved tack coat before the fresh mixture is placed. 3.9 COMPACTION A. HMAC surface compaction shall be 90.1% - 97.3% (2.7 — 9.9% air voids) of the theoretical maximum gravity (Rice gravity). Using appropriate rollers approved by Engineer, the pavement shall be compacted thoroughly and uniformly. B. Rolling with three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least halfthe width of the real wheels. Alternate trips of the roller shall be slightly different in length. On super - elevated curves rolling shall begin at the low side and progress toward the high side. C. Rolling with pneumatic rollers shall be done as directed by Engineer and shall be continued until required compaction is obtained and all roller marks are eliminated. D. The motion of the rollers shall be slow enough to avoid displacement of the mixture. Rollers shall not be permitted to stand on pavement which has not been fully compacted. Any displacement of the mixture shall be corrected immediately by the use of rakes and fresh mixture where required. E. Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on the pavement when rollers are in operation or standing. F. Places inaccessible to the rollers may be compacted using lightly oiled tamps. Trenches and other limited areas where required compaction cannot be obtained using a three -wheel roller shall be compacted with a trench -type roller. s, 01268710 ASPHALTIC CONCRETE PAVING 02741 - 6 06/11 fl, G. The surface of the pavement after compaction shall be smooth and true to the established line, grade and cross-section. When tested with a 10-foot straight edge placed parallel to the centerline of the roadway, or other means acceptable to Engineer, the maximum deviation shall not exceed 1/8" in 10 feet. An acceptable 10-foot straight edge shall be provided by the Contractor. Any point in the surface not meeting this requirement shall be corrected as directed by Engineer. When placed on existing surfaces, the 1/8" maximum deviation requirement may be waived by Engineer. 3.10 PRIME AND TACK COATS A. Prior to placing HMAC on flexible base, the surface shall be primed using an application of 0.20 gallons of asphalt per square yard of surface. B. Before any asphaltic mixture is laid, the surfaces against which the pavement is to be placed shall be cleaned to the satisfaction of Engineer. The surfaces shall be given a uniform application of tack coat using asphaltic materials of this specification. Prime coat will not be used as a tack coat. The tack coat shall be applied as directed by Engineer with an approved sprayer. Where the pavement mixture will adhere, as determined by Engineer, to the surfaces on which it is to be placed without the use of a tack coat, Engineer may waive the requirement for the tack coat. All contact surfaces of curbs, structures and joints shall be painted with a thin uniform tack coat. C. The prime coat should be MC 30 or AEP, the tack coat shall be asphalt materials such as PG, AC-10, undiluted CSS-lH, or a similar product as approved by Engineer. 3.11 EMULSIFIED ASPHALT SEALER A: All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of CSS-1H, or 20/80 SS -I, liquid anionic asphalt and distilled water. The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to below 70°F, and shall be applied at a rate of 0.10 to 0.12 gallons per square yard of surface. 3.12 RELEASE AGENTS A. Diesel will not be used as a release agent. Only approved agents (such as Black Magic or equivalent) will be used. Diesel will not be permitted to be used on any tools or machinery that comes into contact with the HMAC. 3.13 SAMPLING OF HMAC A. When sampling of mix for testing purposes, the City of Lubbock representative will determine when the sample is taken and will split the sample with the Contractor (at their request). A "Referee" sample will be taken at the same time and held at the City laboratory until all test results are completed. If the Contractor results differ from the City's results by more than the amount outlined in section 3.8 then the referee will be'utilized and it will be run at an independent laboratory at the expense of the Contractor, at which time all tests are final. If the Contractor does not run quality control samples then no referee will be utilized and the City of Lubbock test results will be final. 01268710 ASPHALTIC CONCRETE PAVING 02741 - 7 06/11 d__ 3.14 ADJUSTING AND CLEANING A. After placement of wearing course, clean up and remove from site all debris resulting from construction of work. B. Areas which have been disturbed during the construction, shall be raked or graded as required and left in a clean and neat condition. C. The entire premises of the work shall be left in a clean condition satisfactory to Engineer, and all costs of a cleanup shall be borne by the Contractor. 3.15 OPENING TO TRAFFIC A. The pavement will be opened to traffic when directed by Engineer. END OF SECTION 01268710 ASPHALTIC CONCRETE PAVING 02741 - 8 06/11 SECTION 02830 CHAIN LINK FENCES AND GATES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Chain link fencing and accessories. B. Fence gates and related hardware. C. Gate operator. 1.3 RELATED SECTIONS A. Electric power for gate operators: Division 16. 1.4 REFERENCES A. ASTM A 90-81 (91) -- Standard Test Method for Weight of Coating on Zinc -Coated (Galvanized) Iron or Steel Articles; 1981 (Reapproved 1991). B. ASTM A 392-91 b -- Standard Specification for Zinc -Coated Steel Chain -Link Fence Fabric; 1991. C. ASTM F 567-93 -- Standard Practice for Installation of Chain -Link Fence; 1993. D. ASTM F 669-92 -- Standard Specification for Strength Requirements of Metal Posts and Rails for Industrial Chain Link Fence; 1992. E. ASTM F 900-94 — Standard Specification for Industrial and Commercial Swing Gates; 1994. 1.5 SUBMITTALS A. Product Data: 1. Manufacturer's catalog cuts. Indicate post sizes and thicknesses, protective coatings, fabric characteristics, and accessories. 2. Manufacturer's technical data, catalog cuts, specifications, and installation instructions for gate operator and keypad. B. Shop Drawings: 1. Showing location of fences, gates, posts and details of installation of hardware and accessories. Location of gate operator and keypad are critical and are to be approved by the Owner. 1.6 CONTRACT CLOSEOUT SUBMITTALS A. Gates and Operators: 1. Complete and detailed operations and maintenance data for each component, including diagrams and part numbers for ordering spare or repair parts. 01268710 CHAIN LINK FENCES AND GATES 02830 - 1 06/11 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Products of the following manufacturers or approved equal, provided they comply with requirements of the contract documents, will be among those considered acceptable: I. Galvanized steel fencing: a. Allied Tube and Conduit. b. American Security Fence Corporation. C. Anchor Fence, Inc. d. Boundary Fence & Railing Systems, Inc. 2. Gate Operators (Rail Driven): a. HySecurity or approved equal. 3. Structural Cantilever Gate: a. TyMetal or approved equal. 2.2 FENCING ACCESSORIES A. Material and finish of accessories shall match fence fabric, except as noted. 2.3 FENCE A. Fence Configuration: I. Fence shall be constructed with: a. Barbed wire top, 3 strands, inclined arm. b. Top rail. C. Brace rails at each terminal post. d. Bottom tension wire. B. Fabric: 1. Material: Zinc -coated steel, ASTM A 392. 2. Zinc coating weight: 1.2 ounces per square foot. 3. Wire diameter: 0.148 inch (9 gage). 4. Mesh size: 2 inches. 5. Fabric width: 72 inches. C. Fence Framework: 1. Zinc coating of steel pipe (ASTM A 90): a. Interior and exterior coating: Hot -dip zinc -coated; weight of coating, 1.8 ounces per square foot of coated area, average. 2. Zinc coating of steel shapes (ASTM A 90): a. Hot -dip zinc -coated; weight of coating, 1.8 ounces per square foot. 3. Material: Except where specific requirements are indicated on the drawings, the contractor may select any framework material listed below. 4. Material: Conform to ASTM F 669, Light Industrial category. a. Group IA: Steel pipe. 1) Rail size: 1.660 inches outside diameter by 0.112 inch wall thickness, 1.82 pounds per foot. 2) Line post size: 2.375 inches outside diameter by 0.123 inch wall thickness, 2.96 pounds per foot. 3) Terminal post size: 2.875 inches outside diameter by 0.162 inch wall thickness, 4.69 pounds per foot. 01268710 CHAIN LINK FENCES AND GATES 02830 - 2_ 06/11 b. Group I-C: Steel pipe, commercial standard, yield strength 50,000 psi. 1) Rail size: 1.660 inches outside diameter by 0.083 inch wall thickness, 1.40 pounds per foot. 2) Line post size: 2.375 inches outside diameter by 0.095 inch wall thickness, 2.31 pounds per foot. 3) Terminal post size: 2.875 inches outside diameter by 0.110 inch wall thickness, 3.25 pounds per foot. C. Group II: Roll -formed steel sections, commercial standard, yield strength 50,000 psi (see ASTM F 669). D. Gate Type 1: 1. Construct gate (and gateposts) according to manufacturer's standard heavy-duty design. a. Type: Single rolling. b. Frame: Round tubular steel. C. Zinc coating of steel (ASTM A 90): Interior and exterior coating, 1.8 ounces per square foot of coated area. 2. Construct gate operator as described below. 3. Provide spare gate components. PART 3 - EXECUTION 3.1 POST INSTALLATION A. Layout: 1. Space line posts at equidistant intervals not exceeding 10 feet on center measured parallel to grade. 2. Locate terminal posts at the beginning and end of each continuous length of fence, at abrupt changes in line or grade, additionally at intervals not to exceed 500 feet, and as otherwise shown on the drawings. 3. Install posts plumb and in proper alignment. 3.2 FENCE INSTALLATION A. Install posts, braces, fabric, and other components in accordance with manufacturer's recommendations and to meet or exceed requirements of ASTM F 567. 3.3 GATE INSTALLATION A. Install gates in accordance with manufacturer's instructions, plumb, level, and secure. B. Gates shall operate freely without binding or dragging and shall be easily operable by hand. 3.4 GATE OPERATOR INSTALLATION A. Install gate operators according to manufacturer's instructions. Adjust for smooth, trouble -free operation. B. Advise and consult with the Architect to obtain the Owner's requirements for standard available programmable features or adjustable controls (such as time delays, interlocks, or safety devices), and make necessary adjustments. 01268710 CHAIN LINK FENCES AND GATES 02830 - 3 06/11 C. It is imperative that the mounting slabs and gate operators be installed according to operator manufacturer's recommendations. Installations of a.slab at an improper angle, location or elevation will cause the operator to bind or stress the gate. If this occurs the slab will be removed and replaced at the Contractor's expense. 3.5 ADJUSTING A. Gates and Gate Operators: After repeated operation of completed installation equivalent to 3 days' use by normal traffic, readjust gates and gate operators and controls for optimum operating condition and safety. Lubricate operating equipment and clean exposed surfaces. 3.6 DEMONSTRATION A. Instruct the Owner's personnel on proper operation and maintenance of gate operators. END OF SECTION 01268710 CHAIN LINK FENCES AND GATES 02830 - 4 06/11 SECTION 02900 SEEDING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Seeding at all disturbed areas. B. Establishment of grass. C. Fertilizers. 1.3 RELATED SECTIONS A. Section 02200 - Excavation, Subgrade, Preparation, Grading, Embankment and Topsoiling: Excavation, filling, rough grading, and subsurface aggregate drainage and drainage backfill. 1.4 SUBMITTALS A. Product certificates signed by manufacturers certifying that their products comply with specified requirements. 1. Manufacturer's certified analysis for standard products. 2. Analysis for other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. 3. Label data substantiating that plants, trees, shrubs, and planting materials comply with specified requirements. B. Certification of grass seed from seed vendor for each grass -seed mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. C. Material test reports from qualified independent testing agency indicating and interpreting test results relative to compliance of the following materials with requirements indicated. 1. Analysis of existing surface soil. 2. Analysis of imported topsoil. D. Planting schedule indicating anticipated dates and locations for each type of planting. E. Maintenance instructions recommending procedures to be established by Owner for maintenance of landscaping during an entire year. Submit before expiration of required maintenance periods. 01268710 SEEDING 02900 -1 06/11 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who has completed landscaping work similar in material, design, and extent to that indicated for this Project and with a record of successful landscape establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on the Project site during times that landscaping is in progress. B. Testing Agency Qualifications: To qualify for acceptance, an independent testing agency must demonstrate to Engineer's satisfaction, based on evaluation of agency -submitted criteria conforming to ASTM E 699, that it has the experience and capability to satisfactorily conduct the testing indicated without delaying the Work. C. Topsoil Analysis: Furnish a soil analysis made by a qualified independent soil -testing agency stating percentages of organic matter, inorganic matter (silt, clay, and sand), deleterious material, pH, and mineral and plant -nutrient content of topsoil. 1. Report suitability of topsoil for growth of applicable planting material. State recommended quantities of nitrogen, phosphorus, and potash nutrients and any limestone, aluminum sulfate, or other soil amendments to be added to produce a satisfactory topsoil. D. Preinstallation Conference: Conduct conference at Project site as specified in Section 01039 — Coordination and Meetings. 1.6 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in containers showing weight, analysis, and name of manufacturer. Protect materials from deterioration during delivery and while stored at site. B. Seed: Deliver seed in original sealed, labeled, and undamaged containers. 1.7 PROJECT CONDITIONS A. Utilities: Determine location of above grade and underground utilities and perform work in a manner which will avoid damage. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned. B. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill, adverse drainage conditions, or obstructions, notify Engineer before planting. 1.8 COORDINATION AND SCHEDULING A. Coordinate installation of planting materials during normal planting seasons for each type of plant material required. 1.9 WARRANTY A. General Warranty: The special warranty specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions ofthe Contract Documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents. 01268710 SEEDING 02900 - 2 06/11 -` PART 2-PRODUCTS 2.1 GRASS MATERIALS i A. Grass Seed: Fresh, clean, dry, new -crop seed complying with the Association of Official Seed Analysts' "Rules for Testing Seeds" for purity and germination tolerances. I . Seed Mixture: Provide seed of grass species and varieties, proportions by weight, and minimum percentages of purity, germination, and maximum percentage of weed seed as indicated on Schedules at the end of this Section. 2.2 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, 4 percent organic material minimum, free of stones 1 inch or larger in any dimension, and other extraneous materials harmful to plant growth. 1. Topsoil Source: Reuse surface soil stockpiled on the site. Verify suitability of surface soil to produce topsoil meeting requirements and amend as specified in soil analysis. Supplement with imported topsoil when quantities are insufficient. Clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. 2.3 FERTILIZER A. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of fast- and slow- release nitrogen, 50 percent derived from natural organic sources of urea -form, phosphorous, and potassium in the following composition: 1. Composition: 1 lb. per 1,000 sq. ft. of actual nitrogen in a balanced fertilizer with an N:P:K ratio of 3:1:1 and a minimum of 10% sulfur and 2% iron or a fertilizer that contains the elements in proportions which meet the recommendations of the soil analysis from a qualified soil testing agency. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive landscaping for compliance with requirements and for conditions affecting performance of work of this Section. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Outline areas, and secure Engineer's acceptance before the start of planting work. Make minor adjustments as may be required. 01268710 SEEDING 02900 - 3 06/11 3.3 PLANTING SOIL PREPARATION A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. B. Mix soil amendments and fertilizers with topsoil at rates indicated. Delay mixing fertilizer if planting does not follow placing of planting soil within a few days. C. For grass, mix planting soil either prior to planting or apply on surface of topsoil and mix thoroughly before planting. 3.4 GRASS PLANTING PREPARATION A. Limit subgrade preparation to areas that will be planted in the immediate future. B. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous materials. C. Spread planting soil mixture to depth required to meet thickness, grades, and elevations shown, after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen. 1. Place approximately 1/2 the thickness of planting soil mixture required. Work into top of loosened subgrade to create a transition layer and then place remainder of planting soil mixture. D. Grade grass areas to a smooth, even surface with loose, uniformly fine texture and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. Remove trash, debris, stones larger than 1 inch in any dimension, and other objects that may interfere with planting or maintenance operations. E. Moisten prepared grass areas before planting when soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Restore prepared areas if eroded or otherwise disturbed after fine grading and before planting. 3.5 SEEDING NEW GRASSED AREAS A. Sow seed by broadcast method or by hydromulching. Evenly distribute seed by sowing equal quantities in 2 directions at right angles to each other. After planting, the planted area shall be A rolled with a light corrugated drum roller or another type of roller approved by the Engineer. All rolling of sloped areas shall be along the contour of the slopes. 1. Do not use wet seed or seed that is moldy or otherwise damaged in transit or storage. B. The seed or seed mixture, in the quantity specified, shall be uniformly distributed over the areas shown on the plans or where directed by the Engineer. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. If mechanical equipment is used, all varieties of seed, as well as fertilizer, may be distributed simultaneously provided that each component is uniformly applied at the specified i rate. When seed and fertilizer are to be distributed as a water slurry,the mixture shall be applied PP to the area to be seeded within 30 minutes after all components are placed in the equipment. V l Immediately upon completion of planting of the seed, straw or hay mulch shall be spread uniformly over the seeded area at the rate of approximately 1.5 to 2.0 tons of hay mulch or 2.0 to 2.5 tons of straw mulch per acre. When a mulching machine is used, it must be approved by the Engineer and may be equipped to inject a tacking agent into the straw or hay mulch uniformly as it leaves the equipment at a rate of 0.05 to 0.10 gallon oftacking agent per square yard of mulched area. When the tacking agent is placed by hand, then the rate of application for the tacking agent shall be approximately 0.15 gallon per square yard. Hay crimping will be allowed in lieu of adding a tacking agent. 01268710 SEEDING 02900 - 4 06/11 it �. a Straw mulch shall be oat, wheat or rice straw. Hay mulch shall be prairie grass, bermuda grass or other hay as approved by the Engineer. The straw mulch or hay mulch shall be free of Johnson grass or other noxious weeds and foreign materials. It shall be kept in a dry condition and shall not be molded or rotted. C. Rake seed lightly into top 1/4 inch of topsoil, roll lightly, and water with fine spray. 3.6 CLEANUP AND PROTECTION A. During landscaping, keep pavements clean and work area in an orderly condition. B. Protect landscaping from damage due to landscape operations, operations by other contractors and trades, and trespassers. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged landscape work as directed. 3.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of it off the Owner's property. 3.8 SEED MIXTURES SCHEDULE, APPLICATION RATES AND POTENTIAL SEEDING SEASONS The quantity of "Commercial Seed" required to equal the quantity of "Pure Live Seed" shall be computed by the following formula: Commercial Seed = Pure Live Seed x 10,000 % Purity x % Germination COMMON NAME SCIENTIFIC NAME QUANTITY OF PURE LIVE SEED FOR MIXTURE Green Sprangletop Leptochloa dubia 4.0 lbs/acre Sideoats Grama (El Reno) Bouteloua curtipendula 8.0 lbs/acre Blue Grama (Texas Grown) Bouteloua gracilis 10.0 lbs/acre Buffalograss (treated) Buchloe dactyloides 6.0 lbs/acre Common Bermudagrass (hulled) 16.0 lbs/acre Rye (temporary cover crop) 60.0 lbs/acre Seeding shall be performed during the period between January 15 and June 15, inclusive, unless otherwise approved by the Engineer. END OF SECTION 01268710 SEEDING 02900 - 5 06/11 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section specifies cast -in place concrete, including formwork, reinforcement, concrete materials, mix design, placement procedures, and finishes. 1.3 RELATED DOCUMENTS A. Section 02300 — Earthwork: Drainage fill under slabs -on -grade. 1.4 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.5 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. 1. Form materials and form -release agents. 2. Reinforcement accessories. 3. Admixtures. 4. Curing materials. 5. Bonding agents. 6. Adhesives. 7. Repair materials. B. Design Mixes: For each concrete mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mix water to be withheld for later addition at Project site. C. Steel Reinforcement Shop Drawings: Details of fabrication, bending, and placement, prepared according to ACI315, "Details and Detailing of Concrete Reinforcement." Include material, grade, bar schedules, stirrup spacing, bent bar diagrams, arrangement, and supports of concrete reinforcement. Include special reinforcement required for openings through concrete structures. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete Work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. 01268710 CAST -IN -PLACE CONCRETE 03300 - 1 06/11 B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated, as documented according to ASTM E 548. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-I or an equivalent certification program. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. E. ACI Publications: Comply with the following, unless more stringent provisions are indicated: 1. ACI 301, "Specification for Structural Concrete." 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. PART 2 - PRODUCTS 2.1 FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. 1. Plywood, metal, or other approved panel materials. B. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. C. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum. D. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Formulate form -release agent with rust inhibitor for steel form -facing materials. E. Form Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. 1. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of the exposed concrete surface. 2. Furnish ties that, when removed, will leave holes not larger than 1 inch in diameter in concrete surface. 3. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. 1. 01268710 CAST -IN -PLACE CONCRETE 03300 - 2 ` ` 06/ 11 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. 2.3 REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, and spacers for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Manufacture bar supports according to 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. For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports. 2. Plastic, wood, concrete or clay blocks and other devices are not permissible. B. Joint Dowel Bars: Plain -steel bars, ASTM A 615/A 615M, Grade 60. Cut bars true to length with ends square and free of buns. 2.4 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. 1. Fly Ash: ASTM C 618, Class C. B. Normal -Weight Aggregate: ASTM C 33, uniformly graded Class 3M or better, provide aggregate from a single source. C. Water: Potable and complying with ASTM C 94. 2.5 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water- soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air -Entraining Admixture: ASTM C 260. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. 2.6 RELATED MATERIALS A. Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber. B. Joint -Filler Strips: ASTM D 1752, cork or self -expanding cork. C. Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber, or ASTM D 1752, cork or self -expanding cork. D. Epoxy Joint Filler: Two -component, semirigid, 100 percent solids, epoxy resin with a Shore A hardness of 80 per ASTM D 2240. E. Bonding Agent: ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene. 01268710 CAST -IN -PLACE CONCRETE 03300 - 3 06/11 F. Epoxy -Bonding Adhesive: ASTM C 881, two -component epoxy resin, capable of humid curing and bonding to damp surfaces, of class and grade to suit requirements, and as follows: 1. Type II, non -load bearing, for bonding freshly mixed concrete to hardened concrete. 2. Types I and II, non -load bearing, for bonding hardened or freshly mixed concrete to hardened concrete. 3. Types IV and V, load bearing, for bonding hardened or freshly.mixed concrete to hardened concrete. 2.7 REPAIR MATERIALS A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/8 inch and that can be feathered at edges to match adjacent floor elevations. 1. Cement Binder: ASTM C 150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer. 4. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C 109. 2.8 CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field test data bases, as follows: I. Proportion normal -weight concrete according to ACI 211.1 and ACI 301. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the laboratory trial mix basis. C. Footings: Proportion normal -weight concrete mix as follows: I. Compressive Strength (28 Days): 3000 psi. 2. Minimum Slump: 3 inches. 3. Maximum Slump: 5 inches. 4. Maximum Slump for Concrete Containing High -Range Water -Reducing Admixture: 8 inches after admixture is added to concrete with 2- to 4-inch slump. 5. Maximum water—cementitious material ratio:.55. D. Slab -on -Grade: Proportion normal -weight concrete mix as follows: 1. Compressive Strength (28 Days): 3000 psi. 2. Minimum Slump: 3 inches 3. Maximum Slump: 6 inches. 4. Maximum water-cementitious material ratio:.45. 5. Cementitious material shall be 15% fly ash by weight. E. Cementitious Materials: For concrete exposed to deicers, limit percentage, by weight, of cementitious materials other than portland cement according to ACI 301 requirements. 01268710 CAST -IN -PLACE CONCRETE 03300 - 4 06/11 F. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows: 1. Fly Ash: 15 percent. G. Air Content: Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 2 to 4 percent, unless otherwise indicated. H. Do not air entrain concrete to trowel -finished interior floors and suspended slabs. Do not allow entrapped air content to exceed 3 percent. I. Admixtures: Use admixtures according to manufacturer's written instructions. 1. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. 2. Use water -reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. 2.9 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2.10 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94, and furnish batch ticket information. B. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94 and ASTM C 1116, and furnish batch ticket information. 1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI347R as abrupt or gradual, as follows: 1. Class B, 1/4 inch. D. Construct forms tight enough to prevent loss of concrete mortar. 01268710 CAST -IN -PLACE CONCRETE 03300 - 5 06/11 1i t_ ' E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts for forming keyways, reglets, recesses, and the like, for easy removal. 1. Do not use rust -stained steel form -facing material. F. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. G. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. H. Chamfer exterior corners and edges of permanently exposed concrete. I. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. K. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. L. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 1. Install anchor bolts, accurately located, to elevations required. 3.3 REMOVING AND REUSING FORMS A. General: Formwork, for sides of beams, walls, columns, and similar parts of the Work, that does not support weight of concrete may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete provided concrete is hard enough to not be damaged by form -removal operations and provided curing and protection operations are maintained. B. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. C. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 01268710 CAST -IN -PLACE CONCRETE 03300 - 6 06111 3.4 SHORES AND RESHORES A. Comply with ACI318, ACI301, and recommendations in ACI347R for design, installation, and removal of shoring and reshoring. B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. 3.5 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. t.. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. F11 C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack 1 weld crossing reinforcing bars. j D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. ' E. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed to drive over reinforcement. 3.6 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. 1. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. 2. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness, as follows: 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint to a radius of 1/8 inch. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover tool marks on concrete surfaces. 2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8-inch- wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. D. Isolation Joints in Slabs -on -Grade: After removing formwork, install joint -filler strips at slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 1. Extend joint -filler strips full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated. 2. Terminate full -width joint -filler strips not less than 1/2 inch or more than 1 inch below finished concrete surface where joint sealants, specified in Division 7 Section "Joint Sealants," are indicated. 3. Install joint -filler strips in lengths as long as practicable. Where more than one length is required, lace or clip sections together. 01268710 CAST -IN -PLACE CONCRETE 03300 - 7 06/11 E. Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. 1. Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.7 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement, unless. approved by Architect. C. Before placing concrete, water may be added at Project site, subject to limitations of AC1301. 1. Do not add water to concrete after adding high -range water -reducing admixtures to mix. 2. Do not add water to concrete beyond the limit of water withheld from the plant. D. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation. E. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. 1. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. F. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Maintain reinforcement in position on chairs during concrete placement. 3. Screed slab surfaces with a straightedge and strike off to correct elevations. 4. Slope surfaces uniformly to drains where required. 5. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. p 01268710 CAST -IN -PLACE CONCRETE 03300 - 8 l ' 06/ 11 G. Cold -Weather Placement: Comply with ACI306.1 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. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. H. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows, when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.8 FINISHING FORMED SURFACES A. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defective areas repaired and patched. Remove fins and other projections exceeding ACI 347R limits for class of surface specified. B. Smooth -Formed Finish: As -cast concrete texture imparted by form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Remove fins and other projections exceeding 1/8 inch in height. 1. Apply to concrete surfaces exposed to public view or to be covered with a coating or covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, or painting. 2. Do not apply rubbed finish to smooth -formed finish. C. Rubbed Finish: Apply the following to smooth -formed finished concrete: 1. Grout -Cleaned Finish: Wet concrete surfaces and apply grout of a consistency of thick paint to coat surfaces and fill small holes. Mix one part portland cement to one and one-half parts fine sand with a 1:1 mixture of bonding admixture and water. Add white portland cement in amounts determined by trial patches so color of dry grout will match adjacent surfaces. Scrub grout into voids and remove excess grout. When grout whitens, rub surface with clean burlap and keep surface damp by fog spray for at least 36 hours. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 01268710 CAST -IN -PLACE CONCRETE 03300 - 9 06/ 11 E- _a 3.9 FINISHING FLOORS AND SLABS A. General: Comply with recommendations in ACI 302.1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Scratch Finish: While still plastic, texture concrete surface that has been screeded and bull - floated or darbied. Use stiff brushes, brooms, or rakes. 1. Apply scratch finish to surfaces indicated and to surfaces to receive concrete floor topping or mortar setting beds for ceramic or quarry tile, portland cement terrazzo, and other bonded cementitious floor finishes. C. Float Finish: Consolidate surface with power -driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. 1. Apply float finish to surfaces indicated, to surfaces to receive trowel finish, and to floor and slab surfaces to be covered with fluid -applied or sheet waterproofing, built-up or membrane roofing, or sand -bed terrazzo. D. Trowel Finish: After applying float finish, apply first trowel finish and consolidate concrete by hand or power -driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. 1. Apply a trowel finish to surfaces indicated and to floor and slab surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry tile set over a cleavage membrane, paint, or another thin film -finish coating system 2. Finish and measure surface so gap at any point between concrete surface and an unleveled freestanding 10-foot- long straightedge, resting on two high spots and placed anywhere on the surface, does not exceed the following: a. 1/8 inch. E. Trowel and Fine -Broom Finish: Apply a partial trowel finish, stopping after second troweling, to surfaces indicated and to surfaces where ceramic or quarry tile is to be installed by either thickset or thin -set method. Immediately after second troweling, and when concrete is still plastic, slightly scarify surface with a fine broom. F. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber -bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. G. Slip -Resistive Aggregate Finish: Before final floating, apply slip -resistive aggregate finish where indicated and to concrete stair treads, platforms, and ramps. Apply according to manufacturer's written instructions and as follows: 1. Uniformly spread 25 lb/100 sq. ft. of dampened slip -resistive aggregate over surface in one or two applications. Tamp aggregate flush with surface, but do not force below surface. 2. After broadcasting and tamping, apply float finish. 3. After curing, lightly work surface with a steel wire brush or an abrasive stone, and water to expose slip -resistive aggregate. 01268710 CAST -IN -PLACE CONCRETE 03300 - 10 .. 06/11 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. 3.11 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 with recommendations in ACI 305R for hot -weather protection during curing. ■■■■■�lii`►. on NMI I■■ ■■ ■ti on NMI NN■ �. r1►■► ■■■■ ■■■ /. ■■■ _ ■■ ■ .rJ .�tt�i.. . Air • . : ■ ■■■■ ■■�� or ■A■ , .HPAV■ ■i■ ok �2 0. B. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing by one or a combination of the following methods: C. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by one or a combination of the following methods: 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. 01268710 CAST -IN -PLACE CONCRETE 03300 - 11 06/11 i 2. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.12 JOINT FILLING A. Prepare, clean, and install joint filler according to manufacturer's written instructions. 1. Defer joint filling until concrete has aged at least six months. Do not fill joints until construction traffic has permanently ceased. B. Remove dirt, debris, saw cuttings, curing compounds, and sealers from joints; leave contact faces of joint clean and dry. C. Install semirigid epoxy joint filler full depth in saw -cut joints and at least 2 inches deep in formed joints. Overfill joint and trim joint filler flush with top of joint after hardening. 3.13 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. B. Patching Mortar: Mix dry -pack patching mortar, consisting of one part portland cement to two and one-half parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, finis and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. 1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. 2. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. (, 01268710 CAST -IN -PLACE CONCRETE 03300 - 12 06/11 4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Feather edges to match adjacent floor elevations. 5. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping depth of 1/4 inch to match adjacent floor elevations. Prepare, mix, and apply repair topping and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. 6. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least 3/4 inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mix as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 7. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. E. Perform structural repairs of concrete, subject to Architect's approval, using epoxy adhesive and patching mortar. F. Repair materials and installation not specified above may be used, subject to Architect's approval. 3.14 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement according to requirements specified in this Article. B. Testing Services: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: I. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mix exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd. or fraction thereof. 2. Slump: ASTM C 143; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mix. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C 231, pressure method, for normal -weight concrete; ASTM C 173, volumetric method, for structural lightweight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mix. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each composite sample. 5. Compression Test Specimens: ASTM C 31; cast and laboratory cure one set of four standard cylinder specimens for each composite sample. a. Cast and field cure one set of four standard -cylinder specimens for each composite sample. 01268710 CAST -IN -PLACE CONCRETE 03300 - 13 06/ 11 6. Compressive -Strength Tests: ASTM C 39; test two laboratory -cured specimens at 7 days and two at 28 days. a. A compressive -strength test shall be the average compressive strength from two specimens obtained from same composite sample and tested at age indicated. 7. Testing specimens are to be taken after all admixtures and/or field added water has been added and incorporated into concrete. C. Strength of each concrete mix will be satisfactory if every average of any three consecutive compressive -strength tests equals or exceeds specified compressive strength and no compressive -strength test value falls below specified compressive strength by more than 500 psi. D. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-and 28-day tests. E. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. F. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42 or by other methods as directed by Architect. END OF SECTION 01268710 CAST -IN -PLACE CONCRETE 03300 - 14 06/ 11 SECTION 03320 PORTLAND CEMENT CONCRETE PAVING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 DESCRIPTION A. This work shall consist of pavement composed of portland cement concrete, with or without reinforcement as shown on the plans constructed in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the plans. Concrete pavement shall be constructed with the use of conventional stationary forming as specified herein. The slip -form method of pavement construction will not be allowed. PART 2 - PART 2 PRODUCTS 2.1 FINE AGGREGATE A. Fine aggregate for concrete shall conform to the requirements of ASTM C33 and shall meet the requirements of Table 1. Table 1. - Requirements for Gradation of Fine Aggregates Sieve Designations (square openings) Percentage By Weight Passing Sieves 3/8-inch 100 No. 4 95-100 No. 8 80-100 No. 16 50-85 No. 30 25-60 No. 50 10-30 No. 100 2-10 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 1 06/11 2.2 COARSE AGGREGATE A. Coarse aggregate shall conform to the requirements of ASTM C33 and Item No. 421, Hydraulic Cement Concrete Pavement, Grade No. 2 (467) of the Texas Department of Transportation 2004 Standard Specifications for Construction of Highways, Streets and Bridges. Gradation shall be in accordance with Table 2. Table 2. - Requirements for Gradation of Coarse Aggregates Sieve Designations (square openings) Concrete Percentage by Weight Passing Sieves 1-1/2 inch. - No. 4 2-inch 100 1-1/2-inch 95-100 1-inch --- 3/4-inch 35-70 1/2-inch — 3/8-inch 10-30 No. 4 0-5 B. The aggregate shall have a maximum loss of 18%when subjected to 5 cycles ofthe Magnesium Sulfate Soundness Test (ASTM C-88) C. The percentage of wear shall be no more than 40 when tested in accordance with ASTM Cl 31 or ASTM C535. D. 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. 2.3 CEMENT A. Cement shall conform to the requirements of ASTM C 150, Type I or Type III, standard brand of cement. If the use of high, early strength cement is not required by these specifications, and the Contractor desires to use it, he shall obtain written permission of the Owner's Representative and shall assume all additional costs incurred by the use ofsuch cement. IfType III cement is used, the average 7-day strength shall be higher than the average 3-day strength. B. The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Owner's Representative before permission to use the cement is granted. All such test reports shall be subject to verification by testing sample materials received for use on the project. 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 2 06/11 C. If, for any reason, cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. 2.4 PREMOLDED JOINT FILLER A. Premolded joint filler for expansion joints shall conform to the requirements of ASTM D 1751 or ASTM D 1752 as specified and shall be punched to admit the dowels where called for on the plans. The filler for each joint shall be furnished in a single piece for the full depth and width required for the joint, unless otherwise specified by the Owner's Representative. When the use of more than one piece is authorized for a joint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the Owner's Representative. 2.5 JOINT SEALER A. The joint sealer for the joints in the concrete pavement shall be in accordance with Section 03322 - Joint Sealing Filler, of these specifications and shall be of the type specified. 2.6 STEEL REINFORCING A. Bar mats for steel reinforcing shall conform to the requirements ofASTM A 184 fabricated with bars conforming to the requirements of ASTM A615 or A616, Grade 60. Welded wire fabric for steel reinforcing shall conform to the requirements of ASTM A497 using deformed wire in both directions. B. Splices for bars shall be made as shown on the plans by lapping the bars the required amount and securely wiring them together. Where details of splices are not shown or where unanticipated splices are required, they shall be made in a location approved by the Owner's Representative and the length of lap shall be 30 bar diameters, but not less than 12 inches. C. Welded wire fabric shall be placed as shown on the drawings. Adequate methods for proper placing of the fabric and for maintaining proper position during placement of concrete will be required and shall be subject to approval of the Owner's Representative. Welded wire fabric shall overlap at splices a distance not less than the spacing of the cross wires plus 2 inches. 2.7 FIBER REINFORCEMENT A. Fiber reinforcement shall be 100 percent virgin polypropylene collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials. The physical characteristics of the fiber to be used shall be as follows: specific gravity: 0.91; tensile strength: 70 to 110 ksi; length of fibers: 2-inch. B. Fibrous concrete reinforcement materials provided by this section shall produce concrete confonning to the requirements for each type and class of concrete listed. Quantities of fibers used shall conform to manufacturer's recommendations, unless otherwise directed by the Owner's Representative. 2.8 SMOOTH DOWEL BARS A. Unless otherwise specifically shown on the plans all dowel bars shall be plain round bars conforming to the requirements of ASTM A615, Grade 60. B. Dowels shall be fabricated or cut to length at the shop or mill prior to delivery to the site. Dowels shall be free of loose flaky rust and loose scale, and shall be clean and straight. Dowels 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 3 06/11 shall be free of any burring or deformation. Before delivery to the construction site, a minimum of two-thirds of the length of each dowel bar shall be painted with one coat of zinc -chromate paint. If plastic or epoxy -coated steel dowels are used, no paint coating is required, except when specified for a particular situation on the contract plans. Coated dowels shall conform to the requirements given in AASHTO M254. C. Split dowels, used at the Contractor's option, shall be ofthe threaded type, of approved design. The external and internal threaded portion of the split dowels shall conform to the thread designation as defined in the National Bureau of Standards Handbook H28. D. The sleeves for dowel bars at expansion joints shall be metal of an approved design to cover 2 to 3 inches of the dowel, with a closed end, and with a suitable stop to hold the end of the bar at least 1 inch from the closed end of the sleeve. Sleeves shall be of such design that they will not collapse during construction. E. The diameter and length of the smooth dowel bars shall be as follows: Nominal Pavement Thickness Diameter Length Spacing (inches) (inches) (inches) (inches) 6-7 3/4 18 12 8 - 12 1 19 12 2.9 DEFORMED DOWEL BARS A. Deformed bars shall be used for dowel bars only in the locations specifically noted on the plans. The deformed bars shall conform to the requirements of ASTM A615, Grade 60. Deformed dowel bars may be sheared to length. 2.10 TIE BARS A. Tie bars shall conform to the requirements of ASTM A615, Grade 60. 2.11 WATER A. Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. If the water is of questionable quality, it shall be tested in accordance with and shall meet the suggested requirements of AASHTO T 26. Water testing shall be done at the discretion of the Owner's Representative. Water known to be of potable quality may be used without testing. Where the source of water is relatively shallow, the intake shall be so enclosed as to exclude silt, mud, grass, or other foreign materials. 2.12 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 ofASTM C171. 3. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C171. 4. Waterproof paper for curing concrete shall conform to the requirements of ASTM C 171. 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 4 06/11 2.13 ADMIXTURES A. The use of any material added to the concrete mix shall be approved by the Owner's Representative. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the Owner's Representative may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests will be made of samples taken by the Owner's Representative from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. Admixtures shall not be used to replace cement. 1. Air -Entraining Admixtures. Air -entraining admixtures shall meet the requirements of ASTM C260 and shall be added to the mixer in the amount necessary to produce the specified air content. The air -entraining agent and the water reducer admixture shall be compatible. 2. Water -Reducing Admixtures. Water -reducing, set -controlling admixtures shall meet the requirements of ASTM C494, Type A, water -reducing or Type D, water -reducing and retarding. Water -reducing admixtures shall be added at the mixer separately from air -entraining admixtures in accordance with the manufacturer's printed instructions. 3. High -Range Water -Reducing Admixtures. High -range water -reducing admixtures (super plasticizer) shall meet the requirements of ASTM C494, Type F or Type G. The high -range water -reducing admixture and the air entraining agent shall be compatible. PART 3 - EXECUTION 3.1 GENERAL A. The Contractor shall furnish all labor; materials and services necessary for and incidental to the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposed to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Owner's Representative. The Contractor shall employ, at all times, a sufficient force of workmen of such experience and ability that the work can be prosecuted in a satisfactory and workmanlike manner. 3.2 EQUIPMENT A. Equipment and tools necessary for handling materials and performing all parts ofthe work shall be approved by the Owner's Representative as to design, capacity, and mechanical condition. The equipment shall be at the job site before the start of construction operations for examination and approval. 1. Batching Plant and Equipment. a. General. The batching plant shall include bins, weighing hoppers, and scales for the fine aggregate and for each size of coarse aggregate. If bulk cement is used, a bin, hopper, and separate scale for cement shall be included. The weighing hoppers shall be properly sealed and vented to preclude dusting during operation. r� 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 5 g 06/11 1 ' I b. Bins and hopper. Bins with adequate separate compartments for fine aggregate and for each required size of coarse aggregate shall be provided in the batching plant. Each compartment shall discharge efficiently and freely into the weighing hopper. Means of control shall be provided so that, as the quantity desired in the weighing hopper is approached, the material may be added slowly and shut off with precision. A port or other opening for removing an overload of any one of the several materials from the hopper shall be provided. Weighing hoppers shall be constructed to eliminate accumulations of materials and to discharge fully. C. Scales. The scales for weighing aggregates and cement shall be of either the beam or the springless dial type. They shall be accurate within 0.5 percent throughout their range of use. When beam -type scales are used, provisions such as a "telltale" dial shall be made for indicating to the operator that the required load in the weighing hopper is being approached. A device on the weighing beams shall clearly indicate critical position. Poises shall be designed to be locked in any position and to prevent unauthorized change. The weight beam and "telltale" device shall be in full view of the operator while charging the hopper, and the operator shall have convenient access to all controls. Scales shall be inspected and sealed as often as the Owner's Representative may deem necessary to assure their continued accuracy. The Contractor shall have on hand not less.than ten 50-pound weights. These weights shall be used for testing of all scales as directed by the Owner's Representative. 2. Mixers. a. General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. A device accurate within 3 percent and satisfactory to the Owner's Representative shall be provided at the mixer for determining the amount of air -entraining agent or o<<<er admixture to be added to each batch. Mixers shall be examined daily for the accumulation of hard concrete or mortar and the wear of blades. b. Central plant mixer. Mixing shall be in an approved mixer capable of combining the aggregates, cement, and water into a thoroughly mixed and uniform mass within the specified mixing period, and of discharging the mixture without segregation. Central plant mixers shall be equipped with an acceptable timing device that will not permit the batch to be discharged until the specified mixing time has elapsed. The water system for a central mixer shall be either a calibrated measuring tank or a meter and shall not necessarily be an integral part of the mixer. The mixers shall be cleaned at suitable intervals and shall be examined daily for changes in condition due to accumulation of hard concrete or mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 3/4-inch or more. The Contractor shall have a copy of the manufacturer's design on hand showing dimensions and arrangement of blades in reference to original height and depth. 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 6 06/ 11 t% C. Truck mixers and truck agitators. Truck mixers used for mixing and hauling ; concrete and truck agitators used for hauling central -mixed concrete shall conform to the requirements of ASTM C94. d. Nonagitator trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C94. 3. Finishing Equipment. a. Finishing machine. The finishing machine shall be equipped with one or more oscillating -type transverse screeds. In lieu of a finishing machine, a vibratory screed, supplemented by hand-held vibrators, will be allowed for pavements j constructed with concrete containing super -plasticizer. An adequate number of hand-held vibrators shall be provided to insure adequate consolidation of the concrete. b. Vibrators. For side -form construction, vibrators shall be the internal type with either immersed tube or multiple spuds, for the full width of the concrete slab. They may be attached to the spreader or the finishing machine, or they may be mounted on a separate carriage. They shall not come in contact with the joint,. load -transfer devices, subgrade, or side forms. The frequency of the internal type shall not be less than 7,000 vibrations per minute for spud vibrators. When spud -type internal vibrators are used adjacent to the side forms, they shall have a frequency of not less than 3,500 vibrations per minute. Hand vibrators should be used to consolidate the concrete along forms and other isolated areas. 4. Concrete Saw. When sawing of joints is specified, the Contractor shall provide sawing equipment adequate in number of units and powerto complete the sawing to the required d dimensions and at the required rate. The Contractor shall provide at least one standby saw in good working order. An ample supply of saw blades shall be maintained at the site of the work at all times during sawing operations. The Contractor shall provide adequate artificial lighting facilities for night sawing. All of this equipment shall be on the job both before and at all times during concrete placement. 5. Forms. Straight side forms shall be made of steel having a thickness of not less than 7/32-inch and shall be furnished in sections not less than 10 feet in length. Forms shall ' be in one piece for the full depth required except as hereinafter permitted. Where the drawings require several different thicknesses for the same slab, forms may be built up with metal or wood to provide an increase in depth of not more than 25 percent. The required form depth may be obtained by securely bolting or welding to the bottom ofthe form a tubular metal section of the proper thickness or by securely bolting wood planks to the bottom of the form. The tubular metal section or wood planks shall completely cover the underside ofthe base of the form and shall extend beyond the edge of the base a sufficient distance to provide the necessary stability. The base width of the one-piece; form, or built-up form, shall be not less than eight -tenths of the vertical height of the form, except that forms 8 inches or less in vertical height shall have a base width not less than the vertical height of the form. Flexible or curved forms of proper radius shall be used for curves of 100-foot radius or less. Flexible or curved forms shall be of a design 3 acceptable to the Owner's Representative. Forms shall be provided with adequate devices i-- for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the spreading, consolidating and finishing equipment. Flange braces shall extend outward on the base not less than two-thirds the height of the form. Forms with battered top surfaces and bent, twisted, or broken forms shall be removed from the work. Repaired forms shall not be used until inspected and 3 , approved. Built-up forms shall not be used, except as approved by the Owner's Representative. The top face of the form shall not vary from a true plane more than 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 7 06111 i E; 1/8-inch in 10 feet, and the upstanding leg shall not vary more than 1/4-inch. The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. 3.3 FORM SETTING A. Forms shall be set sufficiently in advance ofthe concrete placement to insure continuous paving operation. After the forms have been set to correct grade, the grade shall be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of the forms. Forms shall be staked into place with not less than 3 pins for each 10-foot section. A pin shall be placed at each side of everyjoint. B. Form sections shall be tightly locked and shall be free from play or movement in any direction. The forms shall not deviate from true line by more than 1/4-inch at any point. Forms shall be so set that they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms shall be cleaned and oiled prior to the placing of concrete. C. The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor immediately before placing the concrete. When any form has been disturbed or any grade has become unstable, the form shall be reset and rechecked. 3.4 CONDITIONING OF UNDERLYING COURSE A. The prepared grade shall be well moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Ruts or depressions in the subgrade or subbase caused by hauling or usage of other equipment shall be filled as they develop with suitable material (not with concrete or concrete aggregates) and thoroughly compacted by rolling in accordance with applicable sections of these specifications. The underlying course shall be accurately cut to grade and all excess material shall be removed prior to concrete construction. Low areas may be filled and compacted in a manner approved by the Owner's Representative, to a condition equal to that of the surrounding grade or, if permitted, filled with concrete integral with the pavement. B. In cold weather, the underlying subbase shall be protected so that it will be entirely free from frost when the concrete is placed. The use of chemicals to eliminate frost in the underlying material will not be permitted. C. At any time, the Owner's Representative may order proof rolling to test the uniformity of compaction of the subgrade or base course. Proof rolling shall be accomplished using a 25-ton pneumatic roller, or other rolling devices as approved by the Owner's Representative. Proof rolling shall be accomplished by the Contractor at his expense. All irregularities, depressions, or weak or soft areas which develop during proof rolling shall be corrected immediately by the Contractor. 3.5 HANDLING, MEASURING, AND BATCHING MATERIAL A. The batch plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be built up in layers of not more than 3 feet in thickness. Each layer shall be completely in place before beginning the next layer and shall not be allowed to 'bone" down over the next lower layer. Aggregates from different sources and of different grading shall not be stockpiled together. Improperly placed stockpiles will not be accepted. B. The Contractor shall maintain a stockpile of aggregates for ten days of concrete construction. j 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 8 06/11 4; C. Aggregates shall be handled from stockpiles or other sources to the batching plant in such manner to secure the specified grading of the material. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. The fine aggregate and coarse aggregate shall be separately weighed into hoppers in the respective amounts set by the Owner's Representative in the job mix. Cement shall be measured by weight. Separate scales and hopper, with a device to positively indicate the complete discharge ofthe batch of cement into the batch box or container, shall be used for weighing the cement. D. When required by the contract or when permitted, batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically using interlocked proportioning devices of an approved type. When bulk cement is used, the Contractor shall use a suitable method of handling the cement from weighing hopper to transporting container or into the batch itself for transportation to the mixer, such as a chute, boot, or other approved device, to prevent loss of cement. The device shall be arranged to provide positive assurance of the actual presence in each batch of the entire cement content specified. E. When cement is placed in contact with the aggregates, batches may be rejected unless mixed within 1-1/2 hours of such contact. Batching shall be conducted so that the results in the weights of each material required will be within a tolerance of 1 percent for cement and 2 percent for aggregates. F. Water may be measured either by volume or by weight. The accuracy of measuring the water shall be within plus or minus 1 percent of required amounts. Unless the water is to be weighed, the water -measuring equipment shall include an auxiliary tank from which the measuring tank shall be filled. The measuring tank shall be equipped with an outside tap and valve to provide for checking the setting, unless other means are provided for readily and accurately determining the amount of water in the tank. The volume of the auxiliary tank shall be at least equal to that of the measuring tank. G. Methods and equipment for adding air -entraining agent or other admixtures to the batch, when required, shall be approved by the Owner's Representative. All admixtures shall be measured into the mixer with an accuracy of plus or minus 3 percent. H. Fiber reinforcement shall be added to the concrete mixture at the batch plant by methods, and at quantities recommended by fiber manufacturer. Fibers shall be thoroughly mixed into the concrete. 3.6 PROPORTIONS A. Proportioning requirements for concrete shall be designed for the following compressive strengths at 28 days: Class A Concrete (curb and gutter 4-inch sidewalks and wheelchair ramps) ..........................: 3,000 psi Class C Concrete (Portland cement concrete pavement and 6-inch miscellaneous concrete slabs) ................................. 3,600 psi 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 9 06/11 f 5 'l 1 B. The proportioning requirements for Class C concrete shall also be designed to achieve a minimum 3,000 psi compressive strength at 7-days and for Class A concrete to achieve a minimum 2,100 psi compressive strength at 7-days. C. Prior to the start of paving operations and after approval of all material to be used in the concrete, the Contractor shall submit to the Owner's Representative for approval, test certificates from an approved commercial laboratory, on each of the concrete mixes proposed for use on the project. The Owner's Representative will review all concrete mix designs. No concrete shall be produced for use on the project prior to approval of a mix design by the Owner's Representative. Concrete mix test certifications shall include tests made on six (6) compressive strength test specimens (cylinders). Three (3) cylinders for each design shall be tested at 7 days and three (3) at 28 days. The costs of preconstruction mix designs and tests shall be borne by the Contractor. Additional test certificates shall be furnished by the Contractor at his expense if the material source is changed or if the construction phase tests indicate marked variations from the original preconstruction tests. Compressive strength shall be as specified above for the various classes of concrete at 28 days using test cylinders prepared in accordance with ASTM C31 and tested in accordance with ASTM C39. The mixes determined shall be workable concrete having a slump range of 3 to 5 inches for Class A concrete, and a slump range of 1 to 2-1/2 inches for Class C concrete. Slumps shall be as determined by ASTM C 143. If high -range water -reducing admixtures (superplasticizers) are used, the initial slump range of 1 to 2-1/2 inches for Class C concrete shall not exceed 5 inches after the addition of the high -range water -reducing admixture. D. The minimum cement content shall be maintained to produce concrete of suitable durability and workability. The maximum water -cement ratio specified for concrete shall not be exceeded. Entrained air shall be required to increase durability and provide workability. E. The cement content and the water -cement ratio, including free surface moisture on the aggregates but not including moisture absorbed by the aggregates, shall be in accordance with the following. The cement content shall be determined in accordance with ASTM C138. Class A Class C Minimum sack cement per cubic yard 5 5.5 Maximum gallons water per sack of cement 6.5 5.5 F. Air -entraining admixture shall be added in such a manner that will insure uniform distribution of the agent throughout the batch. The air content of freshly mixed air -entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability. The percentage of air entrainment in the mix shall be 5-1/2 percent plus or minus 1-1 /2 percentage points. Air content shall be determined by testing in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C 173 for highly porous coarse aggregate. All concrete shall be air -entrained concrete. 3.7 FIELD TEST SPECIMENS A. During construction, concrete samples shall be taken in the field to determine the consistency, air content and strength of the concrete. Compressive strength test specimens shall be made each day that concrete is placed. Test specimens will be made entirely at the discretion of the Owner's Representative. Each strength test shall consist of five (5) test cylinders made from the same batch of concrete. The test cylinders shall be molded in accordance with ASTM C31. At the start of concrete operations or when the aggregate source, aggregate characteristics or mix design is changed, additional groups of test cylinders may be required until the Owner's 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 10 06/11 �j [I Representative is satisfied that the concrete mixture being used complies with the strength requirements of these specifications. B. Concrete pavement shall be tested for compressive strength on a lot basis. A lot will consist of each day's production. Two sets of cylinders, consisting of five (5) cylinders each, will be made for each lot. Random samples will be taken from the plastic concrete at the site in accordance with accepted statistical procedures. C. When it appears that the test specimens will fail to conform to the requirements for strength, the Owner's Representative shall have the right to order changes in the concrete sufficient to increase the strength to meet these requirements. When a satisfactory relationship between 7-day and 28-day strengths has been established and approved, the 7-day test results may be used as an indication of the 28-day strengths. However, the 7-day test results will not replace the results of the 28-day tests if the 28-day results fall below the requirement. 3.8 MIXING CONCRETE A. The concrete may be mixed in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. Ready -mixed concrete shall be mixed and delivered in accordance with the requirements ofASTM C94, except that the minimum required revolutions of the mixing speed for transit mixed concrete may be reduced to not less than that recommended by the mixer manufacturer. The number of revolutions recommended by the mixer manufacturer shall be indicated on the manufacturer's serial plate attached to the mixer. The Contractor shall furnish test data acceptable to the Owner's Representative verifying that the make and model of the mixer will produce uniform concrete conforming to the provisions of ASTM C94 at the reduced number of revolutions shown on the serial plate. B. When mixed in a central mixing plant, the mixing time shall not be less than 50 seconds nor more than 90 seconds. Mixing time ends when the discharge chute opens. Transfer time in multiple drum mixers is included in mixing time. The contents of an individual mixer drum shall be removed before a succeeding batch is emptied therein. C. The mixer shall be operated at the drum speed as shown on the manufacturer's nameplate on the approved mixer. Any concrete mixed less than the specified time shall be discarded at the Contractor's expense. The volume of concrete mixed per batch shall not exceed the mixer's nominal capacity in cubic feet, as shown on the manufacturer's standard rating plate on the mixer. An overload up to 10 percent above the mixer's nominal capacity may be permitted provided concrete test data for segregation and uniform consistency are satisfactory, and provided no spillage of concrete takes place. The batch shall be charged into the drum so that a portion of the mixing water shall enter in advance of the cement and aggregates. The flow of water shall be uniform, and all water shall be in the drum by the end of the first 15 seconds of the mixing period. The throat of the drum shall be kept free of such accumulations as may restrict the free flow of materials into the drum. D. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or nonagitating trucks. The time elapsing from the time water is added to the mix until the concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in nonagitating trucks, nor 60 minutes when the concrete is hauled in truck mixers or truck agitators. Retempering concrete by adding water or by other means will not be permitted. All these operations must be performed within 45 minutes after the initial mixing operations and the water -cement ratio must not be exceeded. Admixtures for increasing the workability or for accelerating the set will be permitted only when specified in the contract. 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 11 i 06/11 ' 3.9 LIMITATIONS OF MIXING A. No concrete shall be mixed, placed, or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated. B. Unless authorized in writing by the Owner's Representative, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40 degrees F and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35 degrees F. C. When concreting is authorized during cold weather, the aggregates may be heated by either steam or day heat prior to being placed in the mixer. The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. Unless otherwise authorized, the temperature of the mixed concrete shall not be less than 50 degrees F and not more than 80 degrees F at the time of placement in the forms. D. If the air temperature is 35 degrees F or less at the time of placing concrete, the Owner's Representative may require the water and/or the aggregates to be heated to not less than 70 degrees F nor more than 150 degrees F. Concrete shall not be placed on frozen subgrade nor shall frozen aggregates be used in the concrete. E. During periods of warm weather when the maximum daily air temperature is likely to exceed 85 degrees F., the following precautions shall betaken. The forms and the underlying material shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when deposited in the forms exceed 90 degrees F. A retarder shall be used for concrete deposited in the forms when the temperature of the concrete exceeds 85 degrees F. The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum. Concrete shall be placed in the forms continuously and rapidly at a rate adequate to assure finishing of the concrete prior to initial set of the concrete. The finished surface of the newly laid pavement shall be kept damp by applying a waterfog or mist with approved spraying equipment until the pavement is covered by the curing medium. 3.10 STRUCTURAL AND MISCELLANEOUS CONCRETE A. Placing Concrete. 1. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 feet, or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. 2. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 12 06/11 duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. B. Placing Reinforcement. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved plastic chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. C. Embedded Items. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. D. Construction Joints. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete which has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. E. Defective Work. Any defective work disclosed after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if any section is not constructed to the proper grade, or if the surface of the concrete is bulged, uneven or shows honeycomb, which in the opinion of the Owner's Representative cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. F. Surface Finish. 1. All exposed concrete surfaces shall be true, smooth, free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. 2. The surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. G. Curing and Protection. 1. All concrete shall be properly cured and protected by the Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. 2. When concrete is placed at temperatures below 40' F., the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both shall be heated in order to place the concrete at temperatures between 50' and 100' F. 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 -13 } 06/ 11 After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc.,.to enclose and protect the structure and maintain the temperature of the mix at not less than 50' F. until at least 60% of the designed strength has been attained. 3.11 CONCRETE FOR PAVEMENTS A. Placing Concrete. l . The concrete shall be deposited on the moistened grade to require as little rehandling as possible. Unless truck mixers, truck agitators, or nonagitating hauling equipment are equipped with means for discharge of concrete without segregation ofthe materials, the concrete shall be unloaded into an approved spreading device and mechanically spread on the grade to prevent segregation of the materials. Placing shall be continuous between transverse joints without the use of intermediate bulkheads. Necessary hand spreading shall be done with shovels and not rakes. Workmen shall not be allowed to walk in the freshly mixed concrete with boots or shoes coated with earth or foreign substances. 2. When concrete is to be placed adjoining a previously constructed lane of pavement and when mechanical equipment will be operated upon the existing lane of pavement, the concrete shall be at least 7 days old and at a compressive strength approved by the Owner's Representative. If only finishing equipment is carried on the existing lane, paving in adjoining lanes may be permitted after 3 days, if approved by the Owner's Representative. 3. Concrete shall be thoroughly consolidated against and along the faces of all forms and along the full length and on both sides of all joint assemblies by means of vibrators inserted in the concrete. Vibrators shall not be permitted to come in contact with a joint assembly, the grade, or a side form. In no case shall the vibrator be operated longer than 15 seconds in any one location, nor shall the vibrators be used to move the concrete. 4. Concrete shall be deposited as near to expansion and contraction joints as possible without disturbing them but shall not be dumped from the discharge bucket or hopper onto a joint assembly unless the hopper is well centered on the joint assembly. 5. Should any concrete materials fall on or be worked into the surface of completed slab, they shall be removed immediately by approved methods. B. Strike -Off of Concrete and Placement of Reinforcement. 1. Following the placing of the concrete, it shall be struck off, using a finishing machine or a vibratory screed with supplemental hand-held vibrators, to conform to the cross section shown on the plans and to an elevation such that when the concrete is properly consolidated and finished, the surface ofthe pavement shall be at the elevation shown on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screeded. If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Contractor's expense. When reinforced concrete is placed in one layer, the reinforcement may be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or vibratory means after spreading. 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 -14 06/ 11 2. Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may adversely affect or reduce bond. Reinforcing steel with rust, mill scale, or a combination of both will be considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire -brushed test specimen are not less than the applicable ASTM specification requirements. C. Joints 1. General a. Longitudinal and transverse joints. Longitudinal and transverse joints shall be constructed as indicated on the plans and in accordance with these requirements. All joints shall be constructed true to line with their faces perpendicular to the surface of the pavement. Joints shall not vary more than 1/4-inch from a true line or from their designated position. The vertical surface ofthe pavement adjacent to all expansion joints shall be finished to a true plane and edged to a radius of 1/4- inch or as shown on the plans. The surface across the joints shall be tested with a 10-foot straightedge as the joints are finished and any irregularities in excess of 1/8-inch shall be corrected before the concrete has hardened. Transverse joints shall be at right angles to the centerline of the pavement and shall extend the full width of the slab. The transverse joints in succeeding lanes shall be placed in line with similar joints in the first lane. All joints shall be so prepared, finished, or cut to provide a groove of the width and depth shown on the plans. The surface across the joints shall be tested with a 10-foot straightedge as the joints are finished and any irregularities in excess of 1/8-inch shall be corrected before the concrete has hardened. Transverse joints shall be at right angles to the centerline of the pavement and shall extend the full width of the slab. The transverse joints in succeeding lanes shall be placed in line with similar joints in the first lane. All joints shall be so prepared, finished, or cut to provide a groove of the width and depth shown on the plans. b. Tie bars. Tie bars shall consist of deformed bars installed principally in longitudinal joints as shown on the plans. Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals as shown on the plans. They shall be held in position parallel to the pavement surface and midway between the surfaces of the slab. When tie bars extend into an unpaved lane, they may be bent at right angles against the form at longitudinal construction joints, unless threaded bolt or other assembled tie bars are specified. These bars shall not be painted, greased, or enclosed in sleeves. C. Dowel bars. Dowel bars or other load -transfer units of an approved type shall be placed across transverse or other joints in the manner as specified on the plans. They shall be of the dimensions and spacings specified and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an approved assembly device to be left permanently in place. The dowel or load -transfer and joint devices shall be rigid enough to permit complete assembly, as a unit ready to be lifted and placed into position. Dowels shall be placed by the bonded -in -place method. Installation by removing and replacing dowels in preformed holes will not be permitted. Dowels in longitudinal and transverse construction joints shall be held securely in place parallel to the surface as indicated, by means of devices fastened to the form. Dowels in expansion joints and tie bars and dowels installed within the paving lane shall be held securely in place as indicated, by means of rigid metal bars or wires so arranged as to provide rigid support for the dowels throughout the paving operation, with a minimum of 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 15 06/11 I four continuous bars or wires extending across the paving lane. The dowels shall be welded to the assembly or held firmly by mechanical locking arrangements that will prevent the dowels from rising, sliding out, or becoming distorted during paving operations. The dowel assemblies shall be held securely in the proper location by means of suitable pins or anchors. When split dowels are used, the female portion of the split dowel shall be securely fastened to the pavement form in such manner as to maintain the proper position and alignment of the dowel during concrete placement and so that no mortar or other foreign matter will enter the socket or coupling. Prior to assembly of split dowels, the external and internal threads shall be cleaned thoroughly to remove all cement, cement mortar, grit, dirt, and other foreign matter. In the final assembly ofthe split dowels a minimum torque of 200 foot-pounds shall be applied. The spacing of dowels in longitudinal construction joints shall be as indicated except that where the planned spacing cannot be maintained because of form length or interference with form braces, closer spacing with additional dowels shall be used. Dowels in longitudinal joints shall be omitted when the center of the dowel would be located within a horizontal distance from a transverse joint equal to one-fourth of slab thickness. The method used in holding dowels in position shall develop such accuracy that the error in alignment of any dowel from its required position after the pavement has been finished shall be not greater than 1/8-inch per foot. The Contractor shall furnish an approved template for checking the position of the dowels. The portion of each dowel painted with rust preventative paint, as required under Paragraph 2-7, shall be thoroughly coated with asphalt MC-70, or an approved lubricant, to prevent the concrete from binding to that portion of the dowel. If free -sliding plastic -coated or epoxy -coated steel dowels are used, a lubrication bond breaker shall be used. 2. Installation. a. The top of an assembled joint device shall be set at the proper distance below the pavement surface and the elevation shall be checked. Such devices shall be set to the required position and line and shall be securely held in place by stakes or other means during the placing and finishing ofthe concrete. The premolded joint material shall be placed and held in a vertical position; if constructed in sections, there shall be no offsets between adjacent units. Dowel bars shall be checked for exact position and alignment as soon as the j oint device is staked in place, and the device shall be tested to determine whether it is firmly supported. The maximum permissible tolerance on dowel bar alignment in each plane, horizontal and vertical, shall not exceed 2 percent or 1/8-inch per foot of a dowel bar. Proper alignment may be obtained with well -fabricated dowel baskets and dowel assemblies. b. When joints in concrete pavements are sawed, the joints shall be cut as shown on the plans. Equipment shall be as described in Paragraph 3-2(d). The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8-inch wide and to the depth shown on the plans. When shown on the plans or required by the specifications, the top portion of the slot or groove shall be widened by means of a second shallower cut or by suitable and approved beveling to provide adequate space for joint sealers. Sawing of the joints shall commence as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing. Sawing shall be carried on both during the day and night as required. The joints shall be sawed at the required spacing ' 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 16 06/11 consecutively in sequence of the concrete placement, unless otherwise approved by the Owner's Representative. 3. Longitudinal Joints. a. Construction. Longitudinal construction joints necessary for lane construction shall be formed against suitable side forms (usually made of steel), as indicated in the plans. Wooden forms may be used under special conditions, when approved by the Owner's Representative. Where butt -type joints with dowels are designated, the dowels for this type shall be painted and greased. The edges of$he joint shall be finished with a grooving tool or edging tool, and aspace or slot shall be formed along the joint of the dimensions, as indicated, to receive the joint sealing material. Longitudinal construction joints shall be sawed to provide a groove at the top conforming to the details and dimensions indicated on the plans. Provisions shall be made for the installation of tie bars as noted on the plans. b. Contraction or weakened -plane type. The longitudinal groove sawed in the top of the slab shall be installed where indicated on the drawings. The groove shall be sawed with approved equipment in the hardened concrete to the dimensions required. The sawed groove shall be straight and ofuniform width and depth. The groove shall be clean cut so that spalling will be avoided at intersections with - transverse joints. Tie bars shall be installed across these joints where indicated on the plans. 4. Transverse Joints. a. Expansion. Transverse expansion joints shall be installed at the locations and spacing as shown on the plans. The joints shall be installed at right angles to the centerline and a endicular to the surface of the pavement. The joints shall be insta a an ins a to insure comp e e separa ion o e s a s. xpansion�otn shall be of the premolded type conforming to these specifications and with the plans and shall be the full width of the pavement strip. All concrete shall be cleaned from the top of the joint material. Before the pavement is opened to traffic, this space shall be swept clean and filled with approved joint sealing material. All devices used for the installation of expansion joints shall be approved by the Owner's Representative. They shall be easily removable without disturbing the concrete and held in proper transverse and vertical alignment. Immediately after forms are removed, any concrete bridging the joint space at the ends shall be removed for the full width and depth of the joint. When specified, expansion joints shall be equipped with dowels of the dimensions and at the spacing and location indicated on the plans. The dowels shall be firmly supported in place and accurately aligned parallel to the subgrade and the centerline of the pavement by means of a dowel assembly which will remain in the pavement and will ensure that the dowels are not displaced during construction. Other types of load -transfer devices may be used, when approved by the Owner's Representative. 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 -17 06/11 t b. Contraction. Transverse contraction joints, weakened -plane joints, or both, shall be installed at the locations and spacing as shown on the plans. These joints will be installed by sawing a groove into the concrete surface after the concrete has hardened in the same manner as specified in Paragraph 3-11(c)(3)b), of this Section. Dowel bar assemblies shall be installed, when required, as shown on the plans. C. Construction. Transverse construction joints shall be installed at the end of each day's placing operations and at any other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial set before fresh concrete arrives. The joint shall be located at a contraction or expansion joint. If the pouring of the concrete has been stopped, causing a joint to fall in another location, it shall not be installed; but the fresh concrete shall be removed back to the previously spaced regular joint. Construction joints shall be doweled unless shown otherwise. d. Final Strike -Off, Consolidation, and Finishing: 1) Sequence. The sequence of operations shall be the strike -off and consolidation, floating and removal of laitance, straightedging, and final surface finish. The addition of superficial water to the surface of the concrete to assist in finishing operations generally will not be permitted. If the application of water to the surface is permitted, it shall be applied as a fog spray by means of approved spray equipment. 2) Finishing at Joints. The concrete adjacent to joints shall be compacted or firmly placed without voids or segregation against the joint material; it shall be firmly placed without voids or segregation under and around all load -transfer devices, joint assembly units, and other features designed to extend into the pavement. Concrete adjacent to joints shall be mechanically vibrated as required in Paragraphs 3-1 0(a) and 3-11(a). After the concrete has been placed and vibrated adjacent to the joints, the finishing machine shall be operated in a manner to avoid damage or misalignment of joints. If uninterrupted operations of the finishing machine, to, over, and beyond the joints, cause segregation of concrete, damage to, or misalignment of the joints, the finishing machine shall be stopped when the screed is approximately 8 inches from the joint. Segregated concrete shall be removed from the front of and off the joint; the screed shall be lifted and set directly on top of the joint, and the forward motion of the finishing machine shall be resumed. Thereafter, the finishing machine may be run over the joint without lifting the screed, provided there is no segregated concrete immediately between the joint and the screed or on top of the joint. 3) Machine Finishing. The concrete shall be spread as soon as it is placed, and it shall be struck off and screeded by an approved finishing machine. The machine shall go over each area as many times and at such intervals as necessary to give the proper consolidation and to leave a surface of uniform texture. Excessive operation over a given area shall be avoided. When side forms are used, the tops of the forms shall be kept clean by an effective device attached to the machine, and the travel of the machine on the forms shall be maintained true without lit wobbling, or other variation tending to affect the precision finish. During the first pass of the finishing machine, a uniform ridge of concrete shall be maintained ahead ofthe front screed for its entire length. When in operation, the screed shall be moved 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 -18 06/11 S j forward with a combined longitudinal and transverse shearing motion, always moving in the direction in which the work is progressing, and so manipulated that neither end is raised from the side forms during the striking -off process. If necessary, this shall be repeated until the surface is of uniform texture, true to grade and cross section, and free from porous areas. 4) Hand Finishing. Hand finishing methods will not be permitted, except under the following conditions: In the event of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already deposited on the grade; or in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical. Concrete, as soon as placed, shall be struck off and screeded. An approved portable screed shall be used. A second screed shall be provided for striking off the bottom layer of concrete when reinforcement is used. The screed for the surface shall be at least 2 feet longer than the maximum width of the slab to be struck off. It shall be of approved design, sufficiently rigid to retain its shape, and shall be constructed either of metal or of other suitable material covered with metal. Consolidation shall be attained by the use of a suitable vibrator. 5) Floating. After the concrete has been struck off and consolidated, it shall be further smoothed, trued, and consolidated by means of a longitudinal float, using one of the following methods: (a) Hand Method. The hand -operated longitudinal float shall not be less prevent flexibility and warping. The longitudinal float, operated from foot bridges resting on the side forms and spanning but not touching the concrete, shall be worked with a sawing motion, while held in a floating position parallel to the pavement centerline and passing gradually from one side of the pavement to the other. Forward movement along the centerline of the pavement shall be in successive advances of not more than one-half the length of the float. Any excess water or soupy material shall be wasted over the pavement edge or side forms on each pass. (b) Mechanical Method. The Contractor may use a machine composed of a cutting and smoothing float(s), suspended from and guided by a rigid frame. The frame shall be carried by four or more visible wheels riding on, and constantly in contact with, the side forms or pavement subbase. If necessary, long -handled floats having blades not less than 5 feet in length and 6 inches in width may be used to smooth and fill in open -textured areas in the pavement. Long -handled floats shall not be used to float the entire surface of the pavement in lieu of mechanical methods. When strike -off and consolidation are done by hand and the crown ofthe pavement will not permit the use of the longitudinal float, the surface shall be floated transversely by means of a long -handled float. Care shall be taken not to work the crown out of the pavement during the operation. After floating, any excess water and laitance shall be removed from the surface of the pavement by a straightedge 10 feet 01268710 PORTLAND CEMENT CONCRETE PAVING 06/11 03320 - 19 or more in length. Successive drags shall be lapped one-half the length of the blade. 6) Straight -Edge Testing and Surface Correction. After the pavement has been struck off and consolidated and while the concrete is still plastic, it shall be tested for trueness with a 16-foot straightedge. For this purpose the Contractor shall furnish and use an accurate 16-foot straightedge swung from handles 3 feet longer than one-half the width of the slab. The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gone over from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than one-halfthe length of the straightedge. Any excess water and laitance shall be removed from the surface ofthe pavement. Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and refinished. Special attention shall be given to assure that the surface across joints meets the requirements for smoothness. Straightedge testing and surface corrections shall continue until the entire surface is found to be free. from observable departures from the straightedge and until the slab conforms to the required grade and cross section. The use of long -handled wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not accessible to finishing equipment. e. Surface Texture: The surface of the pavement shall be finished with either a broom or burlap drag finish for all newly constructed concrete pavements. 1) Brush or Broom Finish. If the pavement surface texture is to be a type of brush or broom finish, it shall be applied when the water sheen has practically disappeared. The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 of an inch in depth. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any imperfections resulting from the texturing operation shall be corrected. 2) Burlap Drag Finish. If a burlap drag is used to texture the pavement surface, it shall be at least 15 ounces per square yard. To obtain a rough -textured surface, the transverse threads of the burlap should be removed approximately 1 foot from the trailing edge. A heavy buildup of grout on the burlap threads produces the desired wide sweeping longitudinal striations on the pavement surface. The corrugations shall be uniform in appearance and approximately 1/16 of an inch in depth. f. Surface Test: As soon as the concrete has hardened sufficiently, the pavement surface shall be tested with a 16-foot straightedge or other specified device. Areas in a slab showing high spots of more than 1/4-inch but not exceeding 1/2-inch in 16 feet shall be marked and immediately ground down with an approved grinding machine to an elevation that will fall within the tolerance of 1/4-inch or less. Where the departure from correct cross section exceeds 1/2-inch, the pavement shall be removed and replaced at the expense of the Contractor when so directed by the Owner's Representative. Any areas or sections so removed shall be removed to the nearest joints in all directions. Removal of slabs shall be as specified in Paragraph 5. 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 20 06/11 g. Curing: Immediately after the finishing operations have been completed and marring of the concrete will not occur, the entire surface of the newly placed concrete shall be cured in accordance with one of the methods below. In all cases in which curing requires the use of water, the curing shall have prior right to all water supply or supplies. Failure to provide sufficient cover material of whatever kind the Contractor may elect to use, or lack of water to adequately take care of both curing and other requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be left exposed for more than 1/2-hour during the curing period. The following are alternate approved methods for curing concrete pavements. 1) Impervious Membrane Method. The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the rate of 1 gallon to not more than 75 square feet. The curing compound shall be applied uniformly until the surface presents a uniform white appearance and completely conceals the natural color of the concrete. Curing compound shall be maintained for a curing period of 14 days, unless otherwise approved by the Owner's Representative. The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application the compound shall be stirred continuously by concrete surfaces exposed by the removal of forms will be permitted. Curing compound shall not be applied to the inside faces of joints to be sealed, but approved means shall be used to insure proper curing of such joint faces for 72 hours. The curing compound shall be of such character that the film will harden within 30 minutes after application. Should the film become damaged from any cause within the required curing period, the damaged portions shall be repaired immediately with additional compound. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface. 2) Polyethylene Films. The top surface and sides of the pavement shall be entirely covered with polyethylene sheeting. The units shall be lapped at least 18 inches. The sheeting shall be placed and weighted to cause it to remain in contact with the surface covered. The sheeting shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the pavement. Unless otherwise specified, the sheeting shall be maintained in place for 72 hours after the concrete has been placed. 3) Waterproof Paper. The top surface and sides of the pavement shall be entirely covered with waterproofed paper. The units shall be lapped at least 18 inches. The paper shall be placed and weighted to cause it to remain in contact with the surface covered. The paper shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges ofthe slab. The surface of the pavement shall be thoroughly wetted prior to 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 21 i 06/11 . i'll placing of the paper. Unless otherwise specified, the paper shall be maintained in place for 72 hours after the concrete has been placed. 4) White Burlap -Polyethylene Sheets. The surface of the pavement shall be entirely covered with the sheeting. The sheeting used shall be such length (or width) that it will extend at least twice the thickness of the pavement beyond the edges ofthe slab. The sheeting shall be placed so that the entire surface and both edges of the slab are completely covered. The sheeting shall be placed and weighted to remain in contact with the surface covered, and the covering shall be maintained fully wetted and in position for 72 hours after the concrete has been placed. 5) Curing in Cold Weather. When the average daily temperature is below 40 degrees F, curing shall consist of covering the newly laid pavement with not less than 12 inches of loose, dry hay or straw, or equivalent protective curing authorized by the Owner's Representative, which shall be retained in place for 10 days. The hay or straw shall be secured to avoid being blown away. Admixture for curing or temperature control may be used only when authorized by the Owner's Representative. When the concrete is being placed and the air temperature may be expected to drop below 35 degrees F, a sufficient supply of straw, hay, grass, or other suitable blanketing material such as burlap or polyethylene shall be provided along the work. Any time the temperature may be expected to reach the freezing point during the day or night, the material so provided shall be spread over the pavement to a sufficient depth to prevent freezing of the concrete. The period of time such protection shall be maintained shall not be less than 10 days. A minimum of 3 days is required when high, early strength concrete is used. The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather, and any concrete injured by frost action shall be removed and replaced at the Contractor's expense. h. Removing Forms: Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has set for at least 12 hours, except where auxiliary forms are used temporarily in widened areas. Forms shall be removed carefully to avoid damage to the pavement. After the forms have been removed, the sides of the slab shall be cured as outlined in one of the methods indicated in Paragraph 3-11(g). Major honeycombed areas shall be considered as defective work and shall be removed and replaced. Any area or section so removed shall be removed to the nearest joints in all directions. i. Sealing Joints: The joints in the pavement shall be sealed in accordance with Section 03322 - Joint Sealing Filler, of these specifications. j. Protection of Pavement: The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents. This shall include watchmen to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, or crossovers, etc. The location and type of device or facility required to protect the work and provide adequately for traffic shall be the responsibility of the Contractor. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense. In order that the concrete be properly protected against the effects of rain before the concrete is sufficiently hardened, the Contractor will be required to have available at all times 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 22 -a 06/11 materials for the protection ofthe edges and surfaces of the unhardened concrete. Such protective materials shall consist of rolled polyethylene sheeting at. least 4 mils thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering. k. Opening to Traffic: The Owner's Representative shall decide when the pavement shall be opened to traffic. The pavement will not be opened to traffic until test specimens molded and cured in accordance with ASTM C31 have attained a minimum compressive strength of 3,200 pounds per square inch when tested in accordance with ASTM C39. If such tests are not conducted, the pavement shall not be opened to traffic until 28 days after the concrete was placed. Prior to opening to traffic, the pavement shall be cleaned. 1) Surface Tolerances: Extreme care must be exercised in all phases of the operation to assure the pavement will pass the specified tolerances. The following tolerances are applicable: (a) Lateral deviation from established alignment of the pavement edge shall not exceed plus or minus 0.10 foot in 100 feet of pavement - length or 0.02 foot in any one slab. (b) Vertical deviation from established grade shall not exceed plus or minus 0.04 foot at any point. (c) Surface smoothness deviations shall not exceed 1/4-inch from a i o-root siraignmeage piacea in any airection, in, along and spanning any pavement joint or edge. 3.12 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 or pavement slabs with one or more cracks through more than 1/4 of the depth of the pavement extending across more than 1/3 of the slab either transversely, longitudinally, or diagonally shall be entirely removed and replaced. Repairs of broken slabs shall be made in conformance with Paragraph 3.15. C. Grooving and Repairing Cracks in Pavement Slabs Random cracks penetrating more than 1/4 of the depth of the pavement shall be grooved, the crack filled with epoxy -resin and the groove filled with epoxy -resin grout. The top of the crack shall be grooved to a minimum depth of 3/4-inch and to a width not less than 3/8-inch nor more than 5/8-inch by means of an approved grooving machine. The grooving machine shall be of the vertical rotary -cutting type and shall be capable of following closely the path of the crack and of widening the top of the crack to the required section without spalling or otherwise damaging the concrete. Random cracks that are tight and that penetrate less than 1/4 of the depth of the pavement shall be filled with epoxy -resin. When necessary, the depth of crack penetration shall be determined by inspection of cores not less than 4 inches in diameter drilled by the Contractor at his expense at locations directed. The core holes shall be refilled with portland-cement concrete bonded to the pavement with epoxy -resin grout. In addition, when a 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 23 E 06/11_' 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 ofthe 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 degrees F. at any time during hardening. 3.13 NONWORKING (UNCRACKED) CONTRACTION JOINTS A. When a transverse random crack terminates in or crosses a transverse contraction joint, the uncracked portion of the joint shall be filled with epoxy -resin mortar or grout and the crack shall be routed and sealed. When a transverse random crack approximately parallels the planned contraction joint and is within a distance of 25 percent of the slab length from a contraction joint, the crack shall be routed and sealed, and the joint shall be filled with epoxy -resin grout or mortar. When a transverse random crack is more than 25 percent of a slab length from the nearest contraction joint, both the joint and the crack shall be sealed. Joints to be filled with epoxy -resin mortar or grout shall be thoroughly cleaned. Cleaning and sealing of cracks and joints shall be as specified in Section 03322 - Joint Sealing Filler, of these specifications. 3.14 SPALLING ALONG JOINTS AND CRACKS A. Spalls shall be repaired by making a saw cut at least 1 inch outside the spalled area and to a minimum depth of 2 inches. When the spalled area abuts a joint, the saw cut shall be made to a depth of inches or 1/6 the slab thickness, whichever is greater. The concrete between the saw cut and the joint or primary crack shall be removed to a minimum depth of 2 inches below the original concrete surface, and to such additional depth where necessary to expose a surface of sound, unweathered concrete that is uncontaminated by oils, grease, deicing salts or solutions, or other substances that would inhibit the performance of the epoxy -resin bonding material. Removal of the concrete volume between the saw cut and the joint or primary crack shall be accomplished using a hydraulic impact hammer, or other methods approved by the Owner's Representative. The Contractor shall exercise care in removing the required concrete such that no damage is inflicted on the adjoining concrete slab. Damage of adjoining concrete shall be repaired by the Contractor at his expense to the satisfaction of the Owner's Representative. B. The concrete void to be patched shall be thoroughly cleaned with compressed air, sandblasting, or other approved methods to remove all loose material. A prime coat of epoxy -resin binder thinned with 3 parts toluene to 7 parts epoxy binder, by volume, shall be applied to the dry, cleaned surface of all sides of the cavity, except the j oint or primary crack face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff -bristle brush. Placement of portland-cement concrete or epoxy -resin concrete or mortar shall be delayed until the prime coat becomes stringy or approaches dry to touch. The epoxy concrete shall then be 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 24 06/11 placed in the cavity in layers not exceeding 2 inches thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy -resin concrete does not exceed 140 degrees F. at any time during hardening. Mechanical plate, screed, float vibrators, or hand tampers shall be used to consolidate the concrete or mortar. Excess mortar or concrete on the adjacent surfaces of the hardened concrete shall be removed before it hardens. After the finishing operations and while the epoxy -resin concrete or mortar is still tacky, a thin coating of portland cement shall be uniformly spread on the surface of the repaired area and lightly brushed into the surface. If the spalled area to be patched abuts a working joint or a working crack which penetrates the full depth of a slab, an insert or other bond -breaking medium shall be used to maintain working joints or cracks during the repair work. Surface embedment of a flexible polyethylene or other suitable type hose shall be used for forming a groove along the working crack to be filled with appropriate type of joint -sealing material. The hose shall be removed carefully before the concrete hardens sufficiently to form a high bond. The groove shall be thoroughly cleaned and filled with a sealer as specified in Section 03322 - Joint Sealing Filler, of these specifications. 3.15 REMOVAL AND REPLACEMENT OF DEFECTIVE PAVEMENT AREAS A. Defective pavement areas shall be removed and replaced as specified herein with pavements of the thickness and quality required by these specifications. The defective pavement shall be carefully removed in such manner that the adjacent pavement will not be damaged and the existing keys or dowels at the joints will be left intact. When a portion of an unfractured slab is to be replaced, a saw cut 2 inches deep shall be made transversely across the slab in the required location, and the concrete shall be removed to provide an essentially vertical face in shall be cleaned of debris and loose concrete, and then thoroughly coated with epoxy -resin grout. The epoxy -resin coating shall be approximately 1/16-inch, and shall be applied by scrubbing a thin coat of grout into the surface with a stiff -bristle brush followed by a second application. Strips of polyethylene sheeting shall be placed on the vertical faces of adjacent slabs at the juncture with the slab to be patched as a bond -breaking medium. Placement of the fresh portland-cement concrete shall be accomplished while the epoxy -resin is still tacky and in such manner that the grout coating will not be removed. Longitudinal and transverse joints of the replaced slab or portion thereof shall be constructed as indicated. The joints shall be sealed as specified in Section 03322 - Joint Sealing Filler, of these specifications. The replaced pavements will be paid for at the contract price but no payment will be made for the defective pavements removed nor for the cost of removing the defective pavements. 3.16 TOLERANCE IN PAVEMENT THICKNESS A. The thickness of the pavement shall be determined by average caliper measurement of cores tested in accordance with ASTM C174. The Owner's Representative may elect to measure thickness of concrete pavement prior to placement based on measurements from a string line stretched across the forms or in the plastic concrete behind the concrete placing operation. B. Areas found deficient in thickness shall be removed and replaced with concrete ofthe thickness shown on the plans at the Contractor's expense. If cores are used to determine the concrete thickness, the core holes shall be filled with non -shrink grout by the Contractor at the Contractor's expense. END OF SECTION 01268710 PORTLAND CEMENT CONCRETE PAVING 03320 - 25 l 06/ 11-- SECTION 03321 CONCRETE SLABS, CURB AND GUTTER AND MISCELLANEOUS CONCRETE WORK PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 DESCRIPTION A. This item shall consist of concrete curb and gutter, concrete gutter, concrete slabs, concrete sidewalks and wheelchair ramps, and other miscellaneous concrete work constructed in accordance with these specifications at the specified locations in accordance with the dimensions, lines and grades as shown on the plans or required by the Owner's Representative. PART 2-PRODUCTS 2.1 CONCRETE A. Concrete materials and reinforcing steel used in concrete slabs, curb and gutter and miscellaneous concrete work shall conform to the requirements of Section 03320 - Portland Cement Concrete Paving, of these specifications. PART 3 - EXECUTION 3.1 GENERAL A. The Contractor shall furnish all labor, materials and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Owner's Representative. The Contractor shall employ, at all times, a sufficient force of workmen of such experience and ability that the work can be prosecuted in a satisfactory and workmanlike manner. 3.2 PREPARING BASE AND SUBGRADE A. Excavation or filling for curb and gutters, slabs and other miscellaneous concrete work shall conform to the lines and grades as shown on the plans or as established in the field. Where concrete work is on fill, the fill material shall be placed in layers and given compaction, by appropriate methods in accordance with Section 02200 - Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling, of these specifications. Placing of curb and gutter or other concrete work on narrow embankment will not be permitted. Where curb and gutter or 01268710 CONCRETE SLABS, CURB AND GUTTER 03321 - 1 06/11 AND MISCELLANEOUS CONCRETE WORK other concrete work is in "cut," the subgrade shall be excavated to the required depth and fine graded, sprinkled and tamped by hand tampers or other appropriate method. In any case the base and subgrade shall be brought uniformly to the grade required by the grades established in the field and the detail of the sections shown on the plans, and thoroughly compacted. B. At any time, the Owner's Representative may order proof rolling to test the uniformity of compaction of the subgrade or base course. Proof rolling shall be accomplished using a 25-ton pneumatic roller, or other rolling devices as approved by the Owner's Representative. Proof rolling shall be accomplished by the Contractor at his expense. All irregularities, depressions, or weak or soft areas which develop during proof rolling shall be corrected immediately by the Contractor. 3.3 FORMS A. Forms for curb and gutter shall be approved type metal forms. The form sections shall be straight, free of warp and of a depth equal to the depth of the concrete section formed. Forms shall be constructed accurately to lines and grades as shown on the plans or as established in the field, shall be adequately braced so that they will not move during placing of the concrete, and shall remain in place at least twelve (12) hours after placing of concrete. Forms shall be oiled with a light oil before each use and forms which are to be reused shall be cleaned immediately after use and maintained in good condition. Forms for concrete slabs and other concrete work` shall also conform to provisions of this paragraph. Forms for curb and gutter on curves with a radius of 150 feet or less shall be flexible steel forms. 3.4 MACHINE LAID CURB AND GUTTER A. The concrete curb and gutter sections may be formed with a curb and gutter laydown machine, k provided the machine is capable of laying the curb and gutter to the proper guide, alignment and cross-section, and is equipped with adequate vibrators to produce a dense concrete free of honeycombs. B. Laydown machines that cannot meet the above requirements will not be acceptable for use. 3.5 PLACING A. Concrete shall be deposited in place in such a manner as to require the minimum of rehandling and shall be placed in a manner which will produce a uniformly dense section, free of honeycomb or other voids, conforming to the grade, thickness and shapes shown on the plans. Before placing concrete, the subgrade, base or subbase shall be sprinkled so that it is in a thoroughly moistened condition (but not muddy). The concrete base course shall be formed to the true section as shown on the plans for the various sections. The section shall be shaped by the use of a metal screed shaped to the true cross-section of the finished section, or by other method approved by the Owner's Representative. On curb and gutter sections, the front face of the curb shall be formed by a method approved by the Owner's Representative. B. During placing operations, should the cross-section ofthe newly -placed curb and gutter deviate from the cross-section shown on the plans, or other cross-section as approved by the Owner's Representative, by more than 1 /8 inch, the Contractor shall make immediate corrections to the cross-section as required to produce the specified cross-section. The Contractor will be allowed a maximum of 100 linear feet of curb and gutter to make any adjustments required to produce the specified cross-section, within an allowable deviation of 1 /8 inch. Should the Contractor be unable to achieve the required cross-section within the allowed 100 linear feet of curb and 01268710 CONCRETE SLABS, CURB AND GUTTER 03321- 2 06/11 AND MISCELLANEOUS CONCRETE WORK--- gutter, all curb and gutter operations shall cease until the Contractor demonstrates, on a test site away from this project, the ability to produce the required curb and gutter cross-section. C. Any curb and gutter that deviates from the specified cross-section by more than 1/4 inch shall be removed and replaced by the Contractor at his expense. D. Concrete shall be thoroughly spaded or vibrated in order to eliminate honeycomb. Honeycombed places in the back of curb or face of gutter will not be permitted. Small honeycombed places shall be patched immediately as directed by the Owner's Representative. Concrete shall not be placed when the temperature is less than 40T. and under no circumstances shall it be placed on frozen ground. 3.6 JOINTS A. Curbs and gutters shall be constructed with an expansion joint at the tangent point of each return at intersections and at the end of each day's concrete pour. A construction or contraction joint shall be located at intervals corresponding to the joint interval of the adjacent concrete pavement or as directed by the Owner's Representative. Joints in the new concrete pavement shall extend through the new curb and gutter unless otherwise directed by the Owner's representative. All joints shall be perpendicular to the surface of the concrete and to the axis of the section. The contraction joints shall be made by cutting into the curb and gutter sections with a trowel a depth of 2 inches; these joints shall be finished as specified under finishing. B. Expansion joint material shall be an approved pre -formed bituminous impregnated non -extruding type jointing material, meeting the requirements ofAASHTO M 213. The joint material shall be 1/2 inch thick, and shaped to the section of the curb and gutter or other work. 3.7 FINISHING A. Curb and gutter, gutter, concrete slabs and other miscellaneous concrete work shall be accurately shaped to the cross section shown on the plans or approved by the Owner's Representative and finished to a surface of uniform texture by floating with a wood float and trowelling. The final finishing shall be done with a brush, the last stroke being one from the back ofthe curb to the lip ofthe gutter and transversely on other work. Both sides of all joints, the lip of the gutter and back edge of the curb shall be finished with an approved edging tool before the final brushing. Curbs at top and bottom of curb section shall be accurately shaped and finished and the finished curb and gutter shall present a uniform appearance without "waves" in the face of the curb or "pockets" in the gutters or slabs. Particular care shall be exercised at all valley gutters, both in setting forms and finishing, to insure that the shape ofthe gutter shall conform to the details of the plans and that no water pockets will be formed either in the gutter or the pavement. At construction joints the mortar shall be cut the full width of the joint in the base course. The construction and contraction joints shall be neatly formed and finished with an approved edging or grouting tool of such design to groove the joint approximately 3/4" in depth. 3.8 BACKFILLING A. After the concrete work has set sufficiently, the spaces adjacent to the structure shall be refilled to the required elevation with approved material in accordance with Section 02200 - Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling, of these specifications. 01268710 CONCRETE SLABS, CURB AND GUTTER 03321 - 3 06/11 AND MISCELLANEOUS CONCRETE WORK I, 3.9 CLEANING AND RESTORATION OF SITE A. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders or as ordered by the Owner's Representative. The Contractor shall restore all disturbed areas to their original condition, unless otherwise shown on the drawings. B. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear and in good condition. C. Performance of the work described in this section is not payable directly but shall be considered as a subsidiary obligation of the Contractor, covered under the contract unit price for the structure. END OF SECTION 01268710 CONCRETE SLABS, CURB AND GUTTER 03321 - 4 06/11 AND MISCELLANEOUS CONCRETE WORK SECTION 03322 JOINT SEALING FILLER PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 DESCRIPTION A. This item shall consist of providing and installing a resilient and adhesive joint sealing filler capable or effectively sealing joints in pavements. PART 2-PRODUCTS 2.1 JOINT SEALERS A. Each lot or batch of sealing compound shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, and the safe heating temperature and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification. B. Joint sealing materials shall be machine -applied. Hand -mixed joint sealing materials will not be allowed. Joint sealing materials shall meet the requirements of one or more of the following: 1. ASTM D3405 - Joint Sealants, Hot -Poured, for Concrete and Asphalt Pavements, to be used in joints between portland cement concrete and bituminous concrete. 2. ASTM D3406 - Joint Sealants, Hot -Poured, Elastomeric-Type, for Portland Cement Concrete Pavements, to be used for all other joints in portland cement concrete pavement. 2.2 BACKER ROD AND BOND BREAKER A. Backer rod shall be an extruded, closed cell polyethylene or urethane material designed for filling joints and shall be compatible with the joint sealing material. The diameter of the backer rod shall be approximately 25 percent greater than the width of the joint. A non-metallic bond breaker will be required if the backer rod material adheres to the joint sealing material. PART 3 - EXECUTION 3.1 TIME OF APPLICATION A. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment traffic. The pavement temperature shall be above 50' F., or as recommended by joint sealing material manufacturer, at the time of installation of the joint sealing material. ' 01268710 JOINT SEALING FILLER 03322 -1 06/11 3.2 PREPARATION OF JOINTS A. Immediately before sealing, the joints shall be thoroughly cleaned of all laitance, curing compound, and other foreign material. Cleaning shall be accomplished by sandblasting. The joints shall be sandblasted immediately prior to the sealing operation unless otherwise directed by the Owner's Representative. The sandblasted joints shall be cleaned out by the use of an oil free high pressure air jet. The final blowing operation shall precede the sealing operation by no more than 50 feet. After the joints have been blown by air, the compressible filler shall be installed in the joint followed by the installation of the bond breaker. The bond breaker shall be as recommended by the manufacturer of the sealing material. The joint faces shall be surface dry when the seal is applied. 3.3 INSTALLATION OF SEALANTS A. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Owner's Representative before sealing is allowed. Sealants shall be installed in accordance with the following requirements. B. The joint sealant shall be applied uniformly solid from bottom to top and shall be filled without formation of entrapped air or voids. A backing material shall be placed as shown on the plans and shall be nonadhesive to the concrete or the sealant material. The heating kettle shall be an indirect heating type, constructed as a double boiler. A positive temperature control and mechanical agitation shall be provided. The sealant shall not be heated to more than 200 F. below the safe heating temperature. The safe heating temperature can be obtained from the manufacturer's shipping container. A direct connecting pressure type extruding device with nozzles shaped for insertion into the joint shall be provided. Any sealant spilled on the surface of the pavement shall be removed immediately. C. After the sealant has been allowed sufficient time to cure, the joint shall be checked for depressions. If depressions greater than 1/8-inch occur, additional sealant shall be applied to completely fill the joint. END OF SECTION 01268710 JOINT SEALING FILLER 03322 - 2 06/11 SECTION 05521 PIPE AND TUBE RAILINGS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Steel pipe bar and tube railings. 1.3 PERFORMANCE REQUIREMENTS A. General: In engineering railings to withstand structural loads indicated, determine allowable design working stresses of railing materials based on the following: 1. Steel: 72 percent of minimum yield strength. B. Structural Performance: Provide railings capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indicated: 1. Handrails: a. Uniform load of 50 lbf/ ft. applied in any direction. b. Concentrated load of 200 lbf applied in any direction. C. Uniform and concentrated loads need not be assumed to act concurrently. 2. Top Rails of Guards: a. Uniform load of 50 lbf/ ft. applied horizontally and concurrently with 100 lbf/ ft. applied vertically downward. b. Concentrated load of 200 lbf applied in any direction. C. Uniform and concentrated loads need not be assumed to act concurrently. 3. Infill of Guards: a. Uniform load of 25 lbf/sq. ft. applied horizontally. b. Infill load and other loads need not be assumed to act concurrently. C. Thermal Movements: Provide exterior railings that allow for thermal movements resulting from the following maximum change in ambient and surface temperatures by preventing buckling, opening of joints, overstressing of components, failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. 1. Temperature Change: 120 deg F, ambient; 180 deg F, material surfaces. D. Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals and other materials from direct contact with incompatible materials. 1.4 SUBMITTALS A. Product Data: For the following: 1. Manufacturer's product lines of mechanically connected railings. 2. Grout, anchoring cement, and paint products. 01268710 PIPE AND TUBE RAILINGS 05521 - 1 06/11 B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. 1. Sections of each distinctly different linear railing member, including headrails, top rails, posts and ballasters._ 2. Fittings and brackets. C. Welding certificates. 1.5 QUALITY ASSURANCE ' A. Source Limitations: Obtain each type of railing through one source from a single manufacturer. . 9 B. Welding: Qualify procedures and personnel according to the following: 1. AWS D1.1, "Structural Welding Code --Steel.° = 1.6 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with railings by field measurements before fabrication and indicate measurements on Shop Drawings. 1. Provide allowance for trimming and fitting at site. 1.7 COORDINATION AND SCHEDULING A. Coordinate installation of anchorages for railings. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. B. Schedule installation so wall attachments are made only to completed walls. Do not support railings temporarily by any means that do not satisfy structural performance requirements. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Steel Pipe and Tube Railings: a. Pisor Industries, Inc. b. Sharpe Products. C. Wagner, R & B, Inc.; a division of the Wagner Companies. 2.2 METALS, GENERAL A. Metal Surfaces, General: Provide materials with smooth surfaces, without seam marks, roller marks, rolled trade names, stains, discolorations, or blemishes. B. Brackets, Flanges, and Anchors: Cast or formed metal of same type of material and finish as supported rails, unless otherwise indicated. 01268710 PIPE AND TUBE RAILINGS 05521 - 2 06/11_ i 2.3 STEEL AND IRON A. Tubing: ASTM A 500 (cold formed). B. Pipe: ASTM A 53/A 53M, Type F or Type S, Grade A, Standard Weight (Schedule 40), unless another grade and weight are required by structural loads. C. Plates, Shapes, and Bars: ASTM A 36/A 36M. D. Castings: Either gray or malleable iron, unless otherwise indicated. 1. Gray Iron: ASTM A 48/A 48M, Class 30, unless another class is indicated or required by structural loads. 2. Malleable Iron: ASTM A 47/A 47M. E. Woven -Wire Mesh: Intermediate -crimp, square pattern, 2-inch woven -wire mesh, made from 0.135-inch nominal diameter wire complying with ASTM A 510. 2.4 FASTENERS A. General: Provide the following: 1. Steel Railings: Plated steel fasteners complying with ASTM B 633, Class Fe/Zn 25 for electrodeposited zinc coating. B. Fasteners for Anchoring Railings to Other Construction: Select fasteners of type, grade, and class required to produce connections suitable for anchoring railings to other types of construction indicated and capable of withstanding design loads. C. Fasteners for Interconnecting Railing Components: I. Provide concealed fasteners for interconnecting railing components and for attaching them to other work, unless otherwise indicated. 2. Provide tamper -resistant flat -head machine screws for exposed fasteners, unless otherwise indicated. D. Anchors: Provide cast -in -place chemical or torque -controlled expansion anchors, fabricated from corrosion -resistant materials with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and equal to four times the load imposed when installed in concrete, as determined by testing per ASTM E 488 conducted by a qualified independent testing agency. 2.5 MISCELLANEOUS MATERIALS A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded. B. Shop Primers: Provide primers that comply with Division 9 painting Sections. C. Nonshrink, Nonmetallic Grout: Factory -packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107. Provide grout specifically recommended by manufacturer for interior and exterior applications. 2.6 FABRICATION A. General: Fabricate railings to comply with requirements indicated for design, dimensions, member sizes and spacing, details, finish, and anchorage, but not less than that required to support structural loads. B. Assemble railings in the shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. Use connections that maintain structural value of joined pieces. 01268710 PIPE AND TUBE RAILINGS 05521 - 3 06/ 11 t C. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch, unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. D. Form work true to line and level with accurate angles and surfaces. E. Fabricate connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. F. Cut, reinforce, drill, and tap as indicated to receive finish hardware, screws, and similar items. G. Connections: Fabricate railings with welded connections, unless otherwise indicated. H. Welded Connections: Cope components at connections to provide close fit, or use fittings designed for this purpose. Weld all around at connections, including at fittings. 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove flux immediately. 4. At exposed connections, finish exposed surfaces smooth and blended so no roughness shows after finishing and welded surface matches contours of adjoining surfaces. I. Nonwelded Connections: Connect members with concealed mechanical fasteners and fittings. Fabricate members and fittings to produce flush, smooth, rigid, hairline joints. 1. Fabricate splice joints for field connection using an epoxy structural adhesive if this is manufacturer's standard splicing method. J. Form changes in direction as follows: 1. As detailed. 2. By flush bends. 3. By radius bends of radius indicated or by inserting prefabricated elbow fittings of radius indicated. K. Form simple and compound curves by bending members in jigs to produce uniform curvature for each repetitive configuration required; maintain cross section of member throughout. entire bend without buckling, twisting, cracking, or otherwise deforming exposed surfaces of components. L. Close exposed ends of railing members with prefabricated end fittings. M. Provide wall returns at ends of wall -mounted handrails, unless otherwise indicated. Close ends of returns unless clearance between end of rail and wall is 1/4 inch or less. N. Brackets, Flanges, Fittings, and Anchors: Provide wall brackets, flanges, miscellaneous fittings, and anchors to interconnect railing members to other work, unless otherwise indicated. 1. At brackets and fittings fastened to plaster or gypsum board partitions, provide fillers made from crush -resistant material, or other means to transfer wall loads through wall finishes to structural supports and prevent bracket or fitting rotation and crushing of substrate. O. Provide inserts and other anchorage devices for connecting railings to concrete or masonry work. Fabricate anchorage devices capable of withstanding loads imposed by railings. Coordinate anchorage devices with supporting structure. P. For railing posts set in concrete, provide steel sleeves not less than 6 inches long with inside dimensions not less than 1/2 inch greater than outside dimensions of post, with steel plate forming bottom closure. 01268710 PIPE AND TUBE RAILINGS 05521 - 4 06/11- ri Q Q. Woven -Wire Mesh Infill Panels: Fabricate infill panels from woven -wire mesh crimped into 1-by-1/2-by-1/8-inch metal channel frames. Make wire mesh and frames from same metal as railings in which they are .installed. 1. Orient wire mesh with wires perpendicular and parallel to top rail. R. Toe Boards: Where indicated, provide toe boards at railings around openings and at edge of open -sided floors and platforms. Fabricate to dimensions and details indicated. 2.7 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Provide exposed fasteners with finish matching appearance, including color and texture, of railings. 2.8 STEEL AND IRON FINISHES A. Galvanized Railings: 1. Hot -dip galvanize exterior steel and iron railings, including hardware, after fabrication. 2. Comply with ASTM A 123/A 123M for hot -dip galvanized railings. 3. Comply with ASTM A 153/A 153M for hot -dip galvanized hardware. B. Fill vent and drain holes that will be exposed in the finished Work, unless indicated to remain as weep holes, by plugging with zinc solder and filing off smooth. C. For galvanized railings, provide hot -dip galvanized fittings, brackets, fasteners, sleeves, and other ferrous components. D. For nongalvanized steel railings, provide nongalvanized ferrous -metal fittings, brackets, fasteners, and sleeves, except galvanize anchors to be embedded in exterior concrete or masonry. E. Preparation for Shop Priming: After galvanizing, thoroughly clean railings of grease, dirt, oil, flux, and other foreign matter, and treat with metallic -phosphate process. F. Preparation for Shop Priming: Prepare uncoated ferrous -metal surfaces to comply with minimum requirements indicated below for SSPC surface preparation specifications and environmental exposure conditions of installed railings: 1. Exterior Railings (SSPC Zone 1B): SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." 2. Interior Railings (SSPC Zone 1A): SSPC-SP 7/NACE No. 4, "Brush-off Blast Cleaning." G. Apply shop primer to prepared surfaces of railings, unless otherwise indicated. Comply with requirements in SSPC-PA 1, "Paint Application Specification No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting. Primer need not be applied to surfaces to be embedded in concrete or masonry. 1. Stripe paint corners, crevices, bolts, welds, and sharp edges. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine plaster and gypsum board assemblies, where reinforced to receive anchors, to verify that locations of concealed reinforcements have been clearly marked for Installer. Locate reinforcements and mark locations if not already done. 01268710 PIPE AND TUBE RAILINGS 05521 - 5 06/ 11 1.7 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual routing of conduits. 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of ANSIINFPA 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. Wet and Damp Locations above grade: Use rigid steel or liquid tight flexible conduit. C. Dry Locations: Use electrical metallic tubing for concealed and exposed locations. D. Below Slab: Non metallic PVC conduit is acceptable within limitations specified. E. Below Grade: Use only PVC coated rigid galvanized steel, wrapped rigid steel, or non metallic PVC conduit within limitations specified. F. MC Cable: Shall not be utilized on this project. 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. 01268710 CONDUIT 16111 - 2 06/11 s 2.3 FLEXIBLE METAL CONDUIT A. ' Manufacturers: 1. Greenfield. 2. Electri-Flex. 3. Allied Tube. 4. Substitutions: Under provisions of Section 01600. B. Description: Interlocked steel construction. Aluminum is not permitted. C. Fittings: ANSI/NEMA FB 1 with fittings approved for steel flex. D. Applications: Use for final connections to motorized equipment, connections to recessed lighting fixtures located in accessible ceilings, and connections to dry type transformers. Utilization of 3/8" in lieu of the minimum 3/4" is acceptable under the limitations of the National Electrical Code. 2.4 LIQUIDTIGHT FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Ultratite. 2. Electri-flex. 3. . Substitutions: Under provisions of Section 01600. B. Description: Interlocked steel construction with PVC jacket. C. Fittings: ANSI/NEMA FB 1. D. Applications: Use for final connections to motorized equipment in exterior locations and areas subjected to moisture (kitchen). 2.5 ELECTRICAL METALLIC TUBING (EMT) A. Manufacturers: 1. Allied. 2. Substitutions: Under provisions of Section 01600. B. Description: ANSI C80.3; galvanized tubing. C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel, compression. D. Applications: Do not use below grade or in exterior locations. Use only in interior locations. 2.6 PVC COATED METAL CONDUIT A. Manufacturers: 1. Levy. 2. Robroy Industries. 3. Substitutions: Under provisions of Section 01600. B. Description: NEMA RN-1, rigid steel conduit with external PVC coating, 20 mil thick. C. General: Protective layer may be factory applied or galvanized rigid steel conduit may be applied with two layers of corrosion resistant tape. D. Fittings and Conduit Bodies: ANSI/NEMA FB 1; steel fittings with external PVC coatings to match conduit. 01268710 CONDUIT 16111 - 3 06/11 2.7 NON METALLIC PVC CONDUIT A. Manufacturers 1. Carlon. 2. Allied. 3. Substitution: Under Provisions of Section 01600. 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 with wrapping. E. Do not use above grade. F. Joints made with PVC fittings shall be applied with solvent compound afterthorough cleaning. 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. Fasten conduit supports to building structure and surfaces under provisions of Section 16190. G. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports. H. Do not attach conduit to ceiling support wires. I. Arrange conduit to maintain headroom and present neat appearance. J. Route exposed conduit parallel and perpendicular to walls. K. Route conduit installed above accessible ceilings parallel and perpendicular to walls. L. Maintain adequate clearance between conduit and piping. M. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. N. Cut conduit square using saw or pipecutter; de -burr cut ends. O. Bring conduit to shoulder of fittings; fasten securely. P. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. Q. 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. R. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. S. Provide suitable fittings to accommodate expansion and deflection where conduit crosses, control and expansion joints. T. Provide suitable pull string in each empty conduit except sleeves and nipples. U. Use suitable caps to protect installed conduit against entrance of dirt and moisture. V. Ground and bond conduit under provisions of Section 16170. W. Identify conduit under provisions of Section 16195. X. Ducts shall be cleaned with an flexible mandrel assembly. 01268710 CONDUIT 16111 - 4 06/11 Y. All conduits passing vertically through slabs on grade shall be PVC -coated, rigid steel. Rigid steel conduits shall be applied with protective coatings as indicated herein. Z. Underground branch circuit extensions to parking lot lighting fixtures and other branch circuits may be direct buried PVC conduit. Service entrance PVC conduit shall be concrete encased in accordance with the drawings unless otherwise approved by the Engineer. AA. Minimum cover for underground conduits shall be 24 inches unless otherwise noted. BB. All conduit shall be routed concealed as much as possible including conduit serving roof -mounted equipment. Roof penetrations for conduits shall adhere to the requirements and details as indicated on the Architectural drawings. 3.2 INTERFACE WITH OTHER PRODUCTS A. Install conduit to preserve fire resistance rating of partitions and other elements, using materials and methods meeting requirements of NFPA. B. Route conduit through roof openings for piping and ductwork or through suitable roof jack with pitch pocket. Coordinate location with roofing installation. 01268710 06/11 END OF SECTION CONDUIT 16111 -5 r SECTION 16123 BUILDING WIRE AND CABLE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Building wire and cable. B. Wiring connectors and connections. 1.3 RELATED SECTIONS A. Section 16195 - Electrical Identification. 1.4 REFERENCES A. Section 01090 — Reference Standards: Requirements for references and standards. B. NECA Standard of Installation (National Electrical Contractors Association). C. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). D. NFPA 70 - National Electrical Code. 1.5 SUBMITTALS FOR REVIEW A. Section 01300 — Submittals: Procedures for submittals. B. Product Data: Provide for each cable assembly type. 1.6 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. 1.7 SUBMITTALS AT PROJECT CLOSEOUT A. Section 01700 — Contract Closeout: Procedures for submittals. B. Project Record Documents: Record actual locations of components and circuits. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years documented experience. 01268710 BUILDING WIRE AND CABLE 16123 - 1 06/11 c 1.9 REGULATORY REQUIREMENTS A. Conform to NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 1.10 PROJECT CONDITIONS A. Verify that field measurements are as indicated. B. Conductor sizes are based on copper. C. Wire and cable routing indicated is approximate unless dimensioned. 1.11 COORDINATION A. Coordinate Work under provisions of Section 01039. B. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required. PART 2 - PRODUCTS 2.1 BUILDING WIRE A. Manufacturers: 1. Southwire. 2. American Cable. 3. Houston Wire and Cable. 4. Substitutions: Refer to Section 01600 — Product Requirements. B. Description: Single conductor insulated wire. C. Conductor: Copper. D. Insulation Voltage Rating: 600 volts. E. Insulation: NFPA 70, Type indicated herein. F. MC Cable: Shall not be utilized on this project. 2.2 WIRING CONNECTORS A. Split Bolt Connectors: I . Ilsco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 — Product Requirements. B. Solderless Pressure Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 — Product Requirements. C. Spring Wire Connectors: I. Ideal. 2. Substitutions: Refer to Section 01600 — Product Requirements. 01268710 BUILDING WIRE AND CABLE 16123 - 2 06/11 D. Compression Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 — Product Requirements. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that interior of building has been protected from weather. B. Verify that mechanical 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. Concealed Dry Interior Locations: Use only building wire, Type THW or THHN/THWN insulation, in raceway. B. Exposed Dry Interior Locations: Use only building wire, Type THW or THHN/THWN insulation, in raceway. C. Above Accessible Ceilings: Use only building wire, Type THW or THHN/THWN insulation, in raceway. D. Wet or Damp Interior Locations: Use only building wire, Type THW or THHN/THWN insulation, in raceway. E. Exterior Locations: Use only building wire, Type THW, THHN/THWN or XHHW insulation, in raceway. F. Use wiring methods indicated. 3.4 INSTALLATION A. Route wire and cable as required to meet Project Conditions. B. Install cable in accordance with the NECA "Standard of Installation." C. Use solid conductor for feeders and branch circuits 10 AWG and smaller. D. Use stranded conductors for control circuits. E. Use conductor not smaller than 12 AWG for power and lighting circuits with the exception of pre -manufactured fixture whips, listed for such use and not exceeding 6' in length. F. Use conductor not smaller than 14 AWG for control circuits. G. Use 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 100 feet and as indicated on the drawings. H. Install all conductors in conduit. I. Pull all conductors into raceway at same time. J. Use suitable wire pulling lubricant for building wire 4 AWG and larger. K. Protect exposed cable from damage. L. All cables shall be neatly supported. M. Use suitable cable fittings and connectors. 01268710 BUILDING WIRE AND CABLE 16123 - 3 06/11 I N. Neatly train and lace wiring inside boxes, equipment, and panelboards. O. Clean conductor surfaces before installing lugs and connectors. P. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. Q. 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. R. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. S. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. T. Identify and color code wire and cable under provisions of Section 16195. Identify each conductor with its circuit number or other designation indicated. U. The number of conductors in each conduit run shall be limited to the requirements as indicated on the drawings and indicated in Article 310 of the 2005 National Electrical Code. 3.5 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA ATS, except Section 4. B. Perform inspections and tests listed in NETA ATS, Section 7.3.1. END OF SECTION 01268710 BUILDING WIRE AND CABLE 16123 - 4 06/11 SECTION 16130 BOXES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Wall and ceiling outlet boxes. B. Pull and junction boxes. C. Floor boxes. 1.3 RELATED SECTIONS A. Section 16140 - Wiring Devices: Wall plates in finished areas. 1.4 REFERENCES 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 outlet, 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 OUTLET BOXES A. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel. B. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported; include half -inch male fixture studs where required. 01268710 BOXES 16130 -1 06/11 C. Cast Boxes: NEMA FB 1, Type FD, cast feralloy. Provide gasketed cover by box manufacturer. D. Wall Plates for Finished Areas: As specified in Section 16140. 2.2 PULL AND JUNCTION BOXES A. Sheet Metal Boxes: NEMA OS 1, galvanized steel. B. Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat -flanged, surface mounted junction box. C. Material: Galvanized cast iron. D. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. E. Kitchen/Scullery Area Boxes: All boxes that are stubbed up for dedicated equipment use or are used in a non -concealed application shall be cast. 2.3 FLOOR BOXES A. Stamped steel boxes with a minimum of 16 gauge steel for use in concrete slab applications. B. 16 gauge steel powder coated finish for use with carpet inserts or without. Provide cover with cable door. C. Provide a minimum of two duplex receptacles and two data outlet location. D. In addition to the required power conduits, provide a spare 1" conduit to above an accessible ceiling. E. Boxes shall be Hubbell No. HBLCFB301 BASE with covers, faceplates, devices and other accessories as noted. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify locations of outlets in all locations areas 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. Set wall mounted boxes at elevations to accommodate mounting heights specified in section for outlet device. D. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Adjust box location up to 10 feet if required to accommodate intended purpose. E. Maintain headroom and present neat mechanical appearance. F. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. G. Inaccessible Ceiling Areas: Install outlet and junction boxes no morethan 6 inches from ceiling access panel or from removable recessed luminaire. H. Install boxes to preserve fire resistance rating of partitions and other elements, using materials and methods as required by NFPA. I. Coordinate mounting heights and locations of outlets mounted above counters, benches, and backsplashes with Architectural drawings and other trades. J. Locate outlet boxes to allow luminaires positioned as shown on reflected ceiling plan. K. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices. 01268710 BOXES 16130 - 2 - 06/ 11 L. Use flush mounting outlet box in finished areas. M. Locate flush mounting box in masonry wall to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat opening. N. Do not install flush mounting box back-to-back in walls; provide minimum 6 inches separation. Provide minimum 24 inches separation in acoustic rated walls. O. Secure flush mounting box to interior wall and partition studs. Accurately position to allow for surface finish thickness. P. Use stamped steel bridges to fasten flush mounting outlet box between studs. Q. Install flush mounting box without damaging wall insulation or reducing its effectiveness. R. Use adjustable steel channel fasteners for hung ceiling outlet box. S. Do not fasten boxes to ceiling support wires. T. Support boxes independently of conduit. U. Use gang box where more than one device is mounted together. Do not use sectional box. V. Use gang box with plaster ring for single device outlets. W. Use cast outlet box in exterior locations exposed to the weather and wet locations and at all locations serving kitchen equipment. X. Large Pull Boxes: Use hinged enclosure in interior dry locations, surface -mounted cast metal box in other locations. Y. Coordinate with other trades for box rough -in, such that control devices are grouped (i.e., thermostats, wall switches, volume controls, etc.). 3.3 INTERFACE WITH OTHER PRODUCTS A. Coordinate installation of outlet box for security equipment. 3.4 ADJUSTING A. Section 01700 — Contract Closeout: Adjusting installed work. B. Adjust flush -mounting outlets to make front flush with finished wall 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. 3.6 REPAIR A. Repair any areas or surfaces damaged during conduit installation. .., B. Paint (resurface) to original condition. END OF SECTION 01268710 BOXES 16130 - 3 06/11 SECTION 16140 WIRING DEVICES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Wall switches. B. Receptacles. C. Device plates and decorative box covers. 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. 01268710 WIRING DEVICES 16140 -1 06/11 PART 2 - PRODUCTS 2.1 WALL SWITCHES A. Manufacturers: 1. Hubbell HBL1221-I. 2. Substitutions: Refer to Section 01600. B. Description: NEMA WD 1, 20 amp, Heavy -Duty, AC only general -use snap switch. C. Body and Handle: nylon ivory handle. D. Utilize equivalent series of manufacturer's numbers above for three-way, four-way and two -pole applications. 2.2 RECEPTACLES A. Manufacturers: 1. Hubbell HBL 5352-I. 2. Substitutions: Refer to Section 01600. Equivalent. B. Description: NEMA WD 1, Heavy-duty general use receptacle, with triple wipe contacts and grounding contacts integral with backstrap (no rivets). C. Device Body: Ivory plastic. 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. Hubbell GF5352-I or equivalent. 2.3 WALL PLATES A. Decorative Cover Plate: Stainless steel. B. Weatherproof Cover Plate: Gasketed cast metal with gasketed device cover on exterior devices. C. Surface Mounted Plates: Galvanized steel plates. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01300 — Submittals: Verification of existing conditions prior to beginning work. B. Verify that outlet boxes are installed at proper height. C. Verify that wall openings are neatly cut and will be completely covered by wall plates. D. Verify that branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. E. Verify installation location of all boxes to be installed in millwork with Architect. 3.2 PREPARATION A. Provide extension rings to bring outlet boxes flush with finished surface. B. Clean debris from outlet boxes. 01268710 WIRING DEVICES 16140 - 2 { 06/11 3.3 INSTALLATION A. Install in accordance with NECA "Standard of Installation." B. Install devices plumb and level. C. Install switches with OFF position down. D. Do not share neutral conductor on load side of dimmers. E. Install receptacles with grounding pole on top. F. Connect wiring device grounding terminal to branch circuit equipment grounding conductor. G. Install decorative plates on switch, receptacle, and blank outlets in finished areas. H. Connect wiring devices by wrapping conductor around screw terminal. I. Use jumbo size plates for outlets installed in masonry walls. J. Install galvanized steel plates on outlet boxes and junction boxes in unfinished areas, above accessible ceilings, and on surface mounted outlets. K. Install blank cover plate to match other wall 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. Install all wall switches, thermostats, and fire alarm pull stations at 48 inches above finished floor. C. Install convenience receptacle 18 inches above finished floor. D. Install convenience receptacle 6 inches above backsplash of counter unless otherwise directed by Architect. E. Install telephone jack 18 inches above finished floor. F. Install telephone for jack wall telephone to position top of telephone at 48 inches above finished floor. 3.5 FIELD QUALITY CONTROL A. Inspect each wiring device for defects. B. Operate each wall switch with circuit energized and verify proper operation. 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. Adjust devices and wall plates to be flush and level. 3.7 CLEANING A. Clean exposed surfaces to remove splatters and restore finish. END OF SECTION 01268710 WIRING DEVICES 16140 - 3 06/ 11 SECTION 16170 GROUNDING AND BONDING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Grounding electrodes and conductors. B. Equipment grounding conductors. C. Bonding. 1.3 REFERENCES A. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). B. NFPA 70 - National Electrical Code. 1.4 GROUNDING SYSTEM DESCRIPTION A. Metal underground water pipe. ° B. Metal frame of the building. C. 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. 01268710 GROUNDING & BONDING 16170 - 1 06/11 1-1 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. PART2-PRODUCTS 2.1 ROD ELECTRODES A. Material: Copper. B. Diameter: 3/4 inch. C. Length: 10 feet. 2.2 MECHANICAL CONNECTORS A. Material: Bronze. 2.3 EXOTHERMIC CONNECTIONS A. Manufacturers: Cadweld. 2.4 WIRE A. Material: Stranded copper. B. Grounding Electrode Conductor: Minimum size to meet NFPA 70 requirements or as indicated on the drawings. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that final backfill and compaction has been completed before driving rod electrodes. 3.2 INSTALLATION A. 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. B. Provide bonding to meet Regulatory Requirements. C. Bond together metal siding not attached to grounded structure; bond to ground. D. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. E. Grounding Electrode System: The new grounding electrode system shall consist ofthe common bonding of building steel, underground steel water piping and supplemental ground rods as detailed on the drawings. 01268710 GROUNDING & BONDING 16170 - 2 06/11 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: 120/208 volts Phase 277/480 volts Black A Brown Red B Orange Blue C Yellow White Neutral Gray Green Ground Green 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 fumished 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 01268710 ELECTRICAL IDENTIFICATION 16195 - 2 06/11 �i' SECTION 16441 ENCLOSED SWITCHES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Fusible switches. B. Non -fusible switches. C. Fuses. 1.3 REFERENCES A. NEMA KS 1 - Enclosed Switches. B. NFPA 70 - National Electrical Code. C. UL 198C High -Interrupting Capacity Fuses; Current Limiting Type. D. UL 198E - Class R Fuses. E. NEMA AB 1— Molded Case Circuit Breakers F. NECA — Standard of Installation 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide switch ratings and enclosure dimensions. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this Section with minimum three years documented experience. 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Furnish products listed and classified by UL as suitable for purpose specified and shown. 01268710 ENCLOSED SWITCHES 16441 - 1 06/11 PART 2-PRODUCTS 2.1 MANUFACTURERS A. Square D. B. General Electric. C. Eaton. 2.2 ENCLOSED SWITCHES A. Fusible or Non -fusible as indicated. B. Switch Assemblies: NEMA KS 1, Type HD load interrupter enclosed knife switch with externally operable handle interlocked to prevent opening front cover with switch in ON position. Handle lockable in OFF position. C. Fuse Clips: Designed to accommodate NEMA FU 1, class R fuses. D. Enclosures: NEMA KS 1. E. Interior Dry Locations: Type 1. F. Exterior Locations: Type 3R or 4. G. NEMA ratings of enclosures as specified on drawings take precedence over location specification. H. Current rating of switch to be equal to or greater than that of the circuit it is interrupting. 2.3 FUSES A. Manufacturers: 1. Bussman. 2. Littlefuse. 3. Gould Shawmut. B. Dimensions and Performance: NEMA FU 1, Class as indicated. C: Voltage: Provide fuses with suitable voltage ratings for phase to phase voltages. D. Service Entrance: Class L, Bussman Low -peak or equivalent. E. General Purpose Loads: Class RK1, Bussman Low -peak or equivalent. F. Motor Loads: Class RK5, Bussman Fusetron or equivalent. PART 3-EXECUTION 3.1 INSTALLATION A. Install in accordance with NECA Standard of Installation. B. Install fuses in all fusible disconnects. C. Apply adhesive tag on the inside door of all disconnects indicating the NEMA class fuse and size installed. D. Provide a disconnect switch for all equipment where indicated or required by the National Electrical Code. Coordinate with other disciplines to determine where disconnects are furnished with equipment. It shall be the responsibility of the Division 16 Contractor to ensure that a disconnect and overcurrent protection in accordance with the National Electrical Code is provided for each piece of equipment. END OF SECTION 01268710 ENCLOSED SWITCHES 16441 - 2 06/11 SECTION 16481 ENCLOSED MOTOR CONTROLLERS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Manual motor starters. B. Magnetic motor starters. C. Combination magnetic motor starters. 1.3 REFERENCES A. NFPA 70- National Electrical Code. B. UL 1 98C - High -Interrupting Capacity Fuses; Current Limiting Type. C. UL 1 98E - Class R Fuses. D. NECA "Standard of Installation," published by National Electrical Contractors Association. E. NEMA ICS 2 - Industrial Control Devices, Controllers, and Assemblies. F. NEMA ICS 6 - Enclosures for Industrial Controls and Systems. G. NEMA KS 1 - Enclosed Switches. 1.4 SUBMITTALS A. Submit under provisions of other Section. B. Product Data: Provide catalog sheets showing voltage, controller size, ratings and size of switching and overcurrent protective devices, short circuit ratings, dimensions, and enclosure details. C. Test Reports: Indicate field test and inspection procedures and test results. D. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. B. Maintain one copy of each document on site. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 01267810 ENCLOSED MOTOR CONTROLLERS 16481 - 1 06/11 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and indicated. PART2-PRODUCTS 2.1 MANUAL CONTROLLERS A. Manual Motor Controller: NEMA ICS 2, AC general-purpose Class A manually operated, full -voltage controller with overload element, NO auxiliary contact, and toggle operator. B. Fractional Horsepower Manual Controller: NEMA ICS 2, AC general-purpose Class A manually operated, full -voltage controller for fractional horsepower induction motors, with thermal Overload unit, and toggle operator. C. Enclosure: NEMA ICS 6; Type 3R or 4. 2.2 AUTOMATIC CONTROLLERS A. Magnetic Motor Controllers: NEMA ICS 2, AC general-purpose Class A magnetic controller for induction motors rated in horsepower. B. Coil operating voltage: 120 volts, 60 Hertz. C. Overload Relay: NEMA ICS; electronic solid state type; with phase loss and unbalance protection. D. Enclosure: NEMA ICS 6, Type 1. 2.3 PRODUCT OPTIONS AND FEATURES (PROVIDE FOR EACH CONTROLLER) A. Auxiliary Contacts: NEMA ICS 2, 2 each field convertible contacts in addition to seal -in contact. B. Cover Mounted Pilot Devices: NEMA ICS 2, heavy duty type. C. Pushbuttons: Recessed type. D. Indicating Lights: LED type. E. Selector Switches: Rotary type. F. Relays: NEMA ICS 2. 2.4 DISCONNECTS A. Combination Controllers: Combine motor controllers with fusible switch disconnect in common enclosure. B. Fusible Switch Assemblies: NEMA KS 1, enclosed knife switch with externally operable handle, Fuse clips: Designed to accommodate Class R fuses. 2.5 FUSES A. Description: Dual element, current limiting, time delay, one-time fuse, 250V volt, UL 198E, Class RK S. B. Interrupting Rating: 200,000 rms amperes. 01267810 ENCLOSED MOTOR CONTROLLERS 16481 - 2 06/11 �i t PART 3 - EXECUTION 3.1 INSTALLATION A. Install enclosed controllers where indicated, in accordance with manufacture's instructions. Provide a motor controller for all equipment not furnished as integral with equipment. Coordinate actual motor loads with overload protection. ^, B. Install enclosed controllers plumb. Provide supports in accordance with Section 16190. C. Height: 5 ft to operating handle. D. Install fuses in fusible switches. E. Select and install overload heater elements in motor controllers to match installed motor characteristics. F. Provide engraved plastic nameplates under the provisions of Section 16195. G. Provide neatly typed label inside each motor controller door identifying motor served, nameplate horsepower, full load amperes, code letter, service factor, and voltage/phase rating. 3.2 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of other Sections. B. Inspect and test each enclosed controller to NEMA ICS 2. END OF SECTION 01267810 ENCLOSED MOTOR CONTROLLERS 16481 - 3 06/11 i SECTION 17201 GENERAL PROVISIONS FOR COMMUNICATION MEDIA PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Division 1 - General Requirements apply to work of this section. 1.2 COMMUNICATION MEDIA Conditions and A. The communication media to be furnished and installed under these specifications shall be run as indicated and as specified herein, as required by particular conditions at the site, and as required to conform to the generally accepted standards as to complete the work in a neat and satisfactorily workable manner. The following is a general outline concerning the installation of communication media and is to be excepted where the drawings or building conditions necessitate deviating from these standards. B. The Contractor shall thoroughly acquaint himself with the details of the construction and its requirements before submitting their bid. No allowances will be made because of the Contractor's unfamiliarity with these construction specifications. C. The plans do not give exact details as to the elevations of the communication media, its exact locations, etc. Offsets and other installation details have not been included. The Contractor shall carefully lay out his work at the site to conform to the architectural and structural conditions that avoid obstructions and conform to manufacturer's installation requirements, to provide a complete operating communications facility. D. The communication media system plans show the general locations of the various devices and apparatus and the methods of installing them. The exact locations of these devices and apparatus shall be verified by the Contractor and referenced to the general plans and all detailed drawing and rough -in drawings by measurements at the site. The Engineer shall approve installation placement details. The Engineer reserves the right to make any reasonable changes in location of any device or apparatus before the installation (within 10 feet of the approved location) or after the installation if an obvious conflict exists, with out additional costs to the Owner. E. The Contractor shall be responsible for fitting their proposed materials and apparatus into the existing space. Should the proposed materials and apparatus not fit into the existing space or that require other space conditions than those detailed within these specifications, the Contractor shall arrange for the space with the Engineer before submitting their bid. Should changes become necessary on the account of the Contractor's failure to comply with this clause, the Contractor shall make the necessary changes at the Contractor's own expense. F. The Contractor shall submit working scale drawings and details of all devices and apparatus that vary from these specifications and plans. Submitted drawings and details shall be approved by the Engineer before the installation is started. 01268710 06/11 GENERAL PROVISIONS FOR COMMUNICATION MEDIA 17201 - 1 G. The Contractor shall conform the installation order of precedence in laying out and installing the communication media system in order to fit the materials into the space above the ceilings, in chases, and through walls. The Contractor shall coordinate the installation work with other construction trades as necessary to complete the installation and avoid conflicts and disruptions of the facility. The following order shall govern the order installation: 1. Work affecting the security of the facility. 2. Work affecting the operation of the facility such as the flow traffic, aviation operations, and service outages (electrical and plumbing), etc. 3. Work affecting the visual appearance of the facilities grounds such as landscaping, fencing, drives, etc. H. Exceptions and inconsistencies in the plans and specifications shall be brought to the Engineer's attention before the contract is signed. Otherwise, the Contractor shall be responsible for any and all changes and additions that may be necessary to complete the installation of the communications media apparatus, materials, and equipment. I. The Contractor shall distinctly understand the intent of the Drawings and Specifications described herein to produce a finished and operating communication media system. Any items required to accomplish this intent shall be included, whether specifically noted or not. J. Each Contractor shall examine the Drawings and Specifications for the General Construction. If these documents show any item requiring work under this Division and that work is not indicated on the respective drawings, the Contractor shall notify the Engineer in sufficient time .to clarify those items before bidding. If no notification is received, the Contractor is assumed to require no clarification, and shall install the work as indicated on the General Plans in accordance with the specifications. 1.3 DIMENSIONS A. Before ordering any material or starting the installation work, the Contractor shall verify all necessary dimensions, including elevations, and shall be responsible for the correctness of those dimensions. No additional compensation will be allowed to account for differences between the actual dimensions and the measurements indicated on the drawings. 1.4 INSPECTION OF THE SITE A. The accompanying plans do not indicate completely the existing electrical conduits and support systems. The Contractor for the work under these specifications shall inspect the existing facility and planned conduit routes to thoroughly acquaint themselves with the conditions to be met in installing and completing the communication system within the existing facility. Failure to comply with the inspection of the site shall not constitute grounds for any additional compensation to the Contractor. 1.5 TRANSMISSION MEDIA A. All cabling of the communications system will be done under this Division of these Specifications. Every fiber cable shall be completely installed under this Division. Verification of the exact location and method of connection is the responsibility of the Contractor under this Division. If conflicts occur between the drawings and the actual requirements, the actual requirements shall govern. ., 01268710 GENERAL PROVISIONS FOR 17201 - 2 k 06/11 COMMUNICATION MEDIA 1.6 PROGRESS OF WORK A. The Contractor shall keep himself fully informed as to the progress of the work and do his work at the proper time without waiting for notification from the Engineer or Owner. 1.7 MANUFACTURER'S DIRECTIONS A. All manufactured items and materials shall be installed, applied, and handled as is recommended by the manufacturer. 1.8 MATERIALS AND WORKMANSHIP A. All materials furnished shall be new unless otherwise specified. Materials shall be free from defects and undamaged at the completion of the installation. All materials requiring or subject to the standards of an Underwriters Laboratories, Inc. (UL) listing shall bear a UL label. B. The Engineer reserves the right to call for samples of any item of material offered in substitution, together with a sample of the specified material from the Contractor. The Engineer will evaluate the quality and compare the materials and deem which of the materials shall work better for the application. This shall be limited to raceways, transmission media, cabinets, and enclosures along with similar items and shall not be applicable to major manufacturer's materials. C. The Contractor shall be responsible for the transportation, loading and off-loading of all materials at the job site. The Contractor shall also be responsible for the storage and protection of these materials and the work until the final acceptance of the project. D. The Contractor shall furnish all necessary scaffolding, lifts, tackle, tools, and appurtenances of all kinds, and all labor that is required for the safe and expeditious execution of this contract. E. The workmanship of the Contractor shall in all respects be of the highest quality and all construction shall be done according to the best construction practices of the trade. 1.9 PROTECTION OF APPARATUS A. The Contractor shall at all times take such precautions as necessary to properly protect his new apparatus from damage. This shall include the erection of all required temporary shelters to adequately protect any apparatus stored in the open on the job site, the cribbing of any apparatus above the floor of the construction, and the covering of apparatus in the storage area with tarpaulins or other protective coverings. Failure on the part of the Contractor to comply with the above to the satisfaction of the Engineer will be sufficient cause for the rejection of the apparatus in question. 1.10 TESTING A. The Contractor under each division shall at his own expense perform the various tests as specified and required by the Engineer. 1.11 LAWS, CODES, AND ORDINANCES A. All work shall be executed in strict compliance with all local, state, and national codes, ordinances, and regulations governing the particular class of work involved, as interpreted by the inspecting authority. The Contractor shall be responsible for the final execution of the work under this heading to suit those requirements. Where these specifications and the 01268710 GENERAL PROVISIONS FOR 17201 - 3 06/ 11 COMMUNICATION MEDIA 1 accompanying drawings conflict with these requirements, the Contractor shall report the matter to the Engineer, shall prepare any supplemental drawings required illustrating how the work may be installed so as to comply and, on approval, make the changes at no cost to the Owner. On completion of the various portions of the work the installation shall be tested by the constituted authorities, approved and, on completion of the work, the Contractor shall obtain and deliver to the Owner a final certificate of acceptance. 1.12 TERMINOLOGY A. Whenever the words "furnish", "provide", "furnish and install", provide and install", and/or similar phrases occur, it is the intent the materials and equipment described be furnished, installed, and connected under this Division of the Specifications, complete for the operation unless specifically noted to the contrary. B. Where a material is described in detail, listed by catalogue number or otherwise called for, it shall be the Contractor's responsibility to furnish and install the material or an approved equivalent. C. The word "shall" defines a mandatory condition of the Contract. D. The phrase "this section" always refers to the section in which the statement occurs. E. The phrase "the project" includes all work in progress during the construction period. F. In describing the various items of equipment and materials, in general, each item will be described singularly, even though there may be multiplicity of the item. 1.13 COOPERATION A. The Contractor for the work under each section of these specifications shall coordinate his work with the work described in all other sections of these specifications to the end that, as a hole, the job shall be a finished one of its kind, and shall carry on his work in such a manner that none of the work under any section of these specifications shall be handicapped, hindered, or delayed at any time. 1.14 COORDINATION OF TRADES A. The Contractor shall be responsible for resolving all coordination required between trades. For example, items furnished under other Divisions which require electrical connections and installation shall be coordinated with Division 16 for: 1. Mounting requirements 2. Installation requirements 3. Unistrut, Cable Tray and Manhole strap requirements 4. Number and size of cables 5. Cabling diagrams 6. Pullbox mounting requirements 7. Control devices and details B. Items installed in/or on finished ceilings shall be coordinated with the existing conditions. Any device not conforming to these requirements shall be replaced by the Contractor at his expense. C. Raceway items specified under this Division shall be installed tight, plumb, level, square, and symmetrically placed in relation to the work of other trades. 01268710 GENERAL PROVISIONS FOR 17201 - 4 06/11 COMMUNICATION MEDIA I 1.15 RELOCATION OF EXISTION INSTALLATIONS A. There are existing communication media systems which shall remain in use in conjunction with the indicated new installations. By actual examination at the site, each Contractor shall determine those portions of the present installations which must be relocated to avoid interferences with the installations of new work of his particular trade and that of all other trades. All such existing installations which interfere with new installations shall be relocated by the Contractor under the Division in which the existing material normally belongs, and in a manner as directed by the Engineer. For example where existing conduit and electrical equipment interferes with the installation of new work, it shall be relocated under this Division. Failure to become familiar with the extent of the relocation work involved shall not relieve the Contractor of responsibility and shall not be used as a basis for additional compensation. 1.16 INSTALLATION DRAWINGS A. It shall be incumbent upon the Contractor to prepare special drawings as called for elsewhere herein or as directed by the Engineer to coordinate the work under each section, to illustrate changes in his work, to facilitate its concealment in finished spaces to avoid obstructions or to illustrate the adaptability of any item of equipment which he proposes to use. These drawings shall be used in the field for the actual inspection of the work. Unless otherwise directed, they shall not be submitted for approval but three copies shall be provided to the Engineer for their information and records. 1.17 ROUGH -IN AND MAKE FINAL CONNECTION FOR EQUIPMENT A. The shop drawings for all equipment are herby made part of these specifications. The Contractor under each section of the specifications shall rough -in the exact item to be furnished on the job, whether in another section of the specifications of by the Owner. The Contractor shall refer to all drawings and other sections of the specifications for the scope of work involved for the new equipment, and by actual site examination determine the scope of the required equipment connections. B. Should any of the equipment and materials furnished require connections of a nature different from that shown on the drawings, report the matter to the Engineer and finally connect as directed by the Engineer. Minor differences in the equipment and materials furnished and that are indicated on the drawings will not constitute grounds for additional payment to the Contractor. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01268710 GENERAL PROVISIONS FOR 17201 - 5 06/11 COMMUNICATION MEDIA LA SECTION 17202 CONDUIT, RACEWAY AND JUNCTION BOXES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials according to the Conditions of the Contract and Division 1 Specifications Sections. B. Submit for review the complete manufacturer's product data information on all items specified herein, including materials, construction and UL listing. Provide manufacturer's catalog data on all conduit, conduit fittings, raceway, and junction boxes. 1.3 SCOPE OF WORK A. The work shall include furnishing and installing transmission media raceways, conduit, bore casing, and junction boxes together with .all fittings, supporting devices, and other accessories required. 1.4 REGULATORY REQUIREMENTS A. All work and materials shall conform to the requirements of ANSI/NFPA 70 (National Electrical Code) and all State and Local Electrical Ordinances. In areas where requirements overlap, the most stringent code shall apply. B. All products and materials furnished shall be listed and classified by Underwriters Laboratories, Inc. (UL) as suitable for the purpose specified herein. 1.5 DELIVERY, STORAGE, AND MATERIALS HANDLING A. Deliver, store, protect, and handle the products under provisions of the General Requirements Section. B. Accept delivery of conduit, bore casing, transmission media raceway, and junction boxes on site and inspect for damage. Report concealed damage to the carrier within the carrier's required time period. C. Protect conduit and transmission media raceway from corrosion and entrance of debris by storing the materials above grade and protect the materials from the weather. Provide appropriate covering. Protect PVC conduit as recommended by the manufacturer. 1.6 PROJECT CONDITIONS A. Verify that the field measurements are accurate as shown on the Drawings. B. Verify the routing and termination locations of the new and existing conduits and raceways prior to the rough in work. Conduit and raceway routing is shown on the Drawings in the approximate locations, unless noted and dimensioned. The Contractor shall verify all site 01268710 CONDUIT, RACEWAY AND JUNCTION BOXES 06/ 11 17202 -1 conditions and shall route as required to complete the transmission media system specified herein. PART 2-PRODUCTS 2.1 CONDUITS A. Polyethylene HDPE Conduit (inner duct): Shall have a smooth outside wall, SDR rating of 13.5, with a smooth inner wall for air -assisted fiber cable placement. The nominal duct size shall be one and one fourth inches (1-1/4"), nominal outside diameter shall be 1.660 inches. Nominal inside diameter (ID wall to wall) shall be 1.400 inches minimum, and a wall thickness of 0.123 inches minimum. The conduit shall support a minimum bend radius of 12 inches without kinking or cracking. The conduit shall be orange, black, and white in color. The conduit can be manufactured by Arnco or an approved equivalent. B. PVC telephone duct type DB-120 heavy wall: smooth wall inside and outside; manufactured in compliance with the dimensional requirements of ASTM F512 and NEMA standard TC-8 for telephone applications such as: 1. Conduit with a nominal duct size of four inches (4") with the outside diameter of 4.5 inches maximum and a wall thickness of 0.154 inches minimum. 2. Conduit with a nominal duct size of two inches (2") with the outside diameter of 2.375 inches maximum and a wall thickness of 0.077 inches minimum. 3. Conduit shall be grey in color. The conduit can be manufactured by Vikimatic, Carlon, Condux, or an approved equivalent. 2.2 BORE CASING A. Bore Casing: Casing shall be BIP Rigid type pipe. Nominal casing size shall be six inches (6") inside diameter. The casing shall be black in color. The casing shall have a smooth inner wall and a smooth outer wall. All casing joints shall be welded. 2.3 CONDUIT FITTINGS A. PVC telephone duct Couplings and Terminations: Couplings and terminations shall be manufactured, Snug Plug "'round fiber optic organizer with a three -hole configuration for 1" to 1-1/4" inner duct to fit into a four inch (4") inside diameter telephone conduit. The Couplings and Terminations can be manufactured by George Ingraham or an approved equivalent. B. Polyethylene HDPE type conduit (inner duct) Couplings and Terminations: Vacant HDPE ducts shall be terminated with universal blank duct plugs with no metallic parts. The termination plugs shall be an injection molded chemical resistant gasket sealing the duct from water and air or gases. The termination plugs shall have a sealing capacity of 22 PSI minimum. The termination plugs can be manufactured by Jackmoon U.S.A. Inc., or an approved equivalent. The termination plugs shall be sized to match the conduit. 1. Note: There shall be no couplings of conduit between end point terminations. HDPE shall be run as one continuous duct, unless manufactured length prohibits a continuous run. If coupling connections are required the edges of the inner walls of the duct shall be beveled or rounded smooth to prevent any rough edges with in the duct. Coupling connections shall be made per the manufacturer's directions. C. PVC telephone duct Couplings and Terminations: Couplings and terminations shall be non-metallic components manufactured for DB-120 type duct. Coupling joints shall have the edges of the inner walls of the duct beveled or rounded smooth to prevent any rough 01268710 CONDUIT, RACEWAY AND JUNCTION BOXES 17202 - 2 t'1 06/ 11- �z edges with in the duct to provide a water tight and airtight connection that will not separate under installation movement. Coupling and terminations shall be cleaned and glued per the manufacturer's directions. 2.4 PRECAST JUNCTION BOXES (HANDHOLES) A. Precast concrete junction boxes with corrosion resistant hardware and cover, and designed for communications applications. The junction boxes can be manufactured by Vaughn Concrete Products, Inc. or an approved equivalent. The Precast concrete junction boxes shall contain: 1. Selectively -graded aggregates 2. Concrete tested to withstand 4000 PSI minimum with out failure 3. Grade 60 reinforcing at a minimum with #4 rebar at O.C.E.W. or equivalent. B. Mechanical Properties: 1. Formed in a "Box Style" using precast concrete with six inch (6") walls and no solid floor or base. The inside dimensions shall be W36" x L60" x 1142". 2. Terminators shall be cast into the box for the termination of four inch (4") PVC conduits. Two (2) four inch (4") PVC conduit terminators shall be installed and located on each wall of the junction box. 3. One (1) pulling eye shall be installed and located on each wall of the junction box. Pulling eyes shall have a 10,000 lbs. lift rating. 4. Each side wall shall contain two (2) twelve inch (12") cable racks and two (2) ten inch (10") cable rack hooks. Each end wall shall contain one (1) twelve inch (12") cable rack and one (1) ten inch (10") cable hook. 5. The cover and frame shall be galvanized steel; the frame shall be cast into the walls of the junction box. The cover shall be have a skid resistant surface, grey or silver in color, with a "Communications" logo. The cover shall be hinged with a spring assisted lift and a safety support stand. The cover shall be suitable for occasional H- 20 loading. Bolts shall secure the cover with the bolt holes cast in the walls of the junction box with a load lift rating of 15,000 lbs. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine the surfaces to receive the conduits, raceways, boxes, and enclosures for compliance with installation tolerances and other conditions affecting the performance of the raceway system. Do not proceed with the installation until all unsatisfactory conditions have been corrected. 3.2 WIRING METHODS A. All transmission media cabling shall be run in conduit or raceway unless noted or specified otherwise. Raceways may be run exposed in machinery and electrical rooms and unfinished areas. All other conduits shall be run concealed unless otherwise noted. L 01268710 CONDUIT, RACEWAY AND JUNCTION BOXES 17202 - 3 06/11 3.3 CONDUIT REQUIREMENTS A. Outdoor Locations Below Grade 1. Rigid type; BIP casing; polyethylene HDPE (inner duct); PVC telephone duct type DB-120. 2. Conduit size is as indicated in the Drawings. 3.4 INSTALLATION OF RACEWAYS — BELOW GRADE A. Raceways shall be installed into the excavated ground at a minimum of thirty-six inches (36") below the grade surface unless otherwise noted or required by local code regulations. A minimum of two inches (2") of space shall be provided between the raceway and the trench to avoid damage to the raceway during installation. Backfill shall be made with sand or "pea gravel" (stone aggregate with a diameter of less than %") for a layer of four to six inches (4"-6") above and below the raceway. The remainder of the backfill can be made with materials removed from the trench, provided that no debris or large rocks exist in the backfill. 3.5 JOINING AND TERMINATING A. Terminate PVC telephone conduits with one (1) each, four inch (4") Snug Plug TM fiber optic organizer that will provide a water tight, slit proof barrier between the duct and the inner duct. B. Joints of the PVC telephone conduit shall be made using the manufacturer's written directions with dry and clean conduits. Joints shall be water and air tight and must mot separate under the installation activities. C. There shall be no joints in the polyethylene HDPE type conduit between the termination points. 3.6 INSTALLATION OF JUNCTION BOXES (HANDHOLES) A. Excavate the ground area to allow a minimum of six inches (6") around the outside of the junction box to allow space for the installation. Remove the ground material to a depth of six to twelve inches (6"-12") greater than the depth of the junction box. Backfill with pea gravel and compact the pea gravel to 90% maximum density, and install the junction box so that the top surface of the junction box is flush with the grade surface. Complete the backfill around the junction box with pea gravel and compact to 90% maximum density. B. Excavate around the junction box for a twelve inch (12") concrete apron around the junction box. The concrete apron shall be four inches (4") thick with Portland cement and a minimum compressed strength of 4,000 PSI after 28 days. C. Install the cover level with the existing grade and the concrete apron. 3.7 IDENTIFICATION OF JUNCTION BOXES A. Identify the junction boxes by stamping or engraving the cover with "COMMUNICATIONS". B. Conduits and raceways serving transmission media shall be labeled as specified in the "Cable Identification" Section of these specifications. Identify the cabling system by the name: "Lubbock Water Treatment Gate Security Fiber Optic Cable System". END OF SECTION 01268710 CONDUIT, RACEWAY AND JUNCTION BOXES 17202 - 4 06/11 i ii �Ac SECTION 17203 FIBER OPTIC TRANSMISSION MEDIA PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SUBMITTALS A. The Contractor shall submit the following according to the conditions of the contract and Division 1 specification Sections. 1. Qualification data for firms and persons specified in "Quality Assurance" article to demonstrate their capabilities and experience. Include a list of complete projects with project names, addresses, names of Architects/Engineers and Owners, and other information specified. 2. Field test reports indicating and interpreting test results. 1.3 SCOPE OF WORK A. The work shall include furnishing and installing fiber optic transmission media cable, furnishing and installing all other fiber optic transmission media connections, lubricant, testing, and other accessories required. 1.4 QUALITY ASSURANCE A. Where cables specified in this section are used to provide transmission paths for systems specified in other sections of these specifications, obtain review of the cable characteristics and certification for use with the connected system equipment by the connected equipment manufacturers. B. Engage an experienced installer for the blowing, jetting, and pulling procedures required for the installation of optical fiber cables. C. All work and materials shall comply with NFPA 70 "National Electrical Code" for components and installation. D. Provided products specified in this section that are listed and labeled. The term "Listed and labeled"; as defined in the "National Electrical Code", Article 100. E. All fiber optic cable furnished will be the product of a single manufacture. Preferably from the same run lots. PART 2-PRODUCTS 2.1 MANUFACTURER A. Optical fiber cable shall be manufactured be SIECOR or approved equivalent. 01268710 FIBER OPTIC TRANSMISSION MEDIA 17203 - 1 i 06/ 11 2.2 OPTICAL CABLE CONSTRUCTION A. A factory -fabricated armored cable with multiple color coded fibers contained in filled, loose tube color coded buffer tubes, stranded around a dielectric central member, filled core or dry water blocking design. The outer sheath will be medium density polyethylene and designed for fiber optic cable blowing as well as pulling installation. B. The optical cable will contain industry standard color coded buffer tubes with color coded single mode fibers in each tube. C. Cable will have a minimum bend radius of 26.7cm (10.5 inches) during maximum tensile load, and maximum installation load of 270ON (600 LbF) D. General Instructions: 1. There will be splicing of fiber optic cable only at reel end and termination points as indicated on the drawings. 2.3 SINGLE MODE OPTICAL FIBERS A. The single mode fibers shall be Corning glass and have an operational wave length of 1310 and 1550 nanometers, a 8.3 micron core with 125 micron cladding, and a maximum attenuation of.35/.25 DB/km at 1320/1550 nm. B. The fibers will be color coded per industry standard for identification. 2.4 CABLE LUBRICANT A. All cable lubricants shall be U.L. Listed and should be certified by their manufacture to be non -injurious to the insulation on which they are used. 2.5 FIBER OPTIC SPLICES A. All fiber optic splicing shall be done by fusion and protected when put in splice trays. Maximum allowable DB average loss shall be .10 DB. B. Splicing shall be at reel.ends, junction points, and termination points. C. All fiber optic splice locations shall have an appropriate sized splice closure for the environment and conditions. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine raceways and other structures to receive cable for compliance with installation tolerances and other adverse conditions. Do not proceed with installation until unsatisfactory conditions have been corrected 3.2 INSTALLATION A. Installation cable as indicated, according to manufacture's written instructions. B. Install fiber optic transmission media without damaging fibers, shield, or jacket. C. Do not bend cable, in handling or installation, to smaller radii than minimum recommended by manufacture. D. Install cables with exceeding cable manufacture's recommended pulling tension. 1. Using pulling or blowing lubricant where necessary. Lubricant used must be non - injurious to the insulation on which they are used. 01268710 FIBER OPTIC TRANSMISSION MEDIA 17203 - 2 06/11- i 2. High air speed blowing or cable jetting installation for underground and fish tape, cable, rope, and basket -weave wire/cable grips that will not damage media or raceway for underground and building installations. 3. Use swivels and pulleys to prevent twisting of cables. E. Connect cables to the terminating equipment as indicated and instructed by manufacture. Tighten connectors and terminals, including screws and bolts, according to equipment manufacturer's published torque specifications for equipment connectors. 3.3 FIELD QUALITY CONTROL A. Provide the services of a qualified independent testing firm to perform specified field quality control testing. B. Fiber Optic Cable Testing 1. 1. General: a. Testing of fiber optic cable(s) will ensure that the performance of the cable(s) meet the specifications of the systems. b. Test the fiber optic cable(s) after delivery to ensure that cable(s) are not damaged in shipment. 2. Phases of Testing: a. Pre -installation, this phase occurs immediately after delivery of the cable, prior to installation. b. Installation -Splicing, this phase occurs during splicing. C. Post installation- Final acceptance, this phase of testing occurs after the system construction, splicing, and just prior to system turn over. 3. Fiber Optic Cable Pre -Installation Testing: a. Pre -installation field testing consists of cable acceptance from the manufacture. This test shall be conducted with an optical time domain reflector (OTDR). This test shall verify optical length, attenuation, anomalies, and continuity from end to end. The test should be done when the cable is still on the reel. The data should be recorded with a chart recorder using 1550 nm wave length for single mode fibers. All fibers must be checked for this test. The manufacturer's data sheet, per reel of cable, shall be part of this submittal. 4. Installation — Splicing Testing: a. Installation or splicing testing shall be performed using the following techniques: 1) Optical Time Domain Reflector (OTDR) 2) Optical Power Monitoring b. In all cases, the resulting splice loss should not exceed 0.10 dB average and be recorded so that this value can be used when calculating the expected system loss. 5. Post installation — Final Acceptance Testing: a. Post installation testing consists of the signature trace and end -to -end attenuation test between fiber distribution centers. This test shall be preformed at both 1310 and 1550 nanometer wave lengths, for single mode fiber as well as form both directions. b. The test equipment required is an Optical Time Domain Reflector (OTDR). C. Test Documentation: 1. Chart recorded documentation of the signature trace for each fiber with attenuation (dB Loss) between patch panels in both directions per wave length shall be j 01268710 FIBER OPTIC TRANSMISSION MEDIA 17203 - 3 06/11 provided. The documentation shall include building names, from and to (building to building), wave length of test, fiber number tested, and dB loss per fiber. D. Correct malfunctioning units at site, where possible, and retest to demonstrate compliance; otherwise, remove and replace with new units and retest. 3.4 CLEANING A. Upon completion of system installation, including outlet fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris. Repair damaged finish (including chip, scratches, and abrasions). 3.5 DEMONSTRATION A. Operate fiber optic transmission media to demonstrate proper functioning in the presence of Engineer or Owner. Replace malfunctioning cable with new materials, and then retest and re -commission until satisfactory performance is achieved. B. Schedule demonstration with Owner, with at least 7 days advanced written notice. END OF SECTION 01268710 FIBER OPTIC TRANSMISSION MEDIA 17203 - 4 06/11 SECTION 17204 SPLICE CLOSERS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SUBMITTALS A. General: Submit manufacturer's data on all materials according to the conditions of the contract and Division 1 Specifications sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction, and UL Listing. Provide manufacturer's catalog data on all splice closures, splice trays, and applications. 1.3 SCOPE A. Description: This work shall include furnishing and installing all transmission media splice closures, splice trays, and organizers. PART 2-PRODUCTS 2.1 MANUFACTURER A. General: Fiber optic splice enclosures shall be as manufactured by Preformed Line Products Fiberlign series or equal. 2.2 SPLICE CLOSURE A. Splice Capacity: Size closure per media cable to be spliced. B. The closure must have a corrosion resistant two piece case. C. The closure case must be re -enterable without special tools D. The closure must have an airtight and watertight seal as well as be rated for underground application. E. Splice (Closure Size: Size per manufacture recommendation F. The splice closure must have and end plate with factory installed bonding/grounding inserts and cable entry ports for butt splicing of cables. Brackets for cable shield insulation/strength member tie -off. G. Bonding of Transmission Media: Insulate and bond each cable inside splice case using bonding connector recommended by manufacture. 2.3 SPLICE TRAYS A. Splice Tray Capacity: Minimum of 12 protected fusion splice and capable of terminating loose buffer tube application. B. Storage: Splice trays shall provide ample room for storing fiber and allowing for minimum bend radius of fiber. 01268710 SPLICE CLOSERS 17204 - 1 06/ 11 C. Cover: Each tray shall have a cover to protect fiber and buffer tubes. D. Size: Size per recommendation of splice closure manufacture. 2.4 ORGANIZER TRAYS A. General: Organizer tray arrangement shall be vertical within the splice case. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine and verify supporting structure to receive work. B. Examine environmental conditions for installation of splice closure. 3.2 INSTALLATION A. General: Install products in accordance with manufacturer's instruction. B. Splice Cases: Anchor securely to structural supports and in accordance to manufacturer's instructions. END OF SECTION t_ r 01268710 SPLICE CLOSERS 17204 - 2 06/11 11 SECTION 17205 CABLE IDENTIFICATION PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials according to the conditions of the Contract and Division 1 Specification sections. B. Submit for review complete manufacturer's catalog information on all items specified herein, including material, construction and UL listing. Provide manufacturer's catalog data for nameplates, labels, and markers. 1.3 SCOPE OF WORK A. The work shall include furnishing and installing identification of conduit and fiber optic installation materials. 1.4 REGULATORY REQUIREMENTS A. All materials and work shall conform to requirements of ANSI/NFPA 70 (National Electric Code) and all applicable State and Local Electrical Ordinances. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART 2-PRODUCTS 2.1 NAMEPLATES FOR PULLBOXES AND ENCLOSURES A. Transmission media equipment shall be identified by the attachment of engraved nameplates constructed from laminated phenolic plastic, at least 1/16" thick, 3-ply, with black surfaces and white core. Engraving shall be condensed gothic, at least ''/4" high, appropriately spaced. Nomenclature on the label shall include the name of the item or equipment served utilizing the equipment names shown on the drawings. 2.2 LABELS FOR CONDUIT A. Provide on each fiber optic cable conduit a polyethylene identification tag custom made to read: CAUTION FIBER OPTIC CABLE GATE SYSTEM 01268710 CABLE IDENTIFICATION 17205 - 1 - 06/ 11 i�__ 1 B. Tag shall be flexible outdoor grade, a minimum of 3-1/4" x 1-1/2" x .035" in size with orange background and black lettering. Tag shall be installed to conduit system with tie straps. Tag shall have a minimum of 2 grommets per side. C. Mount tags on 50'-0" centers. Provide area on labels for future expansion and Owner provided verbiage. D. Manufacture: Visual Identification Products (VIP) VFOM-175N series or equal. 2.3 LABELS FOR FIBER OPTIC TRANSMISSION MEDIA A. Provide a vinyl identification tag custom made to read: CAUTION FIBER OPTIC CABLE GATE SYSTEM B. Tag shall be self coiling flexible outdoor grade, a minimum of 6 inches in length fitting over a cable sized from .50" to 1.00" O.D., and be orange with black legend and 360 degrees readability. C. Mount tags on fiber optic cable at each junction box (handhole). D. Manufacture: Visual Identification Products (VIP) VFOG 07 series or equal. 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. Secure nameplate to equipment front using adhesive. 3.3 EQUIPMENT A. All transmission media equipment shall be identified by name utilizing engrave nameplates, Equipment to be labeled shall include but not be limited to the following: 1. Fiber distribution centers 2. Cable enclosures 3.4 CONTROL DEVICES A. All transmission media equipment shall be labeled to indicate cable within raceway. Transmission media equipment to be labeled shall include but not be limited to the following: 1. Fiber optic cable raceway. 2. Cable within raceway junction boxes (handholes). END OF SECTION 01268710 CABLE IDENTIFICATION 17205 - 2 06/ 11 SECTION 17206 UNDERGROUND LINE MARKERS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials according to the conditions of the contract and Division 1 Specification section. B. Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction, and UL listing. Provide manufacturer's catalog data on all line marking post and line marking tape. 1.3 SCOPE OF WORK A. The work shall include furnishing and installing line marking post and line marking tape where construction activity occurred form different Divisions of the specifications. 1.4 REGULATORY REQUIREMENTS _ A. All materials and work shall conform to requirements of ANSI/NFPA (National Electric Code) and all applicable State and Local Electrical Ordinances. B. Furnish products listed and classified as suitable for purpose specified and shown. PART 2-PRODUCTS 2.1 LINE MARKING POST A. Non-metallic, corrosion resistant, circular, with splice/test station and an anchor tube to prevent twisting or removal. B. Line marker post shall be 3.50 in O.D. and 6 feet in length with a minimum wall thickness of. 125 inches. C. The identification information shall be imprinted in a permanent imbibed process. Verbiage to be imprinted shall be: "WARNING: BURIED FIBER OPTIC CABLE; LUBBOCK WATER TREATMENT; BEFORE DIGGING CALL806/ " D. The line marker shall have a white post with an orange graphic area and white dome. Verbiage shall be black in color. E. The Contractor shall provide two (2) tracer and one (1) ground wires the use in locating and fault testing the buried fiber optic cables. The tracer and ground wires shall be insulated #6 AWG conductors terminated to a connector device, housed within the marker posts where access to the tracer and ground wires can be made from the top of the marker post. Marker post with tracer and fault testing devices shall be provided at each junction box (handhole). F. Manufacture: Maloney Technical Products, Inc.; Vikimatic Sales, Inc.; Carsonite. ° 01268710 UNDERGROUND LINE MARKERS 17206 - 1 06/ 11 2.2 LINE MARKING TAPE A. Non-metallic, high tensile strength, imprinted, and tested using ASTM D-1712 standards for color changes. B. Tape shall be 3 inches wide and 6 mil. thick. C. The identification information shall be imprinted and repeated every ±36 inches; "CAUTION FIBER OPTIC LINE BURIED BELOW, CALL 806/ " D. The tap shall be orange with black lettering to conform to APWA colors. E. Manufacture: Reef Industries, Inc.; Thor Enterprises, Inc.; Visual Identification Products (VIP) PART 3 - EXECUTION 3.1 INSTALLATION OF LINE MARKERS AND LINE MARKING TAPE A. Install marker and tape according to manufacturer's written instructions. B. Locate line markers as shown on drawings. C. Install line marking tape 12 inches below grade and where open trenching method is used to install raceways and transmission media. END OF SECTION 01268710 UNDERGROUND LINE MARKERS 17206 - 2 06/11 I SECTION 17207 GROUNDING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to work of this section. 1.2 SCOPE OF WORK A. The work shall include furnishing and installing all grounding conductors, grounding closures, wire, wire connectors, and other accessories required for the proper grounding of transmission media. 1.3 REGULATORY REQUIREMENTS A. All work and materials shall conform to the requirements of ANS1/NFPA 70 (National Electrical Code) and all State and Local Electrical Ordinances. In areas where requirements overlap, the most stringent code shall apply. B. All products and materials furnished shall be listed and classified by Underwriters Laboratories, Inc. (UL) as suitable for the purpose specified herein. PART 2 - PRODUCTS . 2.1 GROUNDING RODS A. Grounding rods shall be furnished and installed. The grounding rods shall be manufactured with an extra high strength carbon steel core that has been completely electroplated with a uniform thickness of copper, UL listed. The grounding rods shall be a one piece rod of 5/8" diameter and eight foot (8') length. The grounding rods can be manufactured by AB Chance, Thomas & Betts, Electric Motion Company, Inc. or an approved equivalent. 2.2 GROUND CONDUCTOR CONNECTORS A. Cast Ground Rod Clamps rated for above ground use shall be furnished and installed. The clamps shall maintain the alignment between the ground wire and the grounding rod, made of high strength corrosion resistant copper alloy; UL listed, and sized the fit the grounding rods specified above. The clamps can be manufactured by Thomas & Betts, Penn Union, Fargo, or an approved equivalent. B. Cadweld Tm one-shot cable to ground rod type GR connections shall be used where the connection of the ground conductor is made below the ground surface. The connector shall be NEC approved and sized to fit the specified grounding rod and conductor. The connectors can be manufactured by Erico or an approved equivalent. 01268710 GROUNDING 17207 -1 �... , 06/11 2.3 COPPER GROUND WIRE A. Insulated copper ground wire shall be furnished* and installed. The copper wire shall be a #6 AWG, solid wire with a green weatherproof polyvinylchloride insulation. B. Wire connectors shall be furnished and install. The connectors shall be screw -on with internal self -cutting threads to terminate the #6 AWG solid wire at the connection points. The connectors can be manufactured by Electric Motion Company, Inc. or an approved equivalent. PART 3 - EXECUTION 3.1 EXAMINATION A. Install and connect all materials per the manufacturer's written instructions. END OF SECTION 01268710 GROUNDING 17207 - 2 06/11 �i SECTION 17208 ACCESS CONTROL SYSTEM PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. The project includes the installation of automated security access points to control automated perimeter gates. 1.3 EXISTING AUTOMATED SECURITY ACCESS CONTROL SYSTEM A. The automated security access control system that is currently being operated only controls entry into buildings. Requirements for additional access control points and features have surpassed the existing system's capabilities. The proposed system's improvements will provide better security and monitoring features. 1.4 DESIGN CRITERIA A. The access security system consists of a centralized server where all access privileges and authorization information is stored, and multiple remote access entry points where authentication data is entered such as a card swipe or keypad entry. The proposed access equipment and centralized server must communicate with each other over Ethernet transport. The initial system will control three automated gates using a combination of proximity card readers, keypads and audio/video call boxes; however, the system must be capable of supporting 300 entry points and 1000 users by only adding additional remote access entry points. PART 2 - PRODUCTS 2.1 PHYSICAL PLANT A. Each perimeter gate will have an underground fiber handhold and an above -ground access control electronics enclosure, called an Access Control Point (ACP). Each of the ACP enclosures will be connected to the Access Control Server located in the Control Building by optical fiber cable, using Ethernet transport equipment. The gate access operation components will be connected to the ACP enclosure by various copper cable conductors as needed. The gate access control components generally consist of. entry proximity card readers and keypads mounted to gooseneck stands, pedestrian exit call box with audio/video and call button, vehicle call box with audio/video and call button mounted to gooseneck stands, gate operators, vehicle loop detector, gate position sensors, and tamper switches. 'LI 01268710 ACCESS CONTROL SYSTEM 17208 - 1 �_ 06/11 2.2 TRANSPORT MEDIA A. The transport media consists of a mixture of WAN Ethernet and RS-485 protocols over copper and fiber. Ethernet over copper CAT5e cable will connect the Access Control Server to an Ethernet switch. The Ethernet switch will connect to the ACP controller panels via Ethernet over fiber. The Ethernet switch will utilize standard Ethernet SFP electronics, the ACP can use either a direct fiber connection or a copper Ethernet connection and a fiber media converter. Fiber and/or copper will connect the ACP controller panels to card reader panels, keypads and call boxes using either RS485, Ethernet or a combination of both. Various copper media will connect the gate operators and other access control components. 2.3 WAN TRANSPORT EQUIPMENT REQUIREMENTS A. The Ethernet transport equipment shall provide optical, full duplex, Ethernet (two fibers) with direct fiber connections or transceiver units located at each of the Access Control Points near the gates. The proposed equipment shall be interconnected in the Control Building with a 19" 1 RU Ethernet switch with a minimum of 8 SFP ports and 8 copper ports capable of 100mbps and 1000mbps. The fiber connections (SFPs, transceivers, etc.) will operate at 1310nm or 850nm using multimode optical lasers compatible with IEEE 802.3z specifications. B. The transport equipment shall have the capability of supporting Full Duplex mode of operation. C. The proposed transport equipment shall be environmentally hardened to be mounted in outdoor equipment enclosures. D. The proposed transport equipment shall be equipped with ST fiber connectors. E. Power available to the Access Control Points is single phase 120 VAC. Any power convertors to operate the proposed Transport Equipment shall be provided. The vendor shall provide the power requirements and heat dissipation of the proposed equipment. F. If required for proper operation, an environmentally hardened Ethernet switch will be located in the Access Control Electronics Enclosure. G. The contractor shall provide Transport connections to be installed and mounted within the ACP enclosures, per the Transport Equipment manufacturer's specifications at the following perimeter gate locations: 1. Gate 1 —North delivery gate 2. Gate 2 — North gate to Control and Laboratory Building parking lot 3. Gate 3 — South gate to Control and Laboratory Building parking lot (exit only) 2.4 ACCESS CONTROL SERVER REQUIREMENTS A. Server and server software must support the access control hardware and protocols, typical browsers including Windows Internet Explorer, Mozilla Firefox and Google Chrome. B. Server must include an external firewall or internal software based firewall. Firewall must support stateful connections, access control by source and destination IP address, access control by protocol and TCP/UDP port. C. The server must be accessible (as permitted by the firewall configuration) from workstation's browsers located on its Layer2 network as well as any addressable IP destination (ie. must support routing through an external, owner -provided router). f, 01268710 ACCESS CONTROL SYSTEM 17208 - 2 06/11 2.5 ACCESS CONTROL SYSTEM REQUIREMENTS A. The software control system (system) used to interface to a system operator or system administrator must be capable of being accessed, operated and administered via typical browsers as defined in 6.1. B. The system will provide a secure, encrypted connection using SSL (https). Strong password authentication will be employed for operator and administrator access. Each operator and administrator will have a unique userid and the system will be capable of multiple simultaneous access. C. The system shall maintain person data relating to access control, system user privileges, system activity, and contact information. D. The system shall have the capabilities to issue and suspend temporary access media. The system will ensure that no more than one access media is issued to a single person at a time. E. The proposed system must be able to provide a real time audit of all access media issued and in effect at any given time. The software application shall provide a limited access life to all the access media issued and in effect for the inventory and control of the access media issued. F. Access cards shall be revocable at any time. A system user holding at least the Administer user role may perform this action. Revoked cards shall stop functioning immediately. G. All person data entered into the system shall be held in the system database and shall be available only to system users holding at least the Administer user role. Person data can be added, deleted, and edited by such system users. H. The system shall support the integration of Digital Video Recorders (DVR) supporting the call box cameras. The system shall allow the viewing of live streaming video from the call box cameras in the browser interface. I. The system administrator shall have the ability to divide the system into partitions, allowing subsets of the overall population and/or resources to be managed separately. J. It shall be possible to limit access to the data and resources of one partition to those with permissions for that partition. K. A system user holding at least an `Administer' user role shall be able to create, delete, and modify person records, including access levels. L. The system shall provide system -wide timed anti -pass back function. M. The system shall provide detailed time specifications. N. The system shall provide activation/expiration date/time by person. O. The system shall provide up to 1000 person records. P. The system shall provide alarms on communication loss. Q. The system shall provide a monitoring desktop that integrates video, system activity logs, call box activation, and alarm notifications. R. The system shall provide delivery of alerts via browsers, email, and text messages. S. The system shall provide monitoring and control through a web browser interface. T. The system shall provide user permissions to grant whole or partial access to system cameras and access points. U. Access cards shall be assignable by the system user either by entering card data directly into the person record or by use of an enrollment reader. Access levels shall be assignable through the user interface. V. The system shall be capable of running on an existing TCP/IP network and shall be accessible, configurable, and manageable from any network -connected device with a browser. W. Browser access for configuration and administration of the system shall be possible from a device on the same subnet, through routers and gateways from other subnets, and from the 01268710 ACCESS CONTROL SYSTEM 17208 - 3 .__; 06/11 Internet. Control and management of the system shall therefore be geographically independent. X. All equipment and materials used shall be standard components, regularly manufactured, and regularly utilized in the manufacturer's system. Y. All systems and components shall have been thoroughly tested and proven in actual use. Z. The security management system shall be able to make access control decisions, define a variety of access levels and time specifications, write system activity into a log file, maintain a personnel enrollment database, receive signals from input devices such as door switch monitors, card readers and motion detectors, energize devices such as door locks and alarms via outputs. Access authorization must be configurable to be authorized by proximity card alone, keypad alone, both proximity and keypad as well as by a remote administrator using a browser logged into the system. 2.6 ACCESS CONTROL POINT REQUIREMENTS A. The Access Control Points (ACP) consists of the electronic equipment that has the ability to process and control access requests at a local (perimeter gate) or at a central point (the Access Control Server). B. The ACP shall provide critical systems and standalone capability in the event of a power failure or loss of communications to the host Security Server. The ACP equipment shall have the capability to log and record all activities during a power or communications outage, then be able to up -link the stored information to the host Security Server once power or communications are restored. C. ACP shall have standalone micro processing functions for the control of automated security and control of perimeter drive through gates and walk through gates. 1. The ability to process access requests for up to 1000 individual cards. 2. The ability to determine access levels of each individual card. 3. The ability to record real time of each access request. 4. Anti -pass back time period lock out. 5. The ability to accept timed event controls such as limited access time periods, holiday access, or no access periods. 6. The ability to process input/output relationship information such as gate open, gate secure, power failure, equipment intrusion alarms, and proximity trip notification by magnetic, pressure, or infrared sensors. 7. The ability to log history in the event of loss of communications to the host Security Server and up link history data once communications have been restored. 8. The ability to process immediate access denials from the host Security Server. 9. The ability to control and process data from a minimum of 4 Card Readers and their associated input/output functions. 10. The ability to process and control up to 4 closed circuit video (CCV) data devices for visual point monitoring. D. Enclosures 1. The ACP equipment shall be temperature hardened to operate between -20' to 60' Celsius with all equipment being housed within a weather resistant NEMA 4X enclosure. 2. Enclosure shall have temperature activated circulated fans to reduce heat within the enclosure. 3. The ACP enclosure shall have battery back-up capabilities in the event of a loss of power to the enclosure. Batteries shall be sized to provide 8 hours of back-up power. 01268710 ACCESS CONTROL SYSTEM l 7208 - 4 06/11 1­1 Batteries shall be completely sealed, non -venting battery with solid or gelled construction. Battery life shall be guaranteed for a minimum of 10 years. 4. All ACP, power, optical transport, and fiber termination equipment shall be mounted on rails within the closure. 5. The enclosure shall have a minimum of one access door for the installation and maintenance of the ACP. The door shall be equipped with a latch/handle and a means of locking the enclosure. Door alarm sensors shall be provided on each access door to report enclosure intrusion to the ACP equipment. 6. ACP shall be powered by single phase 120 VAC power. The enclosure shall include power rectification equipment (rectifiers, fuses, etc.) to convert the AC power to DC at the specified voltage and current to power the ACP equipment. 7. The ACP enclosure shall meet the NEC national and local requirements for grounding. 8. All conduit terminations shall be mechanically bonded and sealed to prevent intrusion to the enclosure by dust, foreign matter, and vermin. All conduits leaving the enclosure shall be sealed at both ends. 9. The enclosure shall be mounted on a metal post, anchored in the ground. The contractor shall provide the mounting specifications of the enclosure so the post mounts can be prefabricated prior to their installation. 10. The enclosure shall include fiber termination panels or equipment to receive optical fiber plant and to provide test and patch access points within the enclosure. The fiber termination panels shall be equipped with a minimum of 6 ST type connectors. E. The contractor shall provide 3 Access Control Points to be installed and mounted within the ACP enclosures, per the ACP Equipment manufacturer's specifications at the following perimeter gate locations: 1. Gate 1 —North delivery gate 2. Gate 2 —North gate to Control and Laboratory Building parking lot 3. Gate 3 — South gate to Control and Laboratory Building parking lot (exit only) 2.7 CARD READER REQUIREMENTS A. Input/Output 1. The card reader shall be capable of Wiegand standard interface to the controller device. The interface to card reader shall be copper twisted wire (22 AWG). The reader shall be capable of working from a distance of up to 400 feet. B. Mounting Environment 1. The card reader shall be watertight and capable of mounting in an environment exposed to outside weather conditions with temperatures ranging from -10' to 140' Fahrenheit. C. Range 1. The card reader shall have a range capable of reading a card from 20 feet. D. The contractor shall provide 2 Card Reader Points to be installed and mounted at the perimeter gates, per the Card Reader Equipment manufacturer's specifications at the following perimeter gate locations: 1. Gate 1 —North delivery gate 2. Gate 2 —North gate to Control and Laboratory Building parking lot E. The system shall be compatible with the cards named in Paragraph 2.9 below. 01268710 ACCESS CONTROL SYSTEM 17208 - 5 06/11 2.8 CALL BOX REQUIREMENTS A. Equipment 1. The call box shall include voice and video capabilities. The call box shall integrate with the current building entry system call box. The call box shall be capable_ of working from a distance of up to 400 feet. B. Mounting Environment I . The call box shall be watertight and capable of mounting in an environment exposed to outside weather conditions with temperatures ranging from 40° to 140' Fahrenheit. C. The contractor shall provide 3 Call Box Points to be installed and mounted at the perimeter gates, per the Call Box Equipment manufacturer's specifications at the following perimeter gate locations: 1. Gate 1— North delivery gate 2. Gate 2 —North gate to Control and Laboratory Building parking lot 3. Gate 3 — South gate to Control and Laboratory Building parking lot (exit only) 2.9 PROXIMITY CARDS A. The system should include the use of the following card types: 1. Windshield mounted stickers. 2. Visor -mount units. 3. Wallet cards. 4. Key -fobs. PART 3 - EXECUTION Not Used. END OF SECTION 01268710 ACCESS CONTROL SYSTEM 17208 - 6 06/11 t CONTRACT NO. 10268-3 CITY OF LUBBOCK, TX CONTRACT FOR SERVICES FOR ASPHALT MATERIALS — ANNUAL PRICING THIS CONTRACT, made and entered into this 27`h day of September, 2011, pursuant to a resolution heretofore adopted by the City of Lubbock, Texas, by and between the City of Lubbock ("City"), and -------_ Hear-tland-Asphalt Materials- ('-''Contractor_').--_----_i___________________�-----_---.----- WITNESSETH: WHEREAS, the City of Lubbock duly advertised for bids for Asphalt Materials and bids were received and duly opened as required by law; and WHEREAS, after careful consideration of the bid submitted by Contractor, the City bid, and authorized the execution, in the name of the City of Lubbock a contract with said Contractor covering the purchase and delivery of the said Asphalt Materials. NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the financial consideration hereinafter referred to, the parties hereby covenant and agree as follows: 1. In accordance with City's specifications and Contractor's bid, copies of which specifications and bid are attached hereto and made part hereof, Contractor will deliver to the City, Asphalt Materials, and more specifically referred to as item(s) 9 on the bid submitted by the Contractor or in the specifications attached hereto. 2. The Contractor shall perform the work according to the procedure outlined in the specifications attached hereto. 3. The contract shall be for a term of one (1) year, with the option of four (4), one (1) year extensions, said date of term beginning upon formal approval. The ratcs may be adjusted upward or downward every six (6) months at a percentage not to exceed the effective change in the Consumer Price Index (CPI) or Product Price Index (PPI), whichever is most appropriate for the specific contract for the previous six (6) months. Written consent from both parties is required for all price adjustments. At the City's discretion, the effective change rate shall be based on either the local or national index average rate for all items. If agreement cannot be reached, the contract is terminated at the end of the current contract period. All stated annual quantities are approximations of usage during the time period to be covered by pricing established by this bid. Actual usage may be more or less. Order quantities will be determined by actual need. 4. This contract shall remain in effect until the expiration date, performance of services ordered, or termination of by either party with a thirty (30) day written notice. Such written notice must. state the reason for cancellation. The City of Lubbock reserves the right to award the canceled contract to the next lowest and best bidder as it deems to be in the best interest of the city. 5. Contractor shall at all times be an independent contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for or on behalf of City. 6. At any time during the term of the contract, or thereafter, the City, or a duly authorized audit representative of the City, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided to the City under the Contract. In the event such an audit by the City reveals any errors or 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. 7. The contractor shall obtain and maintain in full force and effect duringthe term of the contract, , commercial general liability coverage with insurance carriers admitted to do business in the State of Texas. The insurance companies must carry a Best's Rating of A- VII or better. The policies will be written on an occurrence basis, subject to the following minimum limits of liability: TYPE AMOUNT General Liability Commercial General Liability $200,000 General Aggregate Automotive Liability Combined Single Limit $200,000 Any Auto Workers Compensation $500,000 The City of Lubbock shall be named as primary additional insured, to include products of completed operations endorsement, with a waiver of subrogation in favor of the City of Lubbock on all coverages. All copies of the Certificates of Insurance shall reference the project name or bid number for which the insurance is being supplied. The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The certificate will provide 30 days notice of cancellation, and under the cancellation section, the wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to the policy will be included with the certificate. The contractor shall also maintain workers compensation insurance in the statutory amount. If at any time during the life of the contract or any extension, the contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the contract. 8. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or interests accruing from this Contract without the written consent of the other. 9. This Contract consists of the following documents set forth herein; Invitation to Bid No. 11- 10268-CI, General Conditions, Specifications, and the Bid Form -----------.---IN WITNESS WHEREOF,.the-parties.hereto-have_caused_this_Contract. to. be executed.the-daX_._—__ and year first above written. Executed in triplicate. CITY OF LUBBOCK: Tom Martin, Mayor ATTEST: Rebecca Garza, City Secretary APPROVED AS TO CONTENT: Marsha Reed, Chief Operating Officer APPROVED AS TO FORM: Assistant City Attorney CONTRACTOR: BY Authorized Representative's Signature e!: le l �IJQh st %t E i/�t Print Name Address ?9��-� City, State, Zip Code