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