Loading...
HomeMy WebLinkAboutResolution - 2009-R0103 - Contract - Lone Star Dirt & Paving - Slide Road Paving Improvements - 03_23_2009 (3)Resolution No. 2009—RO103 March 23, 2009 Item No. 5.4 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a Unit Price Construction Contract #8864 for Slide Road Paving Improvements per ITB #09-710-BM, by and between the City of Lubbock and Lone Star Dirt & Paving of Lubbock, Texas, and related documents. Said Unit Price Construction 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 this 23rd ATTEST: Rebec a Garza., City Secretary AP, OVED AS TO CONTENT: Loomis, Assistant City Manager )r of Transportation & Public Works APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney day of March _ . 2009. TOM MARTIN, MAYOR ti-iw`ceducs/CltadrResolutions!RES.Contract-Lone Star Dirt & Pavmg March 9, 2009 No Text rM # 09-710-13M, Addendum # 1 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING. 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2163 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM # I ITB # 09-710-BM Slide Road Paving Improvements DATE ISSUED: February 20, 2009 CLOSE DATE: March 4, 2009 @ 1:00 PAL The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Pre -bid meeting sign in sheets are attached. As addressed during the pre -bid meeting bid items: 11, 16, 19, 74, 77 and 79 are revised. Bidders are required to submit the REVISED BID SUBMITTAL FORM, attached. 3. Mike Haggard, owner of Tara House, will be available at the house at 1:00 P.M. on Monday, February 23, 2009 for contractors to perform a site walk of the basement. 4. Bidders' attention is directed to the following information provided by the Landscape Architect: A. Sheet 107: Single tree drip ring on Fire Station property should not be tied in to the R.O.W. irrigation system, as shown, but should be tied into the existing irrigation system for the Fire Station. B. Sheets 107, 108: Irrigation sleeves should be included as a cost for the Irrigation contractor, and should be installed during the construction of the roadway pavement. Coordinate irrigation sleeve installation with General contractor. C. Sheets 110, 111: On the East side of Slide Rd, between the new 3 ft. concrete border and the existing brick fence from 2nd St. to 4 h St. no new turf sod to be installed. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to bmacnair(a,mylubbock.us. THANK YOU, CITY OF LUBBOCK 06M omc*les Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Public Works Contracting Officer if any langme. 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 Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB # 09-710-BM-Ad-I Prebid Meeting for 1TB 09-710-BM SLIDE ROAD PAVING IMPROVEMENTS February 17, 2009 (: 9:00 AM MUNICIPAL BUILDING BASEMENT CAFETERIA PLEASE PRINT COMPANY REPRESENTATIVE MAILING ADDRESS TELEPHONE NUMBER FAX NUMBER E-MAIL, ADDRESS City of.Lubbock BRUCE MACNAIR P.O. Box 2000 City: Lubbock State, Zip Code: Texas 79457 806-775-2163 806-775-2164 bmacnair(q)mytubbock.us �/JJ//;— _ ,r �,��a � (:i5f '�!`� fljtlmf // ��,Al C. '�� Address: City- .....(.. �.5�.,... _......._.._._...__ State Zip Code: "" y �. Z,�) ,?,,J�....7' SrS�� �+SiG3 / ,1 k�e S'Y t 1/1/tT b��°siY ��rt�` .5 Address: City: �J%al+� State,Zi C de: ve"3 7�(S -G�c�l ! Ji�1c,�G7y �i:> a.,r rltt G�? �S' �`•,(r.+a, Address: 7y L,tS t 1 N T 1-k,> State Zip Code: Address: '� TJ T�:,x _? ti _.. _ .....__. City. ,_O\N90Y— State,Z2 Code: -t-'K _.._74 '1 fc"' ._._ ( �� ..) 49 l 1 j (. `t (a U— - _) S Z•�b 7 j „1 h i y^� ,.. (*,�1. { '�^tX 5 "+'� Address: _ _ City: e Zip Code: (_.�_) -�i{ (_..,�) -7Y� — 7s-77 ��",^-t'W��� �/t , VVZ 9 1 ���.,�ClN ,,i C V4,,u"dL t . �t� Address: t fit"S.a City: '—"—_'— —•t7 —7 L-' —) �` .3 i .. ...�.� > > State, Zip Code: ''7�;e--_— , { .✓ J -� _ 1�P"�ti."�t�Gstl '"d a fol Address & Y x�' City: State, Zi. Code: 7)K. 7ef4t-2 _.... ', \_ � l -r' f'( /Vf Address:-..... City: i,. r L$0...) �'^` ice. ' q (?.� q73 35,E d/. - - — State, ZipCode:' - +' Address: 'f5� et City: _____ as ( 0) 47-3 3�_� __.� t State ZipC, de:l x ' ' . CO �.. Address: ) City:a" (�) .M- () i i�rJt�.d,t: k�" 1! iiki,�'xX .t. State Zi Code: '" e%, J�,_,j,// 1 7 � �y A Ci i✓eq A" V 4,00 Address: /p'" '' —14 _..i!r�"e'y. ..__ _,... City: Est � �" ltC r ".4'm?_.) F; '.' — j`t;> �;, y 3 l._......_._.._) ' 'L:' 1 ' �' /4 5 r -- State ZipCode: .r: 1-1-11.. 11.11-1 ... .......................... . . . . Prebid Meeting for ITB 09-710-BM SLIDE ROAD PAVING IMPROVEMENTS February 17,2009 C. 9:00NNI MUNICIPAL BUILDING BASEMENT CAFETERIA PLEASE PRINT TELEPHONE FAX E-MAIL COMPANY REPRESENTATIVE MAILING ADDRESS NUMBER NUMBER ADDRESS P.O. Box 2000 City of Lubbock BRUCE MACNAIR City: Lubbock 806-775-2163 806-775-2164 bmacnair(q),mylubbock.us State, Zip Code: Texas 79457 Ll Address: j 2<Z -4 Cc city.. L l< -77(-72-13 State, Zip Code: —74y14,0 5awl, ��t Address City: -lip I -o; Sao jod 5 1 14 r'e le--Cat- State. Zip Code: 7 740Y-- Vt-"--k'v lj-v% ONA Address: City: Z) State, Zi Code: dd ss: Address: City: lbp o State, Zip Code: -2 Address: City: -t7 W K+( 4 State, Zip Code: Address: City: State, Zip Code: Address: C.—j City: --.. . ...... State, ZiCode: Address: Address: City: State, Zip Code: Address: City: State, Zip Address: State, Zip Code: Address: City: State, Zip Code: gal 11'� 1 *** REVISED *** BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: ITB- 09-710-BM — SLIDE ROAD PAVING IMPROVEMENTS Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of SLIDE ROAD PAVING IMPROVEMENTS, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. Estimated Item Quantity No. & Unit Description of Item Total Amount 14 STA Prepare right-of-way, including clearing, grubbing and removal of all items that are in conflict. TOTAL ITEM#1: $ /STA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 2. 2 EA Remove Existing Tree (Diameter less than 20-inches), including removal of trunk, limbs, roots, and filling of resulting hole with suitable material. TOTAL ITEM #2: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 3 EA Remove Existing Tree (Diameter equal to or greater than 20-inches), including removal of trunk, limbs, roots, and filling of resulting hole with suitable material. TOTAL ITEM #3: $ !AL (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 28 EA Tree Protection, including fencing, materials and labor, for each tree specified for protection. TOTAL ITEM #4: $ /EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) Bidder's Initials ITB-09-710-BM-Ad-1 Item Estimated No. Quantity & Unit Description of Item Total Amount 5. 408 SY Remove Concrete (Pavement), including neat removal of existing flatwork and proper disposal of concrete. TOTAL ITEM #5: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 6. 289 SY Remove Concrete (Sidewalk), including neat removal of existing sidewalk and proper disposal of concrete. TOTAL ITEM #6: $ /SY( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 7. 715 SY Remove Concrete (Driveway/Alley), including neat removal of existing driveways and alleys and proper disposal of concrete. TOTAL ITEM #7: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 3,849 LF Remove Concrete (Curb and Gutter), including neat removal of existing curb and gutter and proper disposal of concrete. TOTAL ITEM #8: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 9. 429 SY Remove Concrete (Valley Gutter), including neat removal of existing valley gutter and proper disposal of concrete. TOTAL ITEM #9: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 10. 30 SY Remove Concrete (Wheelchair Ramp), including neat removal of existing wheelchair sidewalk ramp and proper disposal of concrete. TOTAL ITEM #10: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 11. 353 SY Remove Concrete (RIPRAP), including neat removal of existing riprap channel and proper disposal of concrete. TOTAL ITEM # 11: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 12. 12,208 SY Remove Asphalt Paving and/or Stabilized Base, including neat removal of existing paving materials and proper disposal or disposition. TOTAL ITEM #12: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) Bidder's Initials 1 ITB-09-710-BM-Ad-I Item Estimated No. Quantity & Unit Description of Item Total Amount 13. 1 LS Remove Remaining Portion of Rip Griffin (Tara West) Building, Demolish and Remove Remaining portion of building, comprised of a one-story structure with slab -on -grade foundation and a basement. Demolish and remove portions which have not been removed by others, including Basement Walls and Basement Foundation, Building Slab, Brick and Wrought Iron Landscape Fencing, Sidewalks, Concrete Landscape Edging, Landscape lighting, Exterior lighting assemblies, Existing Irrigation System, Flag Pole, Small Shrubs and Plants, and all other Building Appurtenances, including neat removal of building structure, basement, flat work, and landscaping items and proper disposal or disposition. TOTAL ITEM #13: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 14. 6,803 SY Topsoil (12")(Fumish and Place), including securing necessary sources and royalties, furnishing topsoil; excavation at the source, loading, hauling, stockpiling and placing; watering; rolling; and equipment, labor, materials, tools, and incidentals, by the square yard complete in place. TOTAL ITEM #14: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 15. 1,867 CY Embankment (Basement), including borrow material as required, placement and density control to lines and grades shown on drawings, as well as any incidental work. TOTAL ITEM # 15: $ /CY( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 16. 4,160 CY Embankment (Roadway), including borrow material as required, placement and density control to lines and grades shown on drawings, as well as any incidental work. TOTAL ITEM #16: $ /CY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 17. 4,200 CY Excavation (Roadway), to lines and grades shown on drawings, as well as any incidental work. TOTAL ITEM # 17: $ /CY( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 18. I80 CY Excavation (Drainage Pipe), to lines and grades shown on drawings, as well as any incidental work. TOTAL ITEM # 18: $ /CY( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 19. 1,200 SY Surface Treatment, including surface preparation, furnishing, preparing, hauling and placing Aggregate and asphalt; removing existing pavement markers and excess aggregate; rolling; cleaning up stockpiles; and equipment, labor, tools and incidentals, as complete in place. TOTAL ITEM #19: $ /SY( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials 1TB-09-710-BM-Ad-I 3 i Item Estimated No. Quantity & Unit Description of Item Total Amount 20. 11,790 SY Hot Mix Asphalt Pavement (HMAC)(TY B) (4"), including necessary materials, shaping, density controlled placement, complete and in place. TOTAL ITEM #20: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 21. 11,790 SY Concrete Paving (Continuously Reinforcedx8" ), including necessary materials and placement, complete and in place. TOTAL ITEM #21: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 22. 405 SY Concrete Ripmp (Drainage Channelx5"), including necessary materials for placement of concrete riprap, including toe wall foundation, complete and in place. TOTAL ITEM #22: $ /SY,( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 23. 2,920 LF 24-Inch Concrete Curb and Gutter, including necessary materials, joining, forming, finishing, and placement of stand-alone or monolithic curb and gutter, complete and in place, per linear foot as measured along the gutter line. TOTAL ITEM #23: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 24. 35 LF 24-Inch Concrete Curb and Gutter (Sawtooth), including necessary materials, joining, forming, finishing, and placement of stand-alone or monolithic curb and gutter, complete and in place, per linear foot as measured along the gutter line. TOTAL ITEM #24: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 25. 1,895 SY Concrete Sidewalk (5" ), including necessary materials for placement of concrete sidewalks, complete and in place. TOTAL ITEM #25: $ /SYf ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 26. 6 EA Concrete Sidewalk Ramp (In radius - w/ flared sides), including necessary materials for placement of ramps, complete and in place. TOTAL ITEM #26: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 27. 1,050 SY Concrete Alley Returns and Driveways (6"), including necessary materials for placement of concrete alley returns and driveways, as complete and in place. TOTAL ITEM #27: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) Bidder's Initials ITB-09-710-BM-Ad-I 1 r Item Estimated f No. Quantity I ^ & Unit Description of Item Total Amount tt 28. 717 SY Concrete Median (Raised)(With and Without Brick Pavers)(6"), including necessary materials for placement of concrete medians, with and without brick pavers, as indicated on the plans, complete and in place. TOTAL ITEM #28: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 29. 5 EA Adjusting Manholes, including materials, including backfill as required, and for excavation, tools, equipment, labor and incidentals, per each manhole adjusted. TOTAL ITEM #29: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 30. 18 EA Adjusting Valve Boxes, including materials, including backfill as required, and for excavation, tools, equipment, labor and incidentals, per each valve adjusted. TOTAL ITEM #30: $ /EA( 1 (Unit Price Amounts shall be shown in both words and numerals. In case ofdiscrepancy, the amount shown in words shall govern.) 31. 350 LF Reinforced Concrete Pipe (CL IV)(18"), including necessary materials, furnished and installed, complete and in place, per linear foot of each barrel. TOTAL ITEM #31: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 32. 1 EA Inlet (Curb)(5% including necessary materials, furnished and installed, complete and in place. TOTAL ITEM #32: $ /EA( 1 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 33. 1 EA Inlet (4' x 4' Area), including necessary materials, furnished and installed, complete in place. TOTAL ITEM #33: $ /EA( ) t, (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 34. 84 LF Drill Shaft (Roadway Illumination Pole)(30" Diameter), including full compensation for excavation; furnishing, placing and removing casing (if necessary); famishing, processing, and recovering slurry (if necessary); pumping; furnishing, and placing reinforcing steel; furnishing and placing concrete, including additional concrete required to fill an oversize casing or oversize excavation; conducting slump loss tests; backfilling; disposing of cuttings and slung; and materials, tools, equipment, labor, and incidentals, measured by the linear foot of drilled shaft indicated in the plans. TOTAL ITEM #34: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) Bidder's Initials ITB-09-710-BM-Ad- I 5 P Item Estimated t No. Quantity & Unit Description of Item Total Amount 35. 14 EA Illumination Pole Assembly (TY SA)(40T-8)(.25 KW)S: Payment will be made at the unit price bid per each roadway illumination assembly installed, including furnishing, installing, and testing luminaries. TOTAL ITEM #35: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern) 36. 2,436 LF Conduit (PVCXSCHD 40) (2 IN)(TRENCH), including full compensation for furnishing and installing conduit; trenchinglexcavating, and furnishing and placing backfill; replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in place. TOTAL ITEM #36: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 37. 222 LF Conduit (PVC)(SCHD 80)(2 IN)(BORE), including full compensation for furnishing and installing conduit; jacking, boring, and furnishing and placing backfill; replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in place. TOTAL ITEM #37: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 38. 2,814 LF Elec Conductor (No. 8) (BARE), including furnishing, installing, and testing electrical conductors and for equipment, labor, tools, and incidentals. TOTAL ITEM #38: $ /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 39. 5,628 LF Elec Conductor (No. 8) (INSULATED), including fiunishing, installing, and testing electrical conductors and for equipment, labor, tools, and incidentals. TOTAL ITEM #39: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 40. 12 EA Ground Box Ty A (122311) W/ APRON, complete in place. TOTAL ITEM #40: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 41. 1 EA Elec Service Ty A (240/480) 060 (NS) SS(E) SP(0): This price is full compensation for fiunishing and installing paying all fees, permits and other costs, making arrangements with the utility company for all work and materials provided by the utility company, complete in place. TOTAL ITEM #41: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) Bidder's Initials 1TB-09-710-BM-Ad-I Item Estimated No. Quantity , & Unit Description of Item Total Amount .r 42. 6 LF Drill Shaft (Traffic Signal Pole)(24 IN Diameter), including full compensation for excavation; furnishing, placing and removing casing (if necessary); furnishing, processing, and recovering slurry (if necessary); pumping; furnishing, and placing reinforcing steel; furnishing and placing concrete, including additional concrete required to fill an oversize casing or oversize excavation; conducting slump loss tests; backfilling; disposing of cuttings and slurry; and materials, tools, equipment, labor, and incidentals, measured by the linear foot of drilled shaft indicated in the plans. TOTAL ITEM #42: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem) 43. 60 LF Drill Shaft (Traffic Signal Pole)(36 IN Diameter), including full compensation for excavation; furnishing, placing and removing casing (if necessary); furnishing, processing, and recovering slurry (if necessary); pumping; furnishing, and placing reinforcing steel; furnishing and placing concrete, including additional concrete required to fill an oversize casing or oversize excavation; conducting slump loss tests; backfilling; disposing of cuttings and slurry; and materials, tools, equipment, labor, and incidentals, measured by the linear foot of drilled shaft indicated in the plans. TOTAL ITEM #43: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 44. 615 LF Conduit (PVC)(SCHD 40) (2 IN)(TRENCH), including full compensation for furnishing and installing conduit; trenching/excavating, and furnishing and placing backfill; replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in place. TOTAL ITEM #44: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 45. 113 LF Conduit (PVC)(SCHD 40) (3 INXTRENCH), including full compensation for furnishing and installing conduit; trenching/excavating, and furnishing and placing backfill; replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in place. TOTAL ITEM #45: $ /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 46. 322 LF Conduit (PVC)(SCHD 40) (4 IN)(TRENCH), including full compensation for furnishing and installing conduit; trenching/excavating, and furnishing and placing backfill; replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in place. TOTAL ITEM #46: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) Bidder's Initials ITB-09-710-BM-Ad-I Item Estimated No. Quantity & Unit Description of Item Total Amount 47. 40 LF Conduit (PVCXSCHD 80)(2 IN )(BORE), including full compensation for furnishing and installing conduit; jacking, boring, and furnishing and placing backfill; replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and installing fittings, rt junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in place. TOTAL ITEM #47: $ /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 48. 582 LF Conduit (PVCXSCHD 80)(4 IN)(BORE), including full compensation for furnishing and installing conduit; jacking, boring, and furnishing and placing backfill; replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in place. TOTAL ITEM 948: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 49. 564 LF Elec Conductor (No. 6) (BARE), including furnishing, installing, and testing electrical conductors and for equipment, labor, tools, and incidentals. TOTAL ITEM 949: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 50. 64 LF Elec Conductor (No. 6) (INSULATED), including furnishing, installing, and testing electrical conductors and for equipment, labor, tools, and incidentals. TOTAL ITEM #50: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 51. 1 EA Ground Box Ty A (122311) W/ APRON, complete in place. TOTAL ITEM #51: $ /EAj ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 52. 14 EA Ground Box Ty C (162911) W/ APRON, complete in place. TOTAL ITEM #52: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 53. 1 EA Elec Service Ty D (120/240) 070 (NS) SS(E) SP(0): This price is full compensation for furnishing and installing paying all fees, permits and other costs, making arrangements with the utility company for all work and materials provided by the utility company, complete in place. TOTAL ITEM #53: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ITB-09-710-BM-Ad-I Bidder's Initials t l Item Estimated No. Quantity & Unit Description of Item Total Amount 54. 1 EA Install Highway Traffic Signal (ISOLATED): Includes furnishing, installing, and testing the completed installation, controller and associated equipment, controller foundations, signs and sign lights mounted on signal equipment, mounting hardware and steel wire strand; preservation and replacement of damaged sod, shrubbery and trees, removal and replacement of curbs and walks, and equipment, labor, tools, and incidentals. The City of Lubbock will pay for electrical energy consumed by the traffic signal, complete in place. TOTAL ITEM #54: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 55. 1 EA Install Highway Traffic Signal (TEMPORARY FOR CONSTRUCTION): Including installation, operation, maintenance, reconfiguration, and removal of temporary traffic signal, foundations, electrical services, and materials, equipment, labor, tools, and incidentals, complete in place. TOTAL ITEM #55: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 56. 8 EA Back Plate (12 IN)(3 SEC); includes full compensation for furnishing all material, installation, labor, tools, and incidentals, complete in place. TOTAL ITEM #56: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 57. 8 EA Back Plate (12 IN)(5 SEC); includes full compensation for furnishing all material, installation, labor, tools, and incidentals, complete in place. TOTAL ITEM #57:_ $ /EA(_ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 58. 8 EA Pedestrian Signal Section (12 IN)(LED)(2 INDICATIOINS); includes full compensation for furnishing, assembling, and installing the signal sections, back plates and louvers, and lenses and optics; mounting attachments; and equipment, labor, tools, and incidentals, complete in place. TOTAL ITEM #58: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 59. 8 EA Vehicle Signal Section (12 IN)(LED)(GRN ARV); includes full compensation for famishing, assembling, and installing the signal sections, back plates and louvers, and lenses and optics; mounting attachments; and equipment, labor, tools, and incidentals, complete in place. TOTAL ITEM #59: $ /EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) Bidder's Initials ITB-09-710-BM-Ad-1 J, Item Estimated No. Quantity & Unit Description of Item Total Amount 60. 56 EA Vehicle Signal Section (12 IN) (LED) (GRN); includes full compensation for furnishing, assembling, and installing the signal sections, back plates and louvers, and lenses and optics; mounting attachments; and equipment, labor, tools, and incidentals, complete in place. TOTAL ITEM #60: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 61. 8 EA Vehicle Signal Section (12 IN) (LED) (YEL ARW); includes full compensation for furnishing, assembling, and installing the signal sections, back plates and louvers, and lenses and optics; mounting attachments; and equipment, labor, tools, and incidentals, complete in place. TOTAL ITEM #61: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 62. 56 EA Vehicle Signal Section (12 IN) (LED) (YEL); includes full compensation for furnishing, assembling, and installing the signal sections, back plates and louvers, and lenses and optics; mounting attachments; and equipment, labor, tools, and incidentals, complete in place. TOTAL ITEM #62: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 63. 56 EA Vehicle Signal Section (12 IN) (LED) (RED); includes full compensation for furnishing, assembling, and installing the signal sections, back plates and louvers, and lenses and optics; mounting attachments; and equipment, labor, tools, and incidentals, complete in place. TOTAL ITEM #63: $ /EAR ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 64. 352 LF Traffic Signal Cable (TY AX12 AWGx5 CONDR); includes furnishing and installing materials and for equipment, labor, tools, and incidentals. TOTAL ITEM #64: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 65. 1,326 LF Traffic Signal Cable (TY A)(12 AWG)(7 CONDR); includes furnishing and installing materials and for equipment, labor, tools, and incidentals. TOTAL ITEM #65: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 66. 212 LF Traffic Signal Cable (TY A)(12 AWG)(10 CONDR); includes furnishing and installing materials and for equipment, labor, tools, and incidentals. TOTAL ITEM #66: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials ITB-09-710-BM-Ad-I 10 Item Estimated No. Quantity & Unit Description of Item Total Amount 67. 811 LF Traffic Signal Cable (TY AX12 AWGX25 CONDR); includes furnishing and installing materials and for equipment labor, tools, and incidentals. TOTAL ITEM #67: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 68. 1,799 LF Traffic Signal Cable (TY C)(14 AWG)(2 CONDR); includes furnishing and installing materials and for equipment, labor, tools, and incidentals. TOTAL ITEM #68: $ /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 69. 1 EA Install Traffic Signal Pole Assemblies (S) 1 ARM (44% includes furnishing, fabricating, galvanizing, assembling, and erecting the pole upon a foundation; furnishing and erecting required mast arms; famishing and placing anchor bolts, nuts, washers, and templates, and equipment, materials, labor, tools, and incidentals. TOTAL ITEM #69: $ /EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 70. 3 EA Install Traffic Signal Pole Assemblies (S) 1 ARM (48'); includes furnishing, fabricating, galvanizing, assembling, and erecting the pole upon a foundation; furnishing and erecting required mast arms; furnishing and placing anchor bolts, nuts, washers, and templates, and equipment, materials, labor, tools, and incidentals. TOTAL ITEM #70: $ /EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 71. 8 EA Pedestrian Detectors (2 INCH PUSH BTN ); includes famishing, installing, and testing the detectors; and equipment, materials, labor, tools, and incidentals,. TOTAL ITEM #71: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 72. 1,138 LF Vehicle Loop Detector (Sawcut): includes furnishing, installing, and testing the detectors; saw -cutting, excavation, backfill, sealant, and sealant placement; pavement repair associated with saw-cutting;,and equipment, materials, labor, tools, and incidentals. TOTAL ITEM #72: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 73. 1 EA Removing Traffic Signals: Includes removing the various traffic signal components; removing the foundations; disposal of unsalvageable material; hauling; and equipment, labor, tools, and incidentals. TOTAL ITEM #73: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) Bidder's Initials ITB-09-710-BM-Ad-I I I Item Estimated No. Quantity & Unit Description of Item Total Amount 74. 180 LF Pavement Markings (8")(White)(Temporary Removable Tape), including necessary materials, famished and installed, and removal when not needed, complete and in place. TOTAL ITEM #74: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 75. 2,940 LF Pavement Markings(4")(White)(Broken)(Thermoplastic), including necessary materials, fumished and installed, complete and in place. TOTAL ITEM #75: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 76. 606 LF Pavement Markings(8")(White)(Solid)(Thermoplastic), including necessary materials, famished and installed, complete and in place. TOTAL ITEM #76: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 77. 831 LF Pavement Markings (24") (White) (Solid) (Thermoplastic), including necessary materials, fumished and installed, complete and in place. TOTAL ITEM #77: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 78. 19 EA Pavement Markings (Arrow) (White) (Thermoplastic), including necessary materials and incidentals, furnished and installed, complete and in place. TOTAL ITEM #78: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 79. 642 LF Pavement Markings (4") (Yellow) (Broken) (Thermoplastic), including necessary materials and incidentals, fumished and installed, complete and in place. TOTAL ITEM #79: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 80. 1,142 LF Pavement Markings (4") (Yellow) (Solid) (Thermoplastic), including necessary materials and incidentals, furnished and installed, complete and in place. TOTAL ITEM #10: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 81. 848 EA Raised Reflectorized Pavement Markers (CL B)(Type I-C), including necessary materials and incidentals, furnished and installed, complete and in place. TOTAL ITEM #81: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials rrB-09-710-BM-Ad-I 12 r , Item Estimated - No. Quantity & Unit Description of Item Total Amount 82. 15 EA Raised Reflectorized Pavement Markers (CL B)(Type [I -A -A), including necessary materials and incidentals, furnished and installed, complete and in place. TOTAL ITEM #82: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 83. 705 EA Raised Traffic Button (4")(TY W), including necessary materials and incidentals, furnished and installed, complete and in place. TOTAL ITEM #83: $ /EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 84. 11 EA Small Sign Assemblies, including necessary materials, furnished and installed, complete and in place. The unit price bid shall includes sign, post, concrete base, plaque, accessories, excavation, filling, backfilling, and all incidentals necessary to complete the work, per each sign complete in place. TOTAL ITEM #84: $ /EA( a ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the mount shown in words shall govern) 85. 7 MO Barricades and Traffic Control Devices, including furnishing and installation of materials and removal thereof. TOTAL ITEM #85: $ /MO( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 86. 1 LS SWPPP / Temporary Erosion Control, including necessary materials and coordination for compliance with storm water regulations and ordinances, furnished and installed, continuously monitored, complete and in place. TOTAL ITEM #86: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals_ In case of discrepancy, the amount shown in words shall govem.) 87. 1 LS Irrigation System - (Install New); includes complete installation of a new irrigation system in areas identified on the plans, including all necessary water connections, backflow prevention, controller, valves, piping and irrigation heads as shown on the plan, as a complete and separate system from the existing irrigation systems. (Maintain Existing), includes preserving the integrity and operational capacity of the existing irrigation in the areas adjacent to the Right of Way. Includes repair of the existing system which may be damaged by construction of new sidewalk, removal, relocation and/or replacement of the existing PVC mainline piping that may be affected by the grading work and/or construction, as shown on the plans. (Adjust Existing), includes renovation of the existing irrigation system at the Fire Station on Slide Road at 2nd Street, including replacement of heads, relocation of the existing PVC mainline piping, ties of the replacement or salvaged irrigation heads into the existing system, and preservation of the integrity and operational capacity of the existing irrigation system. Paid as lump sum. TOTAL ITEM #87: $ /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) Bidder's Initials ITB-09-710-BM-Ad-1 13 Item Estimated No. Quantity & Unit Description, of Item Total Amount 88. 1 LS Landscaping: Includes furnishing the plants (22 EA - deciduous trees, 3" caliper) (22 EA - evergreen trees, 8' height)(81,500 SF - Turf Sod)(81,500 SF - Overseed), mulch, plant soil mix, landscape border, plant bed preparation and vegetation barrier, all materials, equipment, labor, tools, and incidentals, planted in place, per lump sum. TOTAL ITEM #88: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 89. 1 LS Mobilization, including costs associated with move -in related equipment and labor, bid bond, performance and construction bonds, and insurance, per lump sum TOTAL ITEM #89: $ /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) SUBTOTAL BASE BID (ITEMS 1 THROUGH 89): MATERIALS: LABOR: $ TOTAL BID ITEMS #1- #89: $ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) ALTERNATE BID - Item 90 90. 1 LS Remove Front Portion of Rip Griffin Building (Including Two -Story and One -Story section built on pier and beam foundation, including front porch), including neat removal of the front portion of the building structure and building foundation, not including basement, and proper disposal or disposition, per lump sum. TOTAL ITEM #90: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) SUBTOTAL ALTERNATE BID (ITEM 90): MATERIALS: TOTAL BID ITEMS #90: $ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) Bidder's Initials ITB-09-710-BM-Ad-1 14 TOTAL BASE BID (ITEMS 1 THROUGH 89) + ALTERNATE BID (ITEM 90): MATERIALS: $ LABOR: $ TOTAL BID ITEMS # 1 - #90: $ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 215 (TWO HUNDRED FIFTEEN) CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,750 (ONE THOUSAND SEVEN HUNDRED FIFTY) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully .. examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank, satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. I Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) 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's Initials ITB-09-710-BM-Ad-I 15 Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BI D PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: - FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Spec rrB-09-710-BM-Ad-I 16 Page Intentionally Left Blank ITB # 09-710-BM, Addendum # 2 City of Lubbock } PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13TH STREET r LUBBOCK, TEXAS 79401 PH: (806) 775-2163 FAX: (806) 775-2164 http://Purchasing.ci.lubbocktK.us K.us ADDENDUM # 2 ITB # 09-710-BM Slide Road Paving Improvements DATE ISSUED: February 27, 2009 CLOSE DATE: March 4, 2009 @ 1:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Contractors' attention is directed to the following information provided by the Engineers: Attached are PDF files of Plan Sheets 2, 52A, 52B, and 52C. New Plan Sheet 2 REPLACES the original plan sheet 2, containing a new sheet index, which includes the new sheets 52A, 52B and 52C. Sheets 52A, B, and C are inlet detail sheets that were inadvertently omitted from the plan set. Please ADD these new sheets in your plan set, following Sheet 52. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to 806-775-2164 or Email to bmacnair(a,mylubbock.us. THANK YOU, CITY OF LUBBOCK Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's re=nsibiliiy to advise the City of Lubbock Public Works Contracting Officer if anv 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 Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB # 09-710-BM-Ad-2 SHEET INDEX LOCATION MAP f ERSK INE STREET .r '•"""-'""�'t jFF'pp tt ;; j '•' ^'�`•a'"`�-a«.,.w,unwx;;s�rmnu .tea „ Cry �C.- IT ' _ 4TN STREETLai AND SHEET INDEX SHEFT 002 1'-6" Min ^%" (4'-O" Min, 6'-0" Max) 1'-6" Min ADran 6" D Plug I'-0" Min.4 6•• Apron (31-0" Min, 5'-0" Max) 1" Overhang ITYP) C 5 fi Ring one Cover (Canter on Lid) --- _ - + — — — — — --j 6"x 6" Past (TyD) Corner N = I I I I I I o s c �A, I I I I ( v y --p o n o ( I I I o g�a` wig I—+-------+—i gem ' fi 9 �'gFe geL=„ Lid "x" plus 2" PLAN I D TYPICAL APRON PLAN IL!d not shown for clarity. Snoring reIn7orcina in walls and in opron.) 1 ■ J (match Bars BI Spa) ITyP) v4 I tmotah Bar. Bx Soo) (Typ) i'-6" Min 1'-6" Min 4YM!! y i$� J Mox 3l/z" Poat Carat 3 %x" IS" max — 3 %z" Post Const sEio- Soo it (TYP)r2`,_ � SPo Jt ITyP) -,•gy z )�. ITYPi -' TOD Of_Aprpn (TYp)ii 1' ITYP) (T Of Apr W) (T p) 1 Y i c: Overhang _ -r' Overhang � j 2" End 2" End ) Cov „ Cov - -- m 14 Apron (TyD> D(v6 )13�-- Apron (TYPI ._ n — - Mx O 2" o 2 Permiss in Conat Jt V flap Bars B) `o ITYP) Permias Const Jt V (lap Barg Bx + c ITYP) o ITyDI -5" Min) / r4 g ; (Typ) — 1'-5" Min ) / v4 H �x� w L)�. za o r—Const Jf- _ (Typ) (TyD) iD Bz— io ( 6"lT P) 62 ni 6"(Typ) B) Bars Bz Spo 4- Eq Spa o4 12" Max 4" Bars B) Soo 4" Eq Soo of )2" Maz 4^ SECTION A —A SECTION B-B L,)May be changed a. directed by the Engi near. 02 Place layer of grout oetreen lid and corner Poet. to provide Staple .sot ing of lid. L3)Center Dowale D in corner posts. (Typ) L� D equals the maxi— inside diameter of any Pipe entering the wall shown or the opposite wal I. 0 D eoNais the moxir inside diameter of any Pipe entering the inlet. SHEET I OF 2 Texas ElVartme of rranspartatloa Bridge pds/m HORIZONTAL INLET TYPE H WITH LID (MAX 48" DIA PIPES) IL-H-L :eom hfi�y �ggpg gFb» ,'S8k �glH aF Of ESSEN �l1�i�\SEEN :� ONE EMENIN -Almon ����i�li�i�i ANOWWW" \NIM.7oc 77CI a�wn�t�zwui��t•M,�{ affi iie�IEQi�i i ii EVER s 4" 4" _- BIpCk outer T:� 4sID' 4-10. \ O -'--"7^— PIPE CONNECTION DETAIL _ Conneettng pipes should enter within 10' Of narmbl t0 inlet a11' If heCe990ry, SECTION C•C pi De elbow or curved approach altgnmen# should De usetl to ,lay within this limit. F3 1'-0" 3" 11.0" 6 ESTIMATED QUANTITIES V REINF For T STEEL pipe 4 Fppt Per 6 Inch Per 1 FootO Size Height Witlih Adtl'I Widrn Atltl'i Height Bar Size SDo • 0 r, ^e" O.twr ri «'.•Tei..s ri a o....s B1 °4 t-In-place for bean antl de P ktble, L � as req•e xz -r- 3.1 319 .2g zl .39 36 D •4 s / solid Cover 1 lifiCPiCkbOrr t Ino or simU or If393 .21 21 .4i 38 E x4 12' a, ock ^IC lift imp device LL oT For Width (4'-0" 1I11 • D • 2'-0" F1.3 w4 12" Cut a PREFABRICATED 8 Does not apply to prefabricated Inlets 0 w4 6" D_CrY ___{ ` INLET 5.,T I /z" % H x3 4" I 32" Max Did C6on0 C6 C---—'j K °4 9" -4 Bar 3' g �"-Isar 0 min ©For reinforcing steel and E1'-5 %z" Ce / I dimensions rot shorn, see 1•_71r=. C3 BARS D L °4 6" \ C / Di 22- R)'t" fear lcaI.re design droving, m u Structure Shall be of ins 5'-5 %2" C2 v D • 1'-61/z" (]As shorn PLAN size required to accomnodote s••6 % ° C1 rd eYf` 5•• Mini `� •_ size of pipe shown w LIFTING CATCH Length in ems Plans. a u ti v Length re inlet Sans" 'c - -- _- •� a , Showing Cost -In -Plot. TCD\Showing Precast Top � 26" Max Dta � RING AND COVER DETAILS 6 BARS E PLAN O2 r videost t�op ie used, R BARS C provide 4 - '/s" dta x 11-6" Approximate Weight • 245 ID 6 %2` smoorn oars to inlet ( GENERAL NOTES., 6'•a" aiis for I" dio moles cl-� A _C2 Snowing Cast•in-Pine Top it Showing PreCafit Top ELEVATION see Detpii a� // a 4 or. Locetl to Be 2 •• D De pl ry O i---------- -rs ----- -v_�rn tnlgt C3 �4 r I. l, lext-ebns ion lengtn) �Q of Ring and 11 V -6" Min, ta•9" Max �^ o 0uanil Ties shorn h@rein aYe for Contractor s 1'•01/z..". 91/z' Cover if U6ed AOj Ust ploCllnent of �'� infOrlrxit ion Only. Unle63 O#merrt Ss shown in Ring OrW Cover as Ins plane, payment wi li De mode for each 'niet See C s-, Of the Type specified and for each extension. nengSand to avoid tail A-.,` �• 83^.� 91-�, "-"� cmf Itct wi#n Bofs H, a� 1''61/p" Ewn five feet curb Opening of extension is 11 considered one extension" regardless of Nether p1Ocad mane, litnically or preco6l. ll I o o Extensim length She$I be In multiD i as of BARS G 5 feet. Engineer has the option of specifying cost- ; �•'J� '! Per mi SB COn3t Jt BARS N tn-piace top with rim Crete over or removeale C9 lCOst-in-P IOCB)� ` DY@COB} iOP g9 Spec if�ied @SarheYe in DIan3. I When approved, precast Inlet, wr ton equivalent HI Perm; Ss Canst Jf / \ structural copan ity may be furnished. Sealed p —L 1'-0 %2" \ �^—"� engineer inq calculations and drwtnga shall oe 3 {PY@CO81 Tpp)� / +"_� SMblmtttad for approval prior to conslruc ion. Back of When opProved by the Engtheer, opening 1 L / curb Itne \ 7• cmfigurati on6 of equivalent hydraulic design 7s 0" may be firm, shed. 2 is C1• / �/ Shop drwinos ill not be required. -• Top of Curb In drape of conflict between reinforcing Normal steel, blOckout9, pipes, a -her Dolts or other F2 transverse 1 BARS K retnfare impo ,feel, the re; nlforcemenT shall be Curb inlet to 2 }'�" Slop@� pant or odJusteO to Clear as directed by the z , peconmo0at. Ft—: joys - _ `2" radius ' Engineer, i'- C{ pipe Sidesl — Ring and cover Shall conform to the ell omelerg �� 5 I �--.-�i -6-�--.�1 requ; rements of AASHTO M306, Stondord up to 48' Const f Speci Plcat ion far groin age Structure Cast imps". _Cmsi Jf Moieriols shell conform ro ASTM A48, C1es5 35B it No steeper m g for pp a7, iron Castings or ASTM AS36, Grade than 611 % 65.45r12 for ductile iron Coe+ (nopg. Aluminum O Match proposed / olloy coatings Shall rot be permitted. curb bolter ,`Cz -�-� E_•' I ( \ QVorialale -see / 6" D • t•-0" 13'•0" Mtn) IO 6- Curb Detoi is f• \ 0Gutter depression SECTION A -A s3'•6" Min when \ to be determined BARS L Ring and Cover '� by the Engineer OBlock Cut to accommodate extension ore usetl. _ If used and to Place 4 Bore L DETAIL A 5' -6" S' -s" 6' • 0" %XOS Depar/mell or iranspgf %Olio!! BlYaae DA'I&W QUANTITIIES CURB INLET TYPE C Inlet AND EXTENSION TYPE E Ext "%" ; "A' Steel cone steel 15' -0" INLET) Extension t Extension 2 No. Ft Cy LD -Goner 1 5 0. T 104 6" (�* IL—C Notet If more than me extension I. required, they should 2 10 1.2 190 •un il-:Seuy, exp, r,mA m rEa on Nt8 a•nE, ^.1{ all ea located on one aide os indicared obove. No slope is required In flwline of extension. 3 IS 1.8 27T ri . sal ?995 4 20 2.4 366 ,..,.�... eW.r. a-.. EXTENSION ELEVATION SECTION B-B EXTENSION PLACEMENT I u� pay 8=& E o£� :b �5ggg�gg 7'Yob ��:8! x5 at 6" Mox 4 f61 TYPICAL PRECAST LID PLAN t %z" End Cover (Typ) w5 (TYp)7 j — (6" to _ ITYPI (TYP) x5 at 6" Max SECTION C-C (—?)Form holes in lid for Dowels D using 1" Did x 4" PVC Pipe (SCH 40) ITyp) %" minus 5' "� BARS B (94) varies Picknole, pickbar, Solid Cover It/t rind or simile .^� c lifting tlav iced Z 'o }2° Max "%" minus 5 '/z" LI Clear 0 nin "Y" minus 5 L2 Dia 22"v-�'i" BARS L (z14) e c a �• 26" Max oio I mina 4" " MI RING AND COVER DETAILS Y" minus 4" - M: BARS V (e4) nPproximate Weight 245 ID BARS M (04) Angle Of entry Angle of entry Is IG9a than is greater or equal to 70' than '0, PIPE CONNECTION DETAIL Connecting pipes Should enter within 10' of normal to into* wall. If necessory, Di be 0to- Or curved apprODch Oligrmlent Should be used to stay within this Ilmit. GENERAL NOTES: When approved, precast inlets with equivalent structural COppofty may be furnished. Sealed engineering COICuIOT Iona and drawings snail be sLIDlll it t ed for approval pri Or To construction. Shop orowings will nOT De requlretl. Apron will be cast -in -place. Lid will be precast . in areas of conflict between reinforcing steel. blackouts. Pipes' anchor Dolts or Other reinforcing steel, the elnforcement shall be Dent or adjusted to clear as directed by the Engineer, , Structural Steel far grates shall conform to the requirements of ASTM Designation A-36 or AISt Designation M1010-M1020. AI reinforC ing steel Shall be Grace 60 unless oinerw ise noted. Alt Concrete !hail be Class "A" (f'c - 3,000 psi). All steel domponents except reinforcing, shot) be golvaniied after fabricat l on. Galvanizing damped during transport or Construction shall De rlpalred In accordance the speci fiCatigts. Inlet is to urea in ditches and medims away fr am the roadway. Texas Departw9 of TranWlatlon 811dgt DMsIM HORIZONTAL INLET TYPE H WITH LID (MAX 48" D1A PIPES) IL-H-L Pape Intentionally Left Blank CITY OF LUBBOCK SPECIFICATIONS FOR SLIDE ROAD PAVING IMPROVEMENTS ITB # 09-710-BM Contract # 8864 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY hgp://Dr.thgWroductioncoMpgRy.com/ Phone: (806) 763-7770 "A City of Planned Progress " CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank -' CITY OF LUBBOCK INVITATION TO BID FOR TITLE: SLIDE ROAD PAVING IMPROVEMENTS _ ADDRESS: LUBBOCK, TEXAS [n ITB NUMBER: 09-710-BM Contract # 8864 PROJECT NUMBER: 91103 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE Pate Intentionally Left Blank City of Lubbock, TX Public Works Contracting Office Contractor Checklist for ITB # 09-710-BM Before sub 'tting your bid, please ensure you have completed and included the following: Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. ` 2. i/ Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 4. Ensure your bid is RECEIVED by the City of Lubbock Public Works Contracting Office prior / to the deadline. Late bids will not be accepted. 5. 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. / 6. r/ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. t/ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's / FEDERAL TAX ID number or Owner's SOCIAL SECURITY n umber. 8.y Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN TWO BUSINESS DAYS AFTER CLOSING 1. 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. i. �on2 r Dtl"':f (Type or Print Company Name) Page Intentionally Left Blank 1. 2. _ 3. 4. i 5. _ 6. 7. 8. 9. _ 10. 11. 12. INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL — (must be submitted by published due date & time) 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE 3-4. SUSPENSION AND DEBARMENT CERTIFICATION 3-5. PROPOSED LIST OF SUB -CONTRACTORS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than two business days after the close date when bids are due.) 4-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT DAVIS BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Paine Intentionally Left Blank NOTICE TO BIDDERS Paze Intentionally. Left Blank H, NOTICE TO BIDDERS TTB # 09-710-BM Sealed bids addressed to Bruce MacNair, Public works Contracting Officer, City of Lubbock, Texas, will be received in the office of the Public works Contracting Officer, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 1:00 P.M. on March 4. 2009, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Public works Contracting Officer and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Public works Contracting Officer for the City of Lubbock, before the expiration of the date above first written. Bids are due at 1:00 P.M. on March 4, 2009, and the City of Lubbock City Council will consider the bids on March 23, 2009, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on February 17, 2009 at 9:00 A.M., in the Municiaal Building Basement Cafeteria, 1625 1P Street, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at hilp://pr.thereprroductionco=any.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days after the opening of bids. Additional sets - of plans and specifications may be obtained at the bidder's expense. t. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Public works Contracting Officer of the [.J City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at (806) 775-2163 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK 6fi�ICG Mezz ` BRUCE MACNAIR PUBLIC WORKS CONTRACTING OFFICER GENERAL INSTRUCTIONS TO BIDDERS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO BIDDERS ' 4 1 BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish SLIDE ROAD PAVING IMPROVEMENTS per the attached specifications and contract documents. Sealed bids will be received no later than 1:00 P.M. on March 4, 2009, at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left- hand corner: "ITB # 09-710-13M, SLIDE ROAD PAVING IMPROVEMENTS" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Bruce MacNair, Public Works Contracting Officer City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Public Works Contracting Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non-mandatM pre --bid meeting will be held at 9:00 A.M., on February 17, 2009 in the Municipal Building!Basement Cafeteria, 1625 13'h Street, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsvnc.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Public Works Contracting Office. At the request of the bidder, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at www.bidamc.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) calendar days before the bid closing date. 4 5 0 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 C1 supplied by the City of Lubbock Public Works Contracting Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB 4 with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shallT be given to the Public works Contracting Officer and a clarification obtained before the bids are received, and if no such notice is received by the Public works Contracting Officer prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Public works Contracting Officer before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 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 5.3 equipment. bid be by bidder. All costs related to the preparation and submission of a shall paid the 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. 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 l General Conditions. l 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. I I PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER 1NOURUES AND CLARIFICATION OF REOUIltEMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Public works Contracting Officer if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this TTB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID MM) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: BRUCE MACNAIR, PUBLIC WORKS CONTRACTING OFFICER City of Lubbock Public Works Contracting Office 1625 13a' Street, Room 204 Lubbock, Texas79401 [ Fax: 806-775-2164 Email: bmacnair mv lubbock.us Bidsync: www.bidsvnc.com L 13 14 15 16 17 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within TWO HUNDRED FIFTEEN (215) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. MATERIALS AND WORKMANSER The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third parry 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 4 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 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 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 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. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 6 i_ 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the 3 Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done ' under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containingan conditions which provide for changes in the stated bid rice due to increases or Y PP decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name . 29.3.2 Bid for (description of the project [bid number and title]). 7 30 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, s t but no bid may be withdrawn or altered thereafter. ! i 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL , FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. _ (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF BIDDERS F I 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 famish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This Est 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. 9 I' 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 't Items one through eighty-nine 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 t State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR -! PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 33 ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY - SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34 PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage 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. 1 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: htlp://www.gpp.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. 1) 10 I rl I p BED SUBMITTAL FORM I Page Intentionally Left Blank *** REVISED *** BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: o> — z) y — o R PROJECT NUMBER: ITB- 09-710-BM--SLIDE ROAD PAVING BIPROVEMENTS Bid of lone- S4Ar DirrA f f yt n I (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 SLIDE ROAD PAVING IMPROVEMENTS, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. Estimated Item Quantity No. & Unit Description of Item Total Amount 1. 14 STA Prepare right-of-way, including clearing, grubbing and removal of all items that are in conflict. � TOTALITEM#1: Fr �ta Fir r/ ��/�eu $-'%D0o2 �/STA( <4+00 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 2. 2 EA Remove Existing Tree (Diameter less than 20-inches), including removal of trunk, limbs, roots, and filling of resulting hole with suitable material. r» o0 TOTAL ITEM #2: ,One ��t aGcS�f n 4 A � /, . $ 40 00 ! /EA( 02 O J D ` ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 3. 3 EA Remove Existing Tree (Diameter equal to or greater than 20-inches), including removal of trunk, limbs, roots, and filling of resulting hole with suitable material. TOTAL ITEM #3:rwxe- �iu.�.;�� `-�,' , d // „ $ rd 5-0//EA( 5,7 5-0 m (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4. 28 EA )) Tree Protection, including fencing, materials and labor, for each tree specified for protection. TOTAL ITEM #4: (/rte- A cc n drd li yeti $ S�� /EAR �; a O o �` 1 ' t Price Amounts shall be shown in both words and n rals. In case of discre (Unit panty, the amount shown in words shall govem.) S` Bidder's Initials rrB-09-710-BM-Ad-I �v Item - Estimated No. Quantity & Unit Description of Item Total Amount 5. 408 SY Remove Concrete (Pavement), including neat removal of existing flatwork and proper disposal of concrete. TOTAL ITEM#5: Iusen4W .ey'ern 4 ! IoD $o?7 /SY(���y oa (Unit Price Amounts shall be sho m both words and numerals. In case of discrepancy, the amount shown in words shall govern) 6. 289 SY Remove Concrete (Sidewalk), including neat removal of existing sidewalk and proper disposal of concrete. TOTAL ITEM #6: 1 t ��� J� no'� o $ 1a /SY( 3,4 log ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 7. 715 SY Remove Concrete (Driveway/Alley), including neat removal of existing driveways and alleys and proper disposal of concrete. 00 TOTAL ITEM #7: sy e n U .SeeJ�n '� n o�� --- $ 027 /SY( 11 3 0 5r_ ) (Unit Price Amounts shall be showdin both words and numerals. In case of discrepancy, the amount shown in words shalf govern.) 8. 3,849 LF Remove Concrete (Curb and Gutter), including neat removal of existing curb and gutter and proper disposal of concrete. 00 TOTAL ITEM #8: {1-� f n%sJ $ $ � /LF( 39oZ 0, ' —) (Unit PriceAmounts shall shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 9. 429 SY Remove Concrete (Valley Gutter), including neat removal of existing valley gutter and proper disposal of concrete. o0 TOTAL ITEM #9: Se V-e- n d �/go ''""' $ o? 7 —t� /SY( //, SS 3 ) (Unit Price Amounts shall be showA in both words and numerals. In case of discrepancy, the amount shown in words shalf govern.) 10. 30 SY Remove Concrete (Wheelchair Ramp), including neat removal of existing wheelchair sidewalk ramp and proper disposal of concrete. TOTAL ITEM #10: I �•V�.� .. Sey�,� rto/!� �-- $ a7 /SY( (Unit Price Amounts shall be shovin in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 11. 353 SY Remove Concrete (RIPRAP), including neat removal of existing riprap channel and proper disposal of concrete. Ih 0 iYJ / o0 TOTAL ITEM #11: �,ctfterr f/ /Dfl $_/00, /SY( (Unit Price Amounts shallobe shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 12. 12,208 SY Remove Asphalt Paving and/or Stabilized Base, including neat removal of existing paving materials and proper disposal or disposition. 0 TOTAL ITEM # 12: 1 1 rye /4 o $ 3 /SY( 3 to, (. 'x } (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern-) Sr Bidder's Initials FM-09-710-BM-Ad-I 2 Item Estimated No. Quantity & unit Description of Item Total Amount 13. 1 LS Remove Remaining Portion of Rip Griffin (Tara West) Building, Demolish and Remove Remaining portion of building, comprised of a one-story structure with slab -on -grade foundation and a basement. Demolish and remove portions which have not been removed by others, including Basement Walls and Basement Foundation, Building Slab, Brick and Wrought Iron Landscape Fencing, Sidewalks, Concrete Landscape Edging, Landscape lighting, Exterior lighting assemblies, Existing Irrigation System, Flag Pole, Small Shrubs and Plants, and all other Building Appurtenances, including neat removal of building structure, basement, flat work, and landscaping items and proper disposal or disposition. TOTAL ITEM #13 men A0&AS4?V1C( # It'0/Jo$/P%LS( zaoo �' ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 14. 6,803 SY Topsoil (12")Furnish and Place), including securing necessary sources and royalties, furnishing topsoil; excavation at the source, loading, hauling, stockpiling and placing watering; rolling; and equipment, labor, materials, tools, and incidentals, by the square yard complete in place. f TOTAL ITEM #14: lhr{-r— 5-1 $ •`Lf /SY(av (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 15. 1,867 CY Embankment (Basement), including borrow material as required, placement and density control to lines and grades shown on drawings, as well as any incidental work. 00 TOTAL ITEM #15: L' iq A -a nD//aa $ 8 /CY( ya f31, (Unit Price Amounts shall b6 shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 16. 4,160 CY Embankment (Roadway), including borrow material as required, placement and density control to lines and grades shown on drawings, as well as any incidental work. gg v� TOTAL ITEM # 16: �� h'� /D0 �� $ 8 � /CY( .7,3 oZ 8 O ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 17. 4,200 CY Excavation (Roadway), to lines and grades shown on drawings, as well as any incidental work TOTAL ITEM # 17: V u r- it ��a—Q $ Y oo /CY( / L . g 00 00 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 18. 180 CY Excavation (Drainage Pipe), to lines and grades shown on drawings, as well as any incidental work. TOTAL ITEM # 18: $ y /CY( 7a2 L) ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 19. 1,200 SY Surface Treatment, including surface preparation, furnishing, preparing, hauling and placing Aggregate and asphalt; removing existing pavement markers and excess aggregate; .. rolling; cleaning up stockpiles; and equipment, labor, tools and incidentals, as complete in place. . �' � op (_ TOTAL ITEM # 19: / O 1A r /DU $ Y /SY( L�r (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) rfB-09-710-BM-Ad-I /. Bidder's Initials l 1 Item Estimated,.. No. Quantity , & Unit Description of Item Total Amount 1 20. 11,790 SY Hot Mix Asphalt Pavement (HMACXTY B) (4"), including necessary materials, shaping, ' density controlled placement, complete and in place. TOTAL ITEM #20: /1/i n e Q� n � / •� o $ I9 SE /SY(y7a D 1092 - (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 21. 11,790 SY Concrete Paving (Continuously Reinforcedx8"), including necessary materials and placement, complete and in place. TOTAL ITEM #21: J' Z_ 1ty d ne %/,., -- $ 00 /SY(T I -, D ao ) (Unit Price Amounts shall a showntin both words and numerals. In case of discrepancy, the amount shown in words shall govern) 22. 405 SY Concrete Riprap (Drainage Channel)(F), including necessary materials for placement of concrete riprap, including toe wall foundation, complete and in place. TOTAL ITEM #22: I-ar- a C A b —( � h �Lr,Zu $u 18 0- /SY( ( 1Q 14 4 c) � ) (Unit Price Amounts shall be shdwn in both w6rds and numerals. casein of discrepancy, the amount shown in words shall govern.) 23. 2,920 LF 24-Inch Concrete Curb andGutter, including necessary materials, joinm ,formmg,finishing,and ' placement of stand-alone or monolithic curb and gutter, complete and in place, per linear foot as measured along the gutter line. {'{ r�� // !Z � oo � .i TOTAL ITEM #23: f our' e eii /v a $ /LF( SDI ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) f j 24. 35 LF 24-Inch Concrete Curb and Gutter (Sawtooth), including necessary materials, joining, forming, finishing, and placement of stand-alone or monolithic curb and gutter, complete and in place, per linear foot as measured along the gutter line. Ao 00 TOTAL ITEM #24: i5laA �-e ep /y J ""— $ ( g22 /LF( 3 a ) (Unit Price Amounts shall shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 25. 1,895 SY Concrete Sidewalk (5"), including necessary materials for placement of concrete sidewalks, complete and in place. TOTAL ITEM #25: i'j (Unit Price Amounts shall be �0/ v �� $ AID =- /SY( %t 7117 in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 26. 6 EA Concrete Sidewalk Ramp (In radius - w/ flared sides), including necessary materials for placement of ramps, complete and in place. ' // // W 80 TOTAL ITEM #26: iJu r T��i1 /1 �tfti[c� /ao r $ 14 QQ~ /EA( 9ru 00 ` ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 27. 1,050 SY Concrete Alley Returns and Driveways (6"), including necessary materials for placement of concrete alley returns and driveways, as complete and in place. TOTAL ITEM #27: ! `'i` S $ 50 /SY(, J S, 60 O 00 ) (Unit Price Amounts shall be shown both words ind numerals. In cafie of discrepancy, the amount shown in words shall g ern.) Bidder's Initials ITB-09-710-BM-Ad-I 4 i f s A : Item Estimated No. Quantity & Unit Description of Item Total Amount 28. 717 SY Concrete Median (Raised)(With and Without Brick Pavers)(6"), including necessary materials for placement of concrete medians, with and without brick pavers, as indicated on the plans, complete and in place. TOTAL ITEM #28: /Vint... yl E n n� (Unit Price Amounts shall both words and nnmi4s. In case of discrepancy, the amount shown m words shall govem.) 29. 5 EA Adjusting Manholes, including materials, including backflll as required, and for excavation, tools, equipment, labor and incidentals, per each manhole adjusted. TOTAL ITEM #29: /`nu >ft u r ., dte ri ra,4,4/ro .i $ yyL) —/EA( (Unit Price Amounts shall be shown in both words and numerA. In case o discrepancy, the amount shown in words shall govem.) 30. 18 EA Adjusting Valve Boxes, including materials, including backfill as required, and for excavation, tools, equipment, labor and incidentals, per each valve adjusted. TOTAL ITEM #30: vile 40ndrecF Si-z--fv Rve n�� ^ $ 1 t , 00 EA�d 9 I D r (Unit Price Amounts shall be shown in both words ands. In case of discrepancy, the amount shown in words shall govem.) 31. 350 LF Reinforced Concrete Pipe (CL IV)(18"), including necessary materials, furnished and installed, t(complete and in place, per linear foot of each barrel. TOTAL ITEM #31: G'a�4w fwt) /ram �- $ $a 50 /LF(oi8 8-7 5 ' ) (Unit Price Amounts shiM be sh6wn in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 32. 1 EA Inlet (Curb)(Y), including necessary materials, furnished and installed, complete and in place. TOTAL ITEM #32: Fr f u no n e A.., ne al > ,r-4 F/ /f An M SJ '�2 /EA( 419 5t) � ) (Unit Price Amounts shall 6e shown in both words and numerals. In cfw of discrepancy, the amount shown in words shall govem.) 33. 1 EA Inlet (4' x 4' Area), including necessary materials, furnished and installed, complete in place. TOTAL ITEM#33: fDr�t� t05ur Auna%r-� �0 $ YVW //EA(_ L/, �/ay ) (Unit Price Amounts shall be s own in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 34. 84 LF Drill Shaft (Roadway Illumination Pole)(30" Diameter), including full compensation for excavation; fiunishing, placing and removing casing (if necessary); furnishing, processing, and recovering slurry (if necessary); pumping; famishing, and placing reinforcing steel; famishing and placing concrete, including additional concrete required to fill an oversize casing or oversize excavation; conducting slump loss tests; backfilling; disposing of cuttings and slurry; and materials, tools, equipment, labor, and incidentals, measured by the linear foot of drilled shaft indicated in the plans. TOTAL ITEM #34: Qne Au d,,,J A,00 �F., 4w a 10 0--$13A `im /% 089 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials ITB-09-710-BM-Ad-1 5 Item Estimated No. Quantity 1 & Unit Description of Item Total Amount , 35. 14 EA Illumination Pole Assembly (TY SA)(40T-8)(.25 KW)S: Payment will be made at the unit price bid per each roadway illumination assembly installed, including famishing, installing, and testing luminaries. Ho 00 oa TOTAL ITEM #35: h,i ee a-2W r,1� n- r4,.r V, / — $ 3. 0qy %EA(4 3, a1o0 (Unit Price Amounts shall be shown in both words and numenlis. In case of discrepancy, the amount shown in words shall govern.) 36. 2,436 LF Conduit (PVC)(SCHD 40) (2 INXTRENCM, including full compensation for furnishing and installing conduit; trenching/excavating, and furnishing and placing backfill; replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in place. �' Do TOTAL ITEM #36: i �'1�� 4 nY /too 512� /LF( foZ /9p) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 37. 222 LF Conduit (PVC)(SCHD 80)(2 IN)(BORE), including full compensation for furnishing and installing conduit; jacking, boring, and furnishing and placing backfill; replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in place. TOTAL ITEM #37: /� ! ��E'� n yo/10a -- $ I S /LF(.,l #4F go (Unit Price Amounts shall be shown in both words and numerals. In cage of discrepancy, the amount shown in words shall govem.) 38. 2,814 LF Elec Conductor (No. 8) (BARE), including furnishing, installing, and testing electrical conductors and for equipment, labor, tools, and incidentals. /o iO TOTAL ITEM #38: Ong /� o $ 1 —' /LF( r?9 S yta ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 39. 5,628 LF Elec Conductor (No. 8) (INSULATED), including famishing, installing, and testing electrical conductors and for equipment, labor, tools, and incidentals. p 2 TOTAL ITEM #39: (fine- � S'/oo �''`" $1. 50 /LF( O?'LIyA ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 40. 12 EA ,Ground Box Ty A (122311) W/ APRON, complete in place. /�- TOTAL ITEM #40: v e h uriJrtdwtn 1, a $ Sow �' /EA( G , 07 70 (Unit Price Amounts shall be shown in both words and none . In case of discrepancy, the amount shown in words shall govem.) 41. 1 EA Elec Service Ty A (240/480) 060 (NS) SS(E) SP(0): This price is full compensation for furnishing and installing paying all fees, permits and other costs, making arrangements with the utility company for all work and materials provided by the utility company, complete in place. TOTAL ITEM #41: /, W i iAp-ei %1 A" -th i � 4 (Unit Price Amounts shall b1shown in both words and numerals. In cage of YM-09-710-BM-Ad-1 Vle4,,5,335�EAt 5,335 na pancy, the mount shown in words shall govem.) Bidder's Initials i_ Item Estimated ►�' No. Quantity & Unit Description of Item Total Amount 42. 6 LF Drill Shaft (Traffic Signal PoleX24 IN Diameter), including full compensation for excavation; furnishing, placing and removing casing (if necessary); furnishing, processing, and recovering slurry (if necessary); pumping; furnishing, and placing reinforcing steel; furnishing and placing concrete, including additional concrete required to fill an oversize casing or oversize excavation-, conducting slump loss tests; backfilling; disposing of cuttings and slurry; and materials, tools, equipment, labor, and incidentals, measured by the linear foot of drilled shaft indicated in the plans. t / 2 oa TOTAL ITEM #42: one Au�/co/ Aell 1t /oa �— $ /W /LF( G to© ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 43. 60 LF Drill Shaft (Traffic Signal Polex36 IN Diameter), including full compensation for excavation; furnishing, placing and removing casing (if necessary); furnishing, processing, and recovering slurry (if necessary); pumping; furnishing, and placing reinforcing steel; famishing and placing concrete, including additional concrete required to fill an oversize casing or oversize excavation; conducting slump loss tests; backfilling; disposing of cuttings and slurry; and materials, tools, equipment, labor, and incidentals, measured by the linear foot of drilled shaft indicated in the plans. / oZ TOTAL ITEM #43: /wo Agr�1't�f /tr„4,4 SeyeA V 1 /oo $Aq 7 �/LF(I Z 8a D (Unit Price Amounts shall be shown in both words and inunerals. In case of discrepancy, the amount shown in words shall govern.) 44. 615 LF Conduit (PVC)(SCHD 40) (2 MTRENCH), including full compensation for furnishing and installing conduit; trenching/excavating, and furnishing and placing backfill; replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in place. no TOTAL ITEM #44: /-/ ✓e. 'f //c7� $ S — /LF( O 7 c (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shaft govern.) 00 45. 113 LF Conduit (PVC)(SCHD 40) (3 MTRENCH), including full compensation for furnishing and installing conduit; trenching/excavating, and furnishing and placing backfill; replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in place. S CC � S TOTAL ITEM #45: Is - o/cy $ 6o— /LF( 6 93 1 (Unit Price Amounts shall be hown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 46. 322 LF Conduit (PVC)(SCHD 40) (4 MTRENCH), including full compensation for furnishing and installing conduit; trenching/excavating, and furnishing and placing backfill; replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in place. 0 /0 TOTAL ITEM #46: � ✓� rl A 1 , /a a $ % IT /LFL c�� 3 O a2 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) . I _ Bidder's Initials ITB-09-710-BM-Ad-1 Item Estimated No. Quantity & Unit Description of Item Total Amount 47. 40 LF Conduit (PVC)(SCHD 80)(2 IN)(BORE), including full compensation for funishing and installing conduit; jacking, boring, and furnishing and placing backfill; replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in � p'lace�.t TOTAL ITEM #47: / ilq/ee n 5f y p $15 y19 /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern-) 48. 582 LF Conduit (PVC)(SCHD 80)(4 IN)(BORE), including full compensation for famishing and installing conduit; jacking, boring, and furnishing and placing backfill; replacing pavement , structure, sod, riprap, curbs, or other surface; marking location of conduit; furnishing and installing fittings, junction boxes, and expansion joints; and equipment, labor, tools and incidentals, complete and in place. TOTAL ITEM #48: N19e 4-elf n JD $ l9 a S /LF( //, CR05 �' ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 49. 564 LF Elec Conductor (No. 6) (BARE), including furnishing, installing, and testing electrical conductors and for equipment, labor, tools, and incidentals. TOTAL ITEM #49:_l hlo '� G �DJ $ � 4 /LF( 93) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 50. 64 LF Elec Conductor (No. 6) (INSULATED), including furnishing, installing, and testing electrical conductors and for equipment, labor, tools, and incidentals. TOTAL ITEM #50: (Unit Price Amounts shall be shown in both word-q 51. 1 EA o� 011110 $ a /LF( 1,a numerals. In case of discrepancy, the amount shown in words shall govern.) Ground Box Ty A (122311) W/ APRON, complete in place. TOTAL ITEM #51: /'�r/� !I Nrt�t ! L. — - .1 . - s/. '— d, I J (Unit Price Amounts shall be shown in 00 aD- 50 words and numerals. In case of discrepancy, the amount shown in words shall govern.) 52. 14 EA Ground Box Ty C (162911) W/ APRON, complete in place. TOTAL ITEM #52: Fie a rtat i �. r �i�c� $ s�C' /EA� 7 L (Unit Price Amounts shall be shown in both words and muderals. In casdof discrepancy, the amount shown in words shall govern.) 53. 1 EA Elec Service Ty D (120/240) 070 (NS) SS(E) SP(0): This price is full compensation for furnishing and installing paying all fees, permits and other costs, making arrangements with the utility company for all work and materials provided by the utility company, complete in place. TOTAL ITEM #531 "iyc i' ou s a"af S, (Unit Price Amounts shall be shown in both words rrB-09-710-BM-Ad-1 o� ti /to -n $ SO (vd /EA( 0 60'� hi case of discrepancy, the amount shown in words shall govern.) S'% Bidder's Initials 4 ...1 Item Estimated No. Quantity & Unit Description of Item Total Amount 54. 1 EA Install Highway Traffic Signal (ISOLATED): Includes furnishing, installing, and testing the completed installation, controller and associated equipment, controller foundations, signs and sign lights mounted on signal equipment, mounting hardware and steel wire strand; preservation and replacement of damaged sod, shrubbery and trees, removal and replacement of curbs and j walks, and equipment, labor, tools, and incidentals. The City of Lubbock will pay for electrical- energy consumed by the traffic signal, complete in place. �'. TOTAL ITEM#54: /WPn-� fiuur__�c�ts<z�iva $"roy4 tEA(oZ�i,t�yc� ` ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 55. 1 EA Install Highway Traffic Signal (TEMPORARY FOR CONSTRUCTION): Including installation, operation, maintenance, reconfiguration, and removal of temporary traffic signal, foundations, electrical services, and materials, equipment, labor, tools, and incidentals, complete in place. ea TOTAL ITEM #55:.S~n:4 one Ab,, t -oyr. %tw.w%rY �( � XI.S �j Sad /EA( 7W. 5 ODD (Unit Price Amounts shall be sfiown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 56. 8 EA Back Plate (12 IN)(3 SEC); includes full compensation for furnishing all material, installation, labor, tools, and incidentals, complete in place. TOTAL ITEM #56: A64 n i n .e t10 /oo $ /EA( t 9; — (Unit Price Amounts shall be shofvn in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 57. 8 EA Back Plate (121N)(5 SEC); includes full compensation for fiunishing all material, installation, labor, tools, and incidentals, complete in place. TOTAL ITEM #57: ,~fan��td 1 Teen AF "� $ i /EA( gay ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 58. 8 EA Pedestrian Signal Section (12 IN)(LED)(2 INDICATIOINS); includes full compensation for furnishing, assembling, and installing the signal sections, back plates and louvers, and lenses and optics; mounting attachments; and equipment, labor, tools, and incidentals, complete in place. pp tr� TOTAL ITEM #58: k-t4 od � 4T.een ff p $ �� Do /EA( %Z ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 59. 8 EA Vehicle Signal Section (12 IN)(LED)(GRN ARR); includes full compensation for furnishing, assembling, and installing the signal sections, back plates and louvers, and lenses and optics; mounting attachments; and equipment, labor, tools, and incidentals, complete in place. TOTAL ITEM #59: &jo L jt j 4we. (Unit Price Amounts shall be shown in both words and 1TB-09-710-BM-Ad-I �1.._i rm- - /FA( J.7 4 D , In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials ,q Item Estimated No. Quantity ' & Unit Description of Item Total Amount 60. 56 EA Vehicle Signal Section (12 IN) (LED) (GRN); includes full compensation for furnishing, assembling, and installing the signal sections, back plates and louvers, and lenses and optics; mounting attachments; and equipment, labor, tools, and incidentals, complete in place. TOTAL ITEM #60: Iwo Astno//YJ -M�� (Unit Price Amounts shall be shown in both words -t A( 1� �i il_ ao numerals. In case of discrepancy, the amount shown in words shall 61. 8 EA Vehicle Signal Section (12 IN) (LED) (YEL ARW); includes full compensation for furnishing, assembling, and installing the signal sections, back plates and louvers, and lenses and optics; mounting attachments; and equipment, labor, tools, and incidentals, complete in place. 1 O 1 o0 TOTAL ITEM #61: w � t"Old-o•�1 f rlown it %/ . )� � /EA( t 7 1 io (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 62. 56 EA Vehicle Signal Section (12 K (LED) (YEL); includes full compensation for furnishing, assembling, and installing the signal sections, back plates and louvers, and lenses and optics; mounting attachments; and equipment, labor, tools, and incidentals, complete in place. [ Sv �o o� TOTAL ITEM #62: �i*Jo ri�cn�rt� ��iJr�.7 SJ'Y /yo $ .1U 1 /EA( /jj 2qq `) (Unit Price Amounts shall be shown in both words and n(unerals. In rase of discrepancy, the amount shown in words shall govern.) 63. 56 EA Vehicle Signal Section (12 IN) (LED) (RED); includes full compensation for furnishing, assembling, and installing the signal sections, back plates and louvers, and lenses and optics; j mounting attachments; and equipment, labor, tools, and incidentals, complete in place. TOTAL ITEM #63: xc nor- , '�°��,,, $ -apQ /EA( i 70 y (Unit Price Amounts shall be shown in both words and numerals. In case of repancy, the amount shown in words shall govern.) 64. 352 LF Traffic Signal Cable (TY A)(12 AWG)(5 CONDR); includes furnishing and installing materials and for equipment, labor, tools, and incidentals. ' TOTAL ITEM #64: r f% 9 D $ 4 a S /LF( / 7 ya (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) i 4 65. 1,326 LF Traffic Signal Cable (TY A)(12 AWG)(7 CONDR); includes filmishing and installing materials and for equipment, labor, tools, and incidentals. TOTAL ITEM #65: ..S/ '/y $ to "—` /LF( �. c� ) m (Unit Price Aounts shall shown in both words and numerals. In case of discrepancy, the amount shown in words sh govern.) 66. 212 LF Traffic Signal Cable (TY A)(12 AWG)(10 CONDR); includes furnishing and installing materials and for equipment, labor, tools, and incidentals. 4 6'o qo TOTAL ITEM #66: eJ /?� a $ i /LF(,/3 if (Unit Price Amounts shall bre shown in both words and numerals. In case of discrepancy, the amount shown in words s all govern.) r Bidder's Initials ITB-09-710-BM-Ad-I 10 Item Estimated No. Quantity & Unit Description of Item Total Amount 67. 811 LF Traffic Signal Cable (TY A)(12 AWGX25 CONDR); includes famishing and installing materials and for equipment, labor, tools, and incidentals. TOTAL ITEM #67: ��� �� $ g aS /LF (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shah govern.) 68. 1,799 LF Traffic Signal Cable (TY C)(14 AWG)(2 CONDR); includes furnishing and installing // materials and for equipment, labor, tools, and incidentals. TOTAL ITEM #68: Orle 0/ ///b -D $ 1 10 /LF( 19 -78 '10 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 69. 1 EA Install Traffic Signal Pole Assemblies (S)1 ARM (44'); includes furnishing, fabricating, galvanizing, assembling, and erecting the pole upon a foundation; furnishing and erecting required mast arms; furnishing and placing anchor bolts, nuts, washers, and templates, and equipment, materials, labor, tools, and incidentals. o00 f TOTAL ITEM #69:A,Eve /ir.ndr,/ 4w,n44 $ 35-XZ —/EA( 3 saw (Unit Price Amounts shall bdishown in both words and numerals. In caselof discrepancy, the amount shown in words shall govern.) 70. 3 EA Install Traffic Signal Pole Assemblies (S) 1 ARM (481); includes furnishing, fabricating, galvanizing, assembling, and erecting the pole upon a foundation; furnishing and erecting required mast alms; furnishing and placing anchor bolts, nuts, washers, and templates, - Viand equipment, materials, labor, tools, and incidentals. TOTAL ITEM #70: /yi► S u .r 'twe'14 $ �% L 9Lo/EA(13. g a p ) (Unit Price Amounts shall bC shown m both words and numerals. in care of discrepancy, the amount shown in words shall govern.) 71. 8 EA Pedestrian Detectors (2 INCH PUSH BT ); includes furnishing, installing, and testing the detectors; and equipment, materials, labor, tools, and incidentals,. TOTAL ITEM #71: dne Aa ated At;/ $ 137 � /EA( �, I l7D (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 72. 1,138 LF Vehicle Loop Detector (Sawcut): includes furnishing, installing, and testing the detectors; saw -cutting, excavation, baclffll, sealant, and sealant placement; pavement repair associated with saw -cutting; and equipment, materials, labor, tools, and incidentals. TOTAL ITEM 472: , i a A-f --v z�Ju $ 9.25, /LR 9,3 99 - ) (Unit Price Amounts shallshown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 73. 1 EA Removing Traffic Signals: Includes removing the various traffic signal components; removing the foundations; disposal of unsalvageable material; hauling; and equipment, labor, tools, and incidentals. 90 TOTAL ITEM #73: �'/ �c) ) (Unit Price Amounts shall shown in both words and numerals. In of discrepancy, the amount shown in words shall govern.) Bidder's Initials nB-09-710-BM-Ad-1 11 l .., Item - Estimated No. Quantity & Unit Description of Item Total Amount 74. 180 LF Pavement Markings (8"XWhite)(Tenlporary Removable Tape), including necessary materials, furnished and installed, and removal when not needed, complete and in place. p o� TOTAL ITEM #74: ✓� So/o a $ S /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 75. 2,940 LF Pavement Markings(4")(White)(BrokenXThermoplastic), including necessary materials, furnished and installed, complete and in place. /' TOTAL ITEM #75: One f I /4> $ / 10 /LF( 1,22 3 y r ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 76. 606 LF Pavement Markings (8" XViWte)(Solid)(Thermoplastic), including necessary materials, famished and installed, complete and in place. /, 37 z2. TOTAL ITEM #76: /), - � 3/Z� '—` $ /' � /LF( g I'7 ' ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 77. 831 LF Pavement Markings (24") (White) (Solid) (Thermoplastic), including necessary materials, famished and installed, complete and in place. /3 / s 4.5 TOTAL ITEM #77: ,Sever% � / o $ 7- /LF( 5 t 4 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 78. 19 EA Pavement Markings (Arrow) (White) (Thermoplastic), including necessary materials and incidentals, f unish`ed and installed, complete and in place. TOTAL ITEM #78: Ae 4I µn�l�c of �� rr� Seo,n if s / 3 7 /EA( V71(o I I • S� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 1 79. 642 LF Pavement Markings (4") (Yellow) (Broken) (Thermoplastic), including necessary materials and incidentals, furnished and installed, complete and in place. TOTAL ITEM #79: 191l.e ev /did $ / — /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 80. 1,142 LF Pavement Markings (4") (Yellow) (Solid) (Thermoplastic), including necessary materials, and incidentals, furnished and installed, complete and in place. 10 TOTAL ITEM #10: !//7e � l/y i7 $ I I /LF( 1t5' ir6 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 81. 848 EA Raised Reflectorized Pavement Markers (CL B)(Type I-C), including necessary materials and incidentals, famished and installed, complete and in place. 30 3.J alg8yo TOTAL ITEM #81: aT/'-e e # /w $ 3 ' sm , ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) _ Bidder's Initials riB-09-710-BM-Ad-I 12(( Item ' Estimated No. Quantity & Unit Description of Item Total Amount 82. 15 EA Raised Reflectorized Pavement Markers (CL B)(Type H-A-A), including necessary materizags and incidentals, furnished and installed, complete and in place. TOTAL ITEM #82: (Unit Price Amounts shall be shown in both words and numerals. In can of discrepancy, the amount shown in words shall govern) 83. 705 EA Raised Traffic Button (4")(TY W), including necessary materials and incidentals, furnished and installed, complete and in place. TOTAL ITEM #83: f w'O q (Unit Price Amounts shall be shown in a words and numerals, in case of discrepancy, the amount shown in words govern.) 84. 11 EA Small Sign Assemblies, including necessary materials, furnished and installed, complete anti in place. The unit price bid shall includes sign, post, concrete base, plaque, accessories, excay.-c1tion, filling, backfilling, and all incidentals necessary to complete the work, per each sign comple.,�U in place. t3k:> / qo TOTAL ITEM #84: / rr y e 1 �anJ,--e J ��c1 t� $ '500 /EA( �, 5 oo`� - (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 85. 7 MO Barricades and Traffic Control Devices, including furnishing and installation of materials and removal thereof. "a 1 TOTAL ITEM #85: LelPn& 7h!'e e ur��i^�e�i 44en ty 3 $ o1 �'3 f (7 /MO(! ty ? �'C7 (Unit Price Amounts shall be s9own in both words and numerals. In case of discrepancy, the amount shown in words shall govern,} 86. 1 LS SWPPP / Temporary Erosion Control, including necessary materials and coordination for compliance with storm water regulations and ordinances, furnished and installed, continuously monitored, complete and in place. TOTAL ITEM #86:iriV a �i %4t ,Iej /vim $ � /LS( /, S�i7 ()— (Unit Price Amounts shall be showif in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 87. 1 LS Irrigation System - (Install New), includes complete installation of a new irrigation systetn in a,= identified on the plans, including all necessary water connections, backflow prevention, controller valves, piping and irrigation heads as shown on the plan, as a complete and separate system from' the existing irrigation systems. (Maintain Existing), includes preserving the integrity and operational capacity of the existing irrigation in the areas adjacent to the Right of Way. Includes repair of the existing system which may be damaged by construction of new sidewalk, removal, relocation and/or replacement of the existing PVC mainline piping that may be affected by the grading work and/or construction, as shown on the plans. (Adjust Existing), includes renovation of the existing irrigation system at the Fire Station on Slide Road at 2nd Street, including replacement of heads, relocation of the existing PVC mainline piping, ties of the replacement or salvaged irrigation heads into the existing system, and preservation of the integrity and operational capacity of the existing Irrigation system. Paid as lump sum. 1 -IA,--t oiv 00 TOTAL ITEM #87: s ��._ F'1^'f 4 "A — $W.G� /Ls( /33, G so (Unit Price Amounts shall be shown in both Ards and nume s. In case of discrepancy, the amount shown m words shall govern.) 1TB-09-710-BM—Ad-1 13 Xi-^- __ __ j— Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 88. 1 LS Landscaping: clud fumishirltg the plants (22 EA - deciduous trees, 3" caliper) ( evergreen' ght)(8 -,500 SF - Turf Sod)(81,500 SF - Overseed), mulch, plant soil mix, landscape border, plant bed preparation and vegetation barrier, all materials, equipment, labor, tools, ftnd incidentals, planted in place, per lump sum. SGVitn-�i� S iy -f,6o,A swat a� 00 TOTAL ITEM #88: V h/ $'d,, V5 /LS( 74 3s,5 � 1 (Unit Price Amounts shall be shown in both words and numeral ' In Caw of' discre ' panty, the amount shown m words shall govern.) 89. 1 LS Mobilization, including costs associated with move -in related equipment and labor, bid bond, performance and constructiori bonds, and insurance�y r lump sum firfy one -IAQ&4 f*,* at C 11 A -zr TOTAL ITEM #89: n, n-h, 46/7e, (Unit Price Amounts shall be shown is both Words and numerals. In case of discrepancy, the amount shown in words steal! govem.) SUBTOTAL BASE BID (ITEMS 1 THROUGH 89): One ",Ih;n SA 4 £r"•yA-f -/ho&4stn o/ MATERIALS:- _ � r,ee Asiadr.d -z<h: r fN 4A r.ee. ty ob/o o t G 8�'�j 3 -Z 0(. ID eN s, -f er' Ir4 LABOR: flr < i, R .� U °X,VD $ 07 TOTALBID a .., ;11 i p n one hwnoir cc1 -11► i r�f ITEMS #1-#$9:..J 5t-44..r (Unit Price Amounts shall be shown in both words and nwneralsslIn case of discre z' $ panty, the amount shown in wo shall govern,) ALTERNATE BID - Item 90 90. 1 LS Removbuilt one Ferand beam nt Portion of Rip foundation, (Including Two -Story and One -Story section p g front porch), including neat removal of the front portion of the building structure and building foundation, not including basement, and proper disposal or disposition, per lump sun. TOTAL ITEM #90:_0nv 7!!pus�•rncf �/�,��Z $ ��vW S f — (Unit Price Amounts shall be shown ur both words and numerals. In case of drscrep�cy� the amount shown in words sh 1 govern--t� ) SUBTOTAL ALTERNATE BID (ITEM 90): MATERIALS. ' e t: Ad1_`4/ LABOR. 1 V_L".. _ u ii /eat •}qLV_� /+-L.7 Sbo TOTAL BI� ' ITEMS #90. i r4W1yl _r (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy the amount shown m words s 00 ,) 17176-09-710-BM-Ad-1 14 _-r Bidder's Initials Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. / Date ,2-,-0- o 9 Addenda No. Date a- a'1- oa Addenda No. Date Addenda No. Date Date: o.3 4 A �ure� (Printed or Typed Name) n Lae Ste' 'D,rf S1 Jf+r�nA Company 1/9 ka 14Aty A✓t Address Lhbork L,46bock City, - County L-z •P'. , -7 ef 4 2L State Zip Code Telephone: _L - 711 L. G f 1 Fax: 7L1 5 Ll a 7 ►-1 FEDERAL TAX ID or SOCIAL SECURITY No. 90t7D 130 RI Mf"E Firm: Woman I I Black American I I Native American Hispa* American Asian Pacific American I I Other (Specif r B-09-7taBM-Ad-I 16 TOTAL BASE BID (ITEMS 1 THROUGH 89) + ALTERNATE BID (ITEM 90): vy-ty �� f, ho ws.� .+ ./ 61. 01. MATERIALS: e%4 K- 4,wr►dr{.� -Eh: rt.a -�1+rse �o� $ �, c7 lour 8 3 3 LABOR: eig X 4 A....,./, ��1 A,::4 9 $ C) $ � 8 3 3_ e2 TOTAL BID /wo m1 !live one /ttind—el ��rr-r'y Sewn fJ,ouga.,d /3 i..� ITEMS #1 - #90: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 215 (TWO HUNDRED FIFTEEN) CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1.750 (ONE THOUSAND SEVEN HUNDRED FIFTY) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Fr-y- Qe r Dollars ($ L % ), 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. c57 Bidder's Initials j nB-09-710-BM-Ad-I 15 _d CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder and Agent Must be submitted with Bid ._ 1, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance - certificate tq�e City meeting all of the requirements defined in this bid. Signature) A-r- ,� r Contractor (Print) el CONTRACTOR'S FIRM NAME: (Print or Type) CONTRACTOR'S FIRM ADDRESS: l ��aZc� un ify A ve- L Address of Agent/Broker: dotQ (e — W ck s hurja Ave City/State/Zip: tti b �r2SG 1L-1 Agent/Broker Telephone Number: ( 8 O&) Date: o g__ NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contracl to another contractor. If you have any questions concerning these requirements, please contact the Public Works Contracting Officer for the City of Lubbock at (806) 775-2163. BID # 09-710-BM — SLIDE ROAD PAVING EMPROVEMENTS Page Intentionally Left Blank SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government ' Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 1 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations -(as defined -below) from -an -Environmental -Protection Agznry-(as-defined-below)-Tor-violations-within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental -Quality (TCEQ), the Texas- atur�l Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies { of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, .: both for the workers and other employees of bidder and the citizens of the City of Lubbock. > In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: 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. 4-1 Bidder'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 v 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 in serious bodily injury or death? -_ YES NO If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK 1 certify that 1 have made no willful misrepresentations in this Questionnaire nor have 1 withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire shall be investigated, with my full permission, and that any misrepresentation omissions may cause my bid to be rejected. igna Ix P Title 2, SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-l10_) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). 'r Contractors receiving individual awards of $25,001 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: FEDERAL TAX ID or SOCIAL SEC nNo. 13 OOD ( D Q .= Signature of Company Official: Printed name of company official signing above: -.'Tove /u rn.e r' Date Signed: 3 lq /D 9 Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. .; 9. .. 10. 11. ..,t 12. 13. 14. _., 15. 16. f i V ;4 PROPOSED LIST OF SUB -CONTRACTORS Company Name and City Minority Owned Yes or No WA ❑ W--' rn's r-ee Alac-e. ❑ C� rriea de s ;4,t c� ❑ COY ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR BID IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO Paze Intentionally Left Blank r.., POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Public Works Contracting Office Not Later Than TWO BUSINESS DAYS after the close date when bids are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally► Left Blank FINAL LIST OF SUB -CONTRACTORS ` Company Name and City Minority Owned Yes or No i.. ❑ GY 2. 4ej� ❑ li� 4. T�r� Mas��,r ❑ 13� 5. 3ArrICA Ae s LA, 1 ',,,.4-4 ❑ T' 6. ❑ ❑ i 7. ❑ 8. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN TWO BUSINESS DAYS AFTER THE CLOSE DATE WHEN BIDS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO 1, E -=t Page Intentionally Left Blank A-GORD-- CERTIFICATE OF LIABILITY INSURANCE DATE M"'IDDIYYYYI 4/8 1009 PRODUCER (806)798-2700 FAX: (806)798-2070 THIS CERTIFICATE IS I SSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Aycock & Fowler Insurance Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 8206 Vicksburg Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lubbock TX 79424 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: CNA Insurance Companies 22945 Turfmaster Irrigation, Inc. INSURERBTexas Mutual Insurance PO Box 628 INSURER C INSURER D Wolfforth TX 79382 1 INSURER E OV THE POLICIES OF INSURANCE LISTED BELO,,AJ HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. N0TV`s`ITPS_TANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT VVITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMIT-1 SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L POLICY EFFECTIVE POLICY EFFECTIVE POLICY EXPIRATION TYPE OF INSURANCE TYPE OF INSURANCE POLICY NUMBER POLICY NUMBER DATE MMIDDIYY DATE (MWDDIYYJ LIMITS Tr MMIDD/YY GENERAL LIABILITY GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED 100,000 E �MSES�E��.,,uuence$ A CLAIMS MADE JFX1 OCCUR B2072185380 1/11/2009 1/11/2010 _UEP!2��� $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEITL AGGREGATE LIMIT APPLIES PER PRODUCTS - COINAPIOP AGG $ 2,000,000 PR O- POLICYF-_ 1JECT [�L� AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 X ANYAUTO (Ea accident) A ALL OWN ED AUTOS B2072185413 1/11/2009 1/11/2010 BODILY INJURY X SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT ANY AUTO OTHER THAN _-ELAc-c- AUTO ONLY, AGG EXCESSIUMBRELLA LIABILITY EACH CXCCURRENCE OCCUR 17-1 CLAIMS MADE AGGREGATE DEDUCTIBLE RETENTION $ B WORKERS COMPENSATION AND OTH- V%,,;C:S y7T LIMEYS TORY Llt�A�ITTJSER I EMPLOYERS' LIABILITY ANY PROPRIETORJPARTNERIEXECUTIVE E.L.FACHACCIDENT 1$ 1,000,000 OFFICERIMEMBER EXCLUDED? TSF0001147343 7/26/2008 7/26/2009 E.L. DISEASE- EA EM LOYEd $ 1,000,000 If yes, desub, under SPECIAL PROVISIONS before E.L. DISEASE- POLICY LIMIT 1$ 1,000,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSfVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Project: Slide Road Paving Improvements Certificate has waiver of subrogation on auto, GL & WC and is named as additional insured on Auto & GL on a primary non-contributory basis as required by written contract. XCU is covered unless previously excluded. CERTIFICATE HOLDER CANCELLATION lonestarsteve@nts-online.n SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Lubbock EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL & Lone Star Dirt & Paving Corripany , Inc. 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT PO Box 2000 Lubbock, TX 79457 FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE J. 114 ACORD 25 (2001108) (DACORD CORPORATION 1988 P­ 4 of? If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such e ndo rse me nt(s). The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) INS025 (010e).08a Page 2 of 2 Description Pollution Liability ADDITIONAL COVERAGES Coverage Code POLUT Form No. Edition Date 7Ref 1 ,000 Limit 2 2,000,000 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Underinsured motorist combined single limit Coverage Code UNCSL Form No. Edition Date Limit 1 1,000,000 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Uninsured motorist combined single limit Coverage Code UMCSL Form No. Edition Date Limit 1 Limit 2 1,000,000 Limit 3 Deductible Amount Deductible Type Premium Refription Basic Coverage Code PIP Form No. Edition Date :2,5±00 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Schedule Mod Factor 1 Coverage Code SCH01 Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium -$555.00 Ref # Description Increased employer's liability Coverage Code INEL Form No. Edition Date Limit 1 Limit 2 [LLi�mR3 �Deduct�ibleAmo�untDeductible Type Premium $160.00 :Re:f#IDescription Managed Care Option Coverage Code MCARE Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium -$1, 265.00 Ref # Description Experience Mod Factor 1 Coverage Code EXP01 Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium $1,612.00 Ref # Description WC & Employers liability Coverage Code WCEL Form No. Edition Date Limit 1 1,000,000 Limit 2 1,000,000 Limit 3 1,000,000 Deductible Amount Deductible Type Premium Ref # Description Premium discount Coverage Code PDIS Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium -$362.00 Ref # Description Expense constant Coverage Code EXCNT Form No. Edition Date Limit 1 Limit 2 OFADTLCV Limit 3 Deductible Amount Deductible Type Premium $150.00 Copyright 2001, AMS Services, Inc. No Text No Text 04/09/2009 08:42 8067976235 ALAN nCIVRT IrI-Dur«— Y ACORDM CERTIFICATE OF LIABILITY INSURANCE PRODUCER Alan Henry Ins. Agency, Inc. THIS CERTIFICATE IS ISSUED AS A ONLY AND CONFERS NO RIGHTS [ 3407 19th Street HOLDER. THIS CERTIFICATE DOES l Lubbock TX 79410 ALTER THE COVERAGE AFFORDED INSURERS AFFORDING COVERAGE West Texac Barricades, Ltd. ERa SOuthem County Mutual Ins. dba Barricades Unlimited PO Box 11001 INSURERC! Lubbock TX 79408 INsu Ro INSURER 'texas Mutua insurance Co, COVERAGE odid9noo'""' OF INFORMATION THE CERTWICATE FIND. EXTEND OR THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. R ADDI POLICY EFFECTIVE POLICY EXPI AYtON .. IMITS EACH OCCVRRENC4 GENERAL VABIUTY MMERCIAL GENERAL LIABILITY CLA1M8 MADE L I OCCUR DAMA TO RErrTED S.(Esoqu EKP (_, One Dereun PER80NALaADVINJyRv.. P. .'._._ ....... NE EG A GRATE O' C. NL AGGR AT P VC LMT AP IES PER PRO- LOC R UCTS COMP( A A AUTOMOBILE X • LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDUL50AUr0S HIRED AUTOS NON -OWNED AUTOS -•- STC564564.03 *Blanket AdditinnnI Insured: Blanket Waiver ofSubrogation; Blanket 30 day NOC opply if required by written contract 05/31/2008 05/31/2009 .x° CCo elNeo elry4u:LIMNr Yee sed"M .r.. t, �I;OpO,OOI eomtrlNJuar (Pa�pernen) f BODILY INJURY ' .. (Per NON") ' .f.,_.._........ PROPERTYOAMAOE (Par t+wtwg).. :-... f --._..... A ELIABILITY ANY AUTO AUTO OhiY-EAACCmENT 3 OTH_ THAN:. EAACO AUTO ONLY; AG , EXCESSAINBRELLA Lug W tY OCCUR CLAIMS MADE DEDUCTIBLE EAC.M OCCURRENCE AQ RGOATE { - .... _..._. ..._ _ _. ..... E WORKERS COMPENIIATION AND EMPLOYEAS' UABILITY ANY PROPRISTORIPARTNGRWXCUTNE OFFICERIMEMBEREXCLUDED? N ax.AL,-R,"unAx Sly IQ w TSF000111749770080531 Blanket Waiver of Sub. if Tcq by writtenOOramct 05/31/2008 05/31/2009 X jwc.,sTA,.TK I Im . p - - E.L. EACH &CCIO101 - - f + AL,�DI�EA$E--FA�EMP.L..., - 1+000,000 000,000 a" OTHER . DESCRIPTION OF OPERATIONS f LOCATIONS I VEHICLES I EXCW (BONS ADDED DY ENDMORMEJNT I SPECIAL PROMSn"- CITY OF LUBROCK-SLIDE ROAD PAVING IMPROVEMENTS. TTB t109-710-BM, CONTRACT 08864. ` Lnnc $tar Dirt & Paving and City of Lubbock 11820 Univer.0ty ►.abbock TX 79423 CANCELLATION SHOULD ANY of THE AIDVN umcmED POUC+ DE OANCELLEQ 0E TAN ExPIRATLON DATE THEREOF, THE ISSUING INSURER WILL ENDEAV",TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE NOLDER NANED.T* -THE LEFT. BUT FANyURE TO DD 30 SHALL I POOP NO OBLIGATION OR LIABILITY OF ANY IUND UPON THE INSURER, ITS AGENTS OR REPRes"TATN_H8. AVTHORIZPD REPR1SVMTA11VE 0 ACORD CORPORATION 1980 04/09/2009 09:42 8067976235 ALAN HtNKY iMUMF-"- IMPORTANT If the certificate holder is an ADDITIONAL_ INSURED, the policy(ies) must be endorsed. A statement . on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s),, y" If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder. nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. Pate Intentionally Left Blank i BOND # C-000915 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS NIORE THAN $25,000) ` KNOW ALL MEN BY THESE PRESENTS, that Lone Star Dirt & Paving Co., Inc. (hereinafter called the Principal(s), as Principal(s), and Commercial Alliance Insurance Company (hereinafter called the Surety(s), as Surcty(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee). in the amount of $2,137,666.13 Dollars ($2,137,666.13) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heim 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 23rd day of March , toSSlide Road Paving Improvements I__ 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 past hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED. HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and scaled this instrument this 7th day of April 2009. Commercial Alliance Insurance Company Surety *By: `Z v (Ti e)Down R. Taylor, AtPorney In Fact Lone Star Dirt & Paving Company, Inc. (Company Name) By:n e r' (Print Name) L�- -- 1 tumq (Title) No Text 'I he undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kirk Killough an agent resident in Lubbock County to whom any requisite notices may he delivered and on whom scr% ice of paccss may he had in matters arising out of such suretyship. Cummercial Alliance Insurance Company Surety fly: Oea"� (Tibo Dawn R. Taylor, Mtorney In Fa( Approved as to fonn: City bock r Ny: , 14 Ci Attorne.. • Now If signed by an officer of the Surety Company there must he 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 attomey for our files. No Text CAIC 'i .Sure/Y Commercial Alliance Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS THAT: 44-0042 Commercial Alliance Insurance Company having its home office in I louston, Texas, (hereinafter referred to as the "Company") does hereby make, constitute and appoint: C. BRENT AYCOCK-. JEFF FOWLER; J. KIRK KILLOUGH; DAWN R. TAYLOR their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety only as delineated above, and to execute, seal and acknowledge bonds, undertakings, contracts and other written instruments in the nature thereof, up to an amount of Two Million Dollars ($2,000,0.00.00),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. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Company on the 7'h of March, 2007. the Company has caused these presents to be signed by its President or Vice President and ' corporate seals to ereto affixed, duly attested by its assistant Secretary. Further, pursuant to Resolution of the Board f Di ectors of the Cqvoany. the Company does hereby unambiguously affirm that they are and will be bound by any mocha ally pplied s1 res applied to this Power of Attorney. i 011%111118rr �� ace Ins \ Luis R. resident U ;Cis ••• S i _ 9 9 a,,•��'�� STATE OF TEXAS § COUNTY OF HARRIS § fi On this t%rday of OWQ before me personally came _ to me known, who being be me duly sworn, did depose and say: that he resides in the County o Vas; that he is the President of the Company, the corporation described in and which executed the above ins ethe seal of said corporation; that the seal affixed to the said instrument is such corporate seal: that it was s affi, m s of Directors of said corporations and that he signed his n like authorit). STERLW0 EMENS III NOTARY PUBLIC MYCOLZEM STATBOFTEXAS I, the undersigned, Luis R. Bordes, President of the Company, DO I IEREBY C RTIF that the above and foregoing is a true and correct copy of Xwer of Attomey executed by said Company. wh s still in full force and effect as of ,20 0 Important notice —This power of anormej- is valid onl), ifprimed on green safgr paper with red companY logos. Ph'OTOCOP)SAREAOT IALID IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM. VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT 415 Lockhaven. Houston, Texas 77073 OR BY: telephone ( 713 000-12I4 1-ax ( 713 14hq_1.17.1 CAI(--POA I PERFORMANCE BOND No Text BOND # C-000915 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Lone Star Dirt & Paving Company, Inc. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and Commercial Alliance Insurance Company (hereinafter called the Surety(s), as Surdy(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee). in the amount of $2,137.666.13 Dollars ($2,137,666.13_) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, r' 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 23rdday of March , may, to Slide Road Improvements y 1 and said principal under the law is rbquired before commencing the work provided for in said contract to execute a bond r 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. i r; 4 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code. and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein - IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and seated this instrument this 7th day of April , 2009_ Commercial AVVce Insurance Company Surety i . By. �J (Title) Dawn R. Taylor, Attorney In Fact Lone Star Dirt & Paving Company, Inc. (Company Name) (Print Name) 4 (Title) fhc undersigned surety company represents that it is duly qualified to do business in Texas. and hcrcb% designates Kirk Killough an agent resident in I.ubbskk County to whom any requisite notices may he dcll%crcd and un whom scr%ice of process tnay be had in matter% arising out cif such suret}whip. Commercial Alliance Insurance Company Surety .By; "L C (Title) Dawn R. Taylor, orney In Fact Approved as to Form C itrot l;.ubhocIt t By:VV i Attorney • Note: If signed by an officer of the Surety Company. there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. I I G n 'L LAIC .Screw Commercial Alliance Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS THAT: 44-0042 Commercial Alliance Insurance Company having its home office in Houston, Texas, (hereinafter referred to as the "Company") does hereby make, constitute and appoint: C. BRENT AYCOCK; JEFF FOWLER; J. KIRK KILLOUGH; DAWN R. TAYLOR their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety only as delineated above, and to execute, seal and acknowledge bonds, undertakings, contracts and other written instruments in the nature thereof, up to an amount of Two Million Dollars ($2,000,000.00),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. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Company on the 7`h of March, 2007, the Company has caused these presents to be signed by its President or Vice President andtits corporate seals to ereto affixed, duly attested by its assistant Secretary. Further, pursuant to Resolution of the Board f Di ectors of the C any, the Company does hereby unambiguously affirm that they are and will be bound by any mecha ally pplied ig res applied to this Power of Attorney. i `,%.\\\a cO, e In f40. �. Q '•.�'� �� Luis R. resident • STATE OF TEXAS COUNTY OF HARRIS § On this t day of ,,Vbefore me personally came who being be me duly sworn, did depose and say: that he resides in the County o President of the Company, the corporation described in and which executed the above insAa corporation; that the seal affixed to the said instrument is such corporate seal; that it was s Directors of said corporations and that h� a sinned his n like authority. STERLING EMENS III NOTARY PUBLIC •tea SPATE OF TEXAS I, the undersigned, Luis R. Bordes, President of the Company, DO HEREBY C RTI and .correct copy of t d o Zoer of Attorney executed by said Company, �vl1 '.W � r , to me known, to of Texas; that he is the th he ows the seal of said ed at�rity -wards of is that the above and foregoing is a true still in full force and effect as Important notice —This power of attorner is ralid only if printed on green safety paper with red conrpanY logos. PHOTOCOP)'S ARE NOT VALID IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT 415 Lockhaven, Houston, Texas 77073 OR BY: Telephone ( 713 )960-1214 Fax ( 713 )960•Id7d CAICTOAI CERTIFICATE OF INSURANCE Page Intentionally Left Blank ACORD- CERTIFICATE OF LIABILITY INSURANCE 4/7iao09 ' PRODUCER (806)798-2700 FAX: (806)798-2070 Aycock & Fowler Insurance Agency 18206 Vicksburg Avenue Lubbock TX 79424 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC N INSURED Lone Star Dirt & Paving, Ltd. 11820 University Avenue Lubbock TX 79423-9625 INSURER A Unit rin INSURERB:Zenith Insurance Company INSURERC: INSURER D: INSURERE: Ad, -Cc 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. %TE LIMITS SHOWN MAY HAVE BEE 4 REDUCED B PAID CLAIMS, INSR ADD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MWD POLICY EXPIRATION DATE MWD LIMITS GENERALLIABIUTY 1,000,000 DAMAGE TO RENTED $ 50,000 X COMMERCIAL GENERAL LIABILITY A 2CLAIMSMADE❑R OCCUR CAP2502919-01 5/30/2008 5/30/2009one ZxcludaX PERSONAL & AD INJURY $ 1,000,000 ntractual I GENERAL AGGREGATE $ 3,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: $ 1,000,000 X P PRO AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Pei person) $ A ALL OWNED AUTOS X SCHEDULED AUTOS CILP2502919-01 5/30/2008 5/30/2009 BODILY INJURY (Per accident) $ X HIRED AUTOS X NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN FA ACC S ANY AUTO AUTO ONLY: EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ B WORKERS COMPENSATION AND W TAI. OTH• EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT 500,000 E.L. DISEASE - EA EMPL YE 500,000 OFFtCER/MEMBEREXCLUDED? If yes, describe PROVI=S below Z069837401 5/30/2008 5/30/2009 DISEASESPECIAL ICY LIMIT500,000 E.L. OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEI*CLESIEXCLUStONS ADDED BY ENOORSEMENTISPECIAL PROVISIONS ,Project: Slide Road Paving Improvements Certificate has Waiver of subrogation on auto, GL 4 WC and is named as additional insured on Auto ai GL on a primary non-contributory basis as required by Written contract. [XCU is covered unless previously excluded. ,CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Lubbock EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL PO BOX 2000 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT Lubbock, TX 7 9457 FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE j I INSURER ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE C. Aycock/DRT rwvnv cv Lcw uav� W ga,vnv %,vnrvnM r rvn r woo IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) IS025 (oiw) osa Page 2 of 2 DATE MMIDDIYYYYI ACORD CERTIFICATE OF LIABILITY INSURANCE 418 �2009 PRODUCER (972)772-7228 FAX: (972)771-4695 Ft & S Insurance Agency 2255 Ridge Road, Ste. 333 P. 0. Box 277 Rockwall TX 75087 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERA:Valley Forge Insurance 20508 Utility Contractors of America, Inc., DBA: INSURERE:United States Fire Ins. Utility Contractors of America, Ltd INSURERc:Travelers Lloyds Ins. Co.141564 927 Hwy. 62 INSURER D Wolfforth TX 79382 INSURERS O E THE POLICIES OF INSURANCE LISTED BELOVV HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTIVVITFETANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TOVVHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOED! MAY HAVE BEEN REDUCED RYP,, I _�NSR ADD'L R jR= TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE _28MIMPOLICYML _RMUMMEXPIRATION MYL LIMITS GENERAL LIABILITY -EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY rA DAMAGE TO RENTED 'Ea occur S 100,000 (CLAMS MADE [j] OCCUR C2090553748 9/5/2008 9/$/2009 -PREMISES -Felice' S 5,000 X Additional Insured G140331A 01/01 PERSONAL & ADV INJURY S 1,000,000 X Waiver of Subrogatio CG2404 10/93 GENERAL AGGREGATE $ 2,000,000 GENI AGGREGATE LIMIT APPLIES PER PRODUCTS - COMPIOP AGO $ 2,000,000 POLICY X JEPRCTO-LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 X ANY AUTO (Ea accident) A ALL OWNED AUTOS C2090553751 9/5/2008 9/5/2009 BODILY INJURY SCHEDULEDAUTOS (Per person) $ X HIRED AUTOS BODILY INJURY X NON-MNED AUTOS (Peraccident) X Additional Insured CA0403 6/04 PROPERTY DAMAGE X Waiver of _Subro atio CA2089 6/04 (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT ]_::� OTHER THAN _ELAQ�-_ - - AUTO ONLY: --- At-G.. EXCESWUMBRELLA LIABILITY Umbrella Follows Form CE 10,000,000 41 OCCUR F1 CLAIMS MADE _EA,2H_QCCUR, ®S AGGREGATE $ 10,000,000 B DEDUCTIBLE 553-091561-1 9/5/2008 9/5/2009 t NTION $ 0 X RETENTION 0 — _2 1_DUCTI11 $ A WORKERS COMPENSATION AND Waiver of Subrogation X V. STATU- OT H 1CY LIMITS ER, EMPLOYERS' LIABILITY ANY PROPRIETOR]PARTNER(EXECUTIVE WC420304A 1/00 E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? WC2090553765 9/5/2008 9/5/2009 EL. DISEASE - EA B0 PLOYEE 5 1,000,000 If yes. describe under _ SPECIAL PROVISIONS bebw E.L. DISEASE -POLICY LIMIT $ 1,000,000 C OTHER Equipment Floater QT6605376B228 9/5/2008 9/5/2009 $4,781,640 w/$1000 Deductible C Installation Floater QT6605376B228 9/5/2008 9/5/2009 $300,000 WI$1000 Deductible C Rented/Leased E QT6605376B228 9/5/2008 9/5/2009 $200,000 MX. Limit DESCRIPTION OF OPERATIONSILOCATIONSfVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS RE:Slide Road Paving Improvements. City of Lubbock and Lonestar Dirt & Paving should be known as Additional Insured on liability policies with a Waiver of Subrogation on liability and Work Comp when required by written contract. Insurance is written on a Primary Basis. *Except 10 days notice for non-payment of premium. CERTIFICATE HOLDER rANrP1 I ATIr)N City of Lubbock P. 0* Box 2000, Suite 102 Lubbock, TX 79457 ACORD 25 (2001108) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRIT -FEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS AUTHORIZED REPRESENTATIVE jo Ry 1,hnny Moss/CIIEI ACORD CORPORATION 1988 P­ 1 of? I j&U& KU- I.CR 1 innoj% 1 C VF- Ldr LavL.v ■ . ■..v.....�.�.�� ;95; +TL ) 570- 56 FAX 4 2) 57 - SO Arthur 3. Gallagher Risk Managelsent Services, Inc. 120 N. llarienfeid St.. Ste 130 Ridland, TX 79701 THIS CE"IPIS ISSUE AS A MAVER OF INFORMATION ONL'/AND bONFERS NO RIGHTS UPON THE CERTIRICA HOLDER. no CERTIFICATE DOES NOT AMEND, EXTEND OR me potj WAY. INSURERS AFFORDING COVERAGE 0 Iwom r ex r c, 350S Avenue 7 TX 79412-1421 INtamERA Lexington Insurance Co19431 qIC NOAnRat U.S. Fire Insurance C rsterLubbock, WSUMPC: U.S. re Insurelxen Forster) "atmapo Texas Mutual Insurance Ce INSkJREFr R: rewcoiLfaGrt THE 10MICIIES OP INSURANCE LISTED BELOW HAVE BEfiN ISSUED TO THE INSURED RAMLO ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WNHICH THIS CERTIFICATE MAY BE ISSUNO OR MAY PERTAIN THS INSURANCE APRORDED BY THE POLICIES DESCRIBED HEREIN 18 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLCIES. A6REQATE LIMITS mom MAY HAVE BEEN REDUCED BY PAID CLAIMS, TYPBOFINIIMMNC! ICYNUMSGII tICT1YEPOUCYPJO'IRATIDN MOTs Dk91E.RAL1AA01LI1Y 7129275 06/15/2003 06/1Z 2009 VAC4OCCUR13ENU 1' 1 000 OQ X CGM(AERGAL46NEIMLwXLrrY OAM ToRSN D j 100. LI CMB MADE Q OCCUR MW EXP (Any w" pun) S S .000 A X CG 2010 (11/dS) BLANKET ADD'L INSU PERSDNALAARJINA)RY I i 0O0 BLANKET WAXVFA X CG 24 4 ftW--RALAGGRLYLITR f 2 000.00 CAWLACOW."'FEU�MITAPPMPER! PRODUCTG-COMP(OPAN i 2.000.00( POLICY X JECO, loC AUT'ON09"UANUTY ANY AUTO 133-726020-6 065/2ooa /1 /200a COAWLvmsINAI,ELWIT (Ee.�) A_ . - ` -...,000 OWLY INJURY (Perna.on) '. . �. B AU.ONRIWALTr09 X SCHEDULED AUTOS X IVR6D AUT08 X NON-COME-DAUf06 RODILr INJURY (P-rAcdOw� ( Fes) nkMOE t GARAOr.LAANUTY AUTO ONLY - EA ACCIDENT f OTHER THAN FAACD AUTOONLY; AAO S.: ANY AUTO $ . IE!lCE9-+mM"Wo"L1Aa4RY 53-091296-5 06/15/200a 06/IS17009 MHMCURAINCE t • '- .A . - 0 xi OCCUR CLAMS MACE AGGREGATE ! 4 OOO C a t _ REfF.MTtON >: waaWrtTkeoDwePeNIrATIaMAND TSF-0001100726 10/02/2008 10/01/Z-W X D QMPUDYM LIARWY MYP OWATORN M� XECU VE E�lJ M 6bftW E.L CWHAWIDEW $ 1 O00 0OFFICERIMEMSER ILL DISEASE • EA EMPLOYE i 1 000 GI-POL(CYLIMIT 1QBMd A 00 OTHHi "I OCA itty o�L�ta�w� BLealIR 9os i �ona hs r ISPscIAL.aoYr�lo,Is lanket Additional rnsured on General Liability and Auto mM Blanket Waiver of subrogation on all licies as required by written contratt with respects to work performed by insured. R"W" NIY OF THE AMM DESCMWI) POLI01F,11 W CANCRLIID WFINK "I RxPIR MM unri THOMF. TWIG MUING INOWM WAIL MOXAWIOR TO MAIL City Of Lubbock _10 LYLYS WRITTI°.M marts To Tw cmmm ATE IIDI n wwa To rm Lem Attn: Steve Turner IrrYfAsomTomLSUCNNDTmisfIWit.wpwmmDoaaAr4maAuAnL Y P.O. Box 2000 OF ANY NO WON TIIYINSURIU%MAGENTSOR1RRRElETITAIINEi..,.,....' ' Lubbock. TX 7%57 AUT►MMCMD R WFOMMTATWE Ron $trown ACORD 26 (20aHDe) FAX: 006) 74i-4074 ®ACORD CORPORATION 1980 CONTRACT Pate Intentionally Left Blank CONTRACT # 8864 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 23rd day of March, 2009, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Lone Star Dirt & Paving of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WTTNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the - CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID 09-710-BM — SLIDE ROAD PAVING IMPROVEMENTS - $2,137,666.13 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Conditions of Agreement. Lone Star Dirt & Paving's bid dated March 4, 2009 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: :u�..�---- ED E: TITLE: �/, P. COMPLETE ADDRESS: t; r Company kvn e .Sfe r Di/-4 4 Av j ., Address 118 :1.0 U n I ✓ City, State, Zip L u h 15y 7,1 y .) ATTEST: Corporate Secretary CITY OF LUBBOCK, TEXAS (OWNER): By: I7�� MAYO ATTEST: ro City gVcretary APPROVED -AS IFORM: City-A`ttorney l Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT f L_ Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR I Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit LONE STAR DIRT & PAVING who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative LARRY HERTEL CITY ENGINEER, so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors shall act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS l_ 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 F ' Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been dulyserved if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. CONTRACTOR'S RESPONSI3ILTTIES .. Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's 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. 2 tI 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY t 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 g` 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 V deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the c work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment are permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work shall be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to firrnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests shall be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or 1 1 consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the 1 requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such 4 tests or approvals but does not meet the requirements of thecontract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a _.' claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK i. The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. Im In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is -hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the f -- Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, j expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor, inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be fiunished to the City and written notice of cancellation or any material change shall be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR 7 A. In C. 0 E. F Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Heavy Equipment Endorsement XCU (Explosion, Collapse, Underground) Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED Umbrella Liability Insurance — NOT REQUIRED Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least 50$ 0,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project.-J 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. : 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity shall have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (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. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (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. i _J (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. �z (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: 10 E i (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; 11 l (iii) include in all contracts to provide services on the project the following language: 29. 30. "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; s (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 () g � P P tang project; and , (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, - within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and -- (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in j any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of 12 1 _) this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, j discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION ° The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the - Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar - as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. 13 1i If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,750 (ONE THOUSAND rt SEVEN HUNDRED FIFTY} PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such ' work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except 14 t_ where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. OUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be fizrnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. r 15 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which--f 16 shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial'by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. V 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the - Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the tg contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: 17 (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 18 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be - liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to fuunish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and bome 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 parry, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a __ 19 f, Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied.--1 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. FM DAVIS BACON WAGE DETERMINATIONS I Paue Intentionally Left Blank EXHIBIT A GENERAL DECISION: TX20080028 02/08/2008 TX28 Date: February 8, 2008 General Decision Number: TX20080028 02/08/2008 Superseded General Decision Number: TX20070028 State: Texas Construction Types: Heavy and Highway Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number Publication Date 0 02/08/2008 * SUTX2004-001 11/09/2004 Rates Fringes Asphalt Distributor Operator ... $ 9.25 0.00 Asphalt Heater Operator ........ $ 11.21 0.00 Asphalt paving machine operator$ 11.16 0.00 Asphalt Raker ..................$ 9.51 0.00 Broom or Sweeper Operator ...... $ 8.57 0.00 Bulldozer operator ...........$ 9.76 0.00 Carpenter ......................$ 12.61 0.00 Concrete Finisher, Paving ...... $ 13.26 0.00 Concrete Finisher, Structures..$ 11.20 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator .......................$ 11.00 0.00 Electrician ....................$ 17.00 0.00 Form Builder/Setter, Structures$ 9.26 0.00 Form Setter, Paving & Curb ..... $ 9.82 0.00 Front End Loader Operator ...... $ 10.52 0.00 Laborer, common ................$ 8.51 0.00 Laborer, Utility ...............$ 10.46 0.00 Mechanic .......................$ 16.85 0.00 Motor Grader Operator Rough .... $ 11.75 0.00 Motor Grader Operator, Fine Grade ..........................$ 13.50 0.00 Planer Operator ................$ 13.36 0.00 Roller Operator, Pneumatic, Self -Propelled .................$ 7.67 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping.............$ 8.06 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement .............$ 7.50 0.00 Scraper Operator ...............$ 8.50 0.00 Servicer .......................$ 8.98 0.00 Slip Form Machine Operator ..... $ 13.64 0.00 Tractor operator, Pneumatic .... $ 12.00 0.00 Traveling Mixer Operator ....... $ 12.00 0.00 Truck driver, lowboy -Float ..... $ 12.67 0.00 Truck driver, Single Axle, Heavy ..........................$ 8.50 0.00 Truck driver, Single Axle, Light ..........................$ 8.08 0.00 Truck Driver, Tandem Axle, Semi -Trailer ...................$ 8.66 0.00 Welder .........................$ 15.25 0.00 Work Zone Barricade Servicer... ---------------------------------------------------------------- $ 8.28 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: • an existing published wage determination • a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION : 11 1.118 Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standard Pa$e Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank Project Manual City of Lubbock Slide Road — 41h Street to North Lo-op 289 r, Paving Improvements Lubbock, Texas January 2009 PSC Project #: 01269008 ,tea. 1 Parkni►t, Smith & Cooper, Inc. Engineers v Architects w Planners. ` Payne Intentionally Left Blank Project Manual City of Lubbock Slide Road - 4th Street to North Loop 289 � Paving Improvements Lubbock, Texas January 2009 PSC Project #: 01269008 MIParkhill, Smith &Cooper, Inc. Engineers ■ Architects ■ Planners c ......... KERR r C MILLER 67832 . rl c .0 e NS.• (l, tNAL �, Z�._� Paze Intentionally Left Blank TABLE -OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION SCSpecial Conditions.....................................................................................................................9 DIVISION 1- GENERAL REQUIREMENTS 01020 Measurement and Payment......................................................................................................10 01027 Applications for Payment.......................................................................................................... 2 01028 Change Order Procedures.......................................................................................................... 3 01039 Coordination and Meetings........................................................................................................ 2 01100 Summary of Work.....................................................................................................................2 01140 Work Restrictions...................................................................................................................... 3 01310 Progress Schedules.................................................................................................................... 2 01322 Photographic Documentation..................................................................................................... 2 01330 Submittal Procedures................................................................................................................. 5 01356 Storm Water Pollution Prevention Plan (SWP3)....................................................................... 4 01400 Quality Requirements................................................................................................................ 4 01420 References................................................................................................................................. 5 01500 Temporary Facilities and Controls............................................................................................. 5 01555 Barricades, Signs and Traffic Handling..................................................................................... 2 01576 Waste Material Disposal............................................................................................................2 01600 Product Requirements................................................................................................................ 3 01700 Contract Closeout...................................................................................................................... 2 DIVISION 2 - SITE WORK 02221 Removing Existing Pavements.................................................................................................. 2 02300 Earthwork.................................................................................................................................. 9 02317 Excavation and Backfill for Structures...................................................................................... 7 02318 Borrow.......................................................................................................................................3 02320 Backfill Materials for Structures................................................................................................ 5 02518 Interlocking Concrete Pavers..................................................................................................... 6 02631 Storm Sewer.............................................................................................................................. 4 02741 Hot -Mix Asphalt Paving..........................................................................................................12 02751 Portland Cement Concrete Pavement......................................................................................19 02764 Pavement Joint Sealants............................................................................................................. 5 02810 Irrigation Systems.................................................................................................................... 17 02920 Lawns and Grasses..................................................................................................................10 02930 Exterior Plants........................................................................................................................... 7 DIVISION 3 - CONCRETE 03300 Cast -In -Place Concrete...........................................................................................................14 01269008 TABLE OF CONTENTS PAGE - 1 01 /09 DIVISION 4 -16 Not Used APPENDIX A TxDOT Items Item 300 Asphalts, Oils, and Emulsions Item 416 Drilled Shafts Item 610 Roadway Illumination Assemblies Item 618 Conduit Item 620 Electrical Conductors Item 624 Ground Boxes Item 628 Electrical Services Item 636 Aluminum Signs Item 644 Small Roadside Sign Supports and Assemblies Item 656 Foundation for Traffic Control Devices Item 662 Work Zone Pavement Markings Item 666 Reflectorized Pavement Markings Item 668 Prefabricated Pavement Markings Item 672 Raised Pavement Markings Item 678 Pavement Surface Preparation for Markings 1 f k-J 01269008 TABLE OF CONTENTS PAGE - 2 01/09 DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited in the following: DIVISION 2 — SITE WORK 02518 Interlocking Concrete Pavers 02810 Irrigation Systems 02920 Lawns and Grasses 02930 Exterior Plants IL R Y H ••9� 4 I - 27- aR 01269008 DESIGN PROFESSIONAL RESPONSIBILITY KL - 1 01/09 SPECIAL CONDITIONS NORTHWEST PASSAGE PROJECTS SLIDE ROAD —4' STREET TO NORTH LOOP 289 PAVING IMPROVEMENTS SC-1 SUBSTANTIALLY COMPLETED Not Used [.Y�r�K�� M �7�i71 C�] :i%� 1L•r__[�11y � �►.�U :� :1 Add the following to paragraph 10, Layout, of the General Conditions of the Agreement: The Contractor's responsibility for laying out all work shall include, but not be limited to, surveying services and equipment as needed for horizontal and vertical location and control of the work. A list of vertical and horizontal control points or bench marks in the project vicinity will be furnished to the Contractor. SC-3 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE Add the following to paragraph 11, Keeping of Plans and Specifications Accessible: The Contractor will be furnished ten (10) copies of the plans and specifications. Additional sets of plans and specifications may be purchased by Contractor at Contractor's expense. SC4 LINES AND GRADES Add the following to Paragraph 13, Lines and Grades: Lines and grades are indicated in the drawings for the Contractor's layout of the work, therefore the Owner's Representative has furnished lines and grades to the Contractor. SC-5 SUPERINTENDENCE AND INSPECTION Add the following to paragraph 15, Superintendence and Inspection, of the General Conditions of the Agreement: The Owner's Representative may also appoint contracted individuals and business entities to serve in the capacity of subordinate engineers, supervisors or inspectors. Such subordinate inspectors are defined as Resident Project Representatives (RPR). For the purpose of this paragraph, ENGINEER is defined as a contracted licensed engineer, or engineering firm, subordinate to Owner's Representative. RPR is the ENGINEER'S agent during construction, will act as directed by and under the supervision of ENGINEER, and will confer with ENGINEER regarding RPR's actions. RPR's dealings in matters pertaining to the on -site work shall in general be with ENGINEER and CONTRACTOR keeping OWNER'S REPRESENTATIVE advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of 01269008 SPECIAL CONDITIONS SC - 1 01/09 CONTRACTOR. RPR shall generally communicate with OWNER'S REPRESENTATIVE with the knowledge of and under the direction of ENGINEER. SC-5.1 Liaison: Serve as ENGINEER's liaison with CONTRACTOR, working principally through CONTRACTOR's superintendent and assist in understanding the intent of the Contract Documents, and assist ENGINEER in serving as OWNER's liaison with CONTRACTOR when CONTRACTOR's operations affect OWNER's on -site operations. Assist in obtaining from OWNER additional details or information, when required for proper execution of the Work. SC-5.2 Shop Drawings and Samples: Receive samples which are furnished at the site by CONTRACTOR, and notify ENGINEER of availability of samples for examination. Advise ENGINEER and CONTRACTOR of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the ENGINEER. SC-5.3 Review of Work, Rejection of Defective Work, Inspections and Tests: Conduct on -site observations of the Work in progress to assist ENGINEER in determining if the Work is in general proceeding in accordance with the Contract Documents. Report to ENGINEER whenever RPR believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise ENGINEER of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate personnel, and that CONTRACTOR maintains adequate records thereof; and observe, record and report to ENGINEER appropriate details relative to the test procedures and startups. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to ENGINEER. SC-5.4 Reports: Furnish ENGINEER periodic reports as required of progress of the Work and of CONTRACTOR's compliance with the progress schedule and schedule of Shop Drawing and sample submittals. 01269008 SPECIAL CONDITIONS SC - 2 01 /09 L _. Consult with ENGINEER in advance of scheduled major tests, inspections or start of important phases of the Work. Report immediately to ENGINEER and OWNER upon the occurrence of any accident. SC-5.5 Payment Requests: Review applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendations to ENGINEER, noting particularly the relationship of the payment requested to the schedule of values or unit price bid items. Work completed and materials and equipment delivered at the site but not incorporated in the Work. SC-5.6 Limitations of Authority: Resident Project Representative: Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by ENGINEER. Shall not exceed limitations of ENGINEER's authority as set forth in the General Conditions of the Agreement or the Contract Documents. Shall not undertake any of the responsibilities of CONTRACTOR, subcontractors or CONTRACTOR's superintendent. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. Shall not accept Shop Drawing or sample submittals from anyone other than CONTRACTOR. Shall not authorize OWNER to occupy the Project in whole or in part. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by ENGINEER. SC-6 CONTRACTOR'S DUTY AND SUPERINTENDENCE Add the following to paragraph 16, Contractor's Duty and Superintendence, of the General Conditions of the Agreement. The person representing the Contractor (i.e., superintendent) shall be considered the single, authorized point of contact between the Owner's Representative and the Contractor. Designations of different persons of contact, or contact designations that divide, or attempt to divide, the Contractor's accountability and responsibility under the contract documents shall be grounds for 01269008 SPECIAL CONDITIONS SC - 3 O1/09 j ', i tt' suspending the operations of the Contractor without recourse on the part of the Contractor. The Contractor's designated superintendent shall be physically and locally present until such time as the Owner issues notice of final completion. SC-7 CHARACTER OF WORKERS Add the following to paragraph 18, Character of Workers, of the General Conditions of the Agreement: The provisions regarding the character of workmen shall also include persons of female gender wherever the words "man" or "men" are used. The provisions for character of workmen shall be construed to include, but not be limited to, the Contractor's superintendent, Contractor's subcontracted work forces, subcontractor superintendents, laborers, and supervisors. When such workmen are discharged from the work, such workmen shall not be associated with the work in any capacity or function whatsoever. SC-8 CONSTRUCTION OBSERVATION General Condition Paragraph 21 is retained in its entirety. Add the following to General Condition Paragraph 21, Observation and Testing: The Contractor shall make available, or leave in place, for the Owner's observing or testing party equipment for the safe ingress and egress pertaining to the item of work. Such equipment shall include, but not be limited to, oxygen monitors, toxic gas monitors, flammable gas indicators, hoists, harnesses, ladders, excavation shoring, lighting, and ventilation. Failure to make sufficient equipment and monitors available for Owner's observation of the work shall be prima facie evidence that the work does not comply with the Contract Documents, specifications, or drawings. SC-9 CONTRACTOR'S INSURANCE Not Used SC-10 DEFINITIONS For the following paragraphs of these Special Conditions, ENGINEER shall be defined as the Owner's primary consultant which is "Prime Consultant" and consultants to "Prime", namely "Sub -Consultant". SC-11 DOCUMENT OWNERSHIP Contractor, and any Subcontractor or Supplier or any other person or organization performing or furnishing any of the work under a direct or indirect contract with Owner (i) shall not have or acquire any title to or ownership rights in any of the drawings, specifications or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, and (ii) shall not reuse any of such drawings, specifications, other documents or copies on extensions of the project or any other project without written consent of the Owner and ENGINEER and specific written verification or adaptation by ENGINEER. c' 01269008 SPECIAL CONDITIONS SC - 4 01/09 SC-12 SUBSURFACE UTILITY INVESTIGATION The ENGINEER conducted subsurface utility investigations through Gorrondona & Associates, Inc (G&A). The G&A reports are 0710-3032 dated 12/21/2007.One photocopy of the report will be made available to each bidder for information purposes, but the report is not the part of Contract Documents. These subsurface investigations, samples and reports were prepared for design purposes, and any reliance on the samples and report data by the Contractor is at the sole risk of the Contractor. Any conclusions, interpretations or opinions based on samples and reports data are the sole province of the Contractor. Neither the Owner nor the ENGINEER assumes any liability or responsibility for the various differing subsurface utilities that may be encountered, whether or not shown in samples or soil subsurface utility report. Contractor may not rely upon or make any claim against Owner or Engineer with respect to: ■ the completeness of such reports and drawings for CONTRACTOR's purposes, including but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and program incident thereto, or ■ other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or ■ any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. ■ The contractor shall take special care during construction of the storm sewer and other construction activities to avoid impact to the gas line crossing (approximate Erskine Centerline STA. 96+94.70), water line crossings (approximate Line A STA. 88+46.75) and AT&T Duct line crossing (approximate Line A STA. 90+41.93). These lines must remain in service throughout the duration of construction. The contractor will be held responsible for disruption of service determined to be caused by the contractor's construction activities. SC-13 UNDERGROUND FACILITIES For the purpose of this Special Provision, Underground Facilities shall be defined as all pipelines, conduits, ducts, wires, cables, manholes, vaults, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control _ systems or water. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the General Conditions of the Agreement: OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such - information or data; and r, 01269008 SPECIAL CONDITIONS SC - 5 O1 /09 i The cost of all the following witl be included in the Contract Price and CONTRACTOR shall have full responsibility for: ■ (i) reviewing and checking all such information and data, ■ (ii) locating all Underground Facilities shown or indicated in the Contract Documents, ■ (iii) coordination of the Work with the owners of such Underground Facilities during construction, and ■ (iv) the safety and protection of all such Underground Facilities as provided in paragraph 21 of the General Instructions to Bidders and repairing, to the satisfaction of the facility owner, any damage thereto resulting from the Work. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby of performing any Work in connection therewith (except in an emergency as required to prevent injury, loss of life, or damage to property), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGINEER. SC-14 SUBSTITUTES AND "OR -EQUAL" ITEMS SC-14.1 Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed bywords reading that no like, equivalent or "or -equal" item, or no substitution is permitted, other items of material or equipment of other Suppliers may be accepted by Engineer under the following circumstances: SC-142 "Or -Equal": If in ENGINEER'S sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or - equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. SC-143 Substitute Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph SC-132, it will be considered a proposed substitute item. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable _. substitute therefor. The procedure for review by the ENGINEER will include the following as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Requests for the review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to 01269008 SPECIAL CONDITIONS SC-6 O1 /09 c_ . ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to -the -same use as that specified. The t application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other [ direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute. SC-14.4 CONTRACTOR'S Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR's expense. SC-14.5 Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph SC-14.3. SC-14.6 Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs SC-14.3 and SC-14.5. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without ENGINEER's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee of other surety with respect to any "or -equal" or substitute. ENGINEER will record time required by 4 ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs SC-14.3 and SC-14.5 and in (A making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. 01269008 SPECIAL CONDITIONS SC - 7 01 /09 SC-15 RECORD DOCUMENTS CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWNER. Failure to maintain and safeguard these required documents shall be grounds for the Owner to issue a non-compliance directive to the Contractor and withhold all payments until such non-compliance is remedied. SC-16 SUBMITTAL REVIEW One initial submittal of shop drawings, samples, "or -equal" items and other required submittals and one resubmittal of the same item will be reviewed by the Engineer at no cost to the Contractor. Subsequent reviews for resubmittals of the same item will be reviewed at a cost to the Contractor of $100.00 per man-hour. Such cost shall be deducted from progress payments to the Contractor and result in a reduction of total contract price. SC-17 PARTIAL PAYMENTS Add the following to paragraph 42, Partial Payments, of the General Conditions of the Agreement: Partial payments requested by the Contractor may include materials delivered, but not yet incorporated into the project. If payment is requested on the basis of materials and equipment not incorporated in the work but delivered and suitably stored at the site, or at another location agreed to in writing, then the application for payment shall also be accompanied by a bill of sale or invoice warranting that the equipment and materials are free and clear of all liens and evidence that the materials and equipment are covered by the appropriate property insurance and other arrangements to protect the Owner's interest therein. Materials and equipment shall not be considered for partial payment if stored where the Owner can not confirm the quantities or otherwise seize and secure the equipment and materials in the event that the Contractor defaults on the work. Materials and equipment that are eligible for partial payment will be carried as "Materials on Hand" on the partial pay estimates and then moved from "Materials on Hand" to completed items ofthe work once those materials and equipment are incorporated into the work. Partial payments for completed items of work will reflect adjustments for prior partial payments made to the Contractor, for the same completed items of work, for "Materials on Hand". Partial payments for "Materials on Hand" shall be subject to the five -percent retainage. Only actual invoice amounts and actual freight invoice amounts for delivered items to the locations stated above will be eligible for partial payment as "Materials on Hand". Materials on hand shall be limited to materials manufactured at a manufacturing facility such as precast reinforced concrete pipe, fiberglass pipe, precast manholes, manhole frames and covers, check valves, grates, signal masks, light poles, and so forth. Items not considered as materials on hand are those items which require further processing for use in the project such as cements, aggregates, asphalts, fill materials, concrete, riprap, topsoil, sod, seed, earthen materials, paint, glass beads, raised pavement markers, etc. The final determination of 01269008 SPECIAL CONDITIONS SC - 8 01/09 whether a substance or item qualifies as materials on hand is the sole province of the Owners representative under General Conditions Paragraph 14. SC-18 SUBSTANTIAL COMPLETION Not Used SC-19 FINAL COMPLETION Not Used END SPECIAL CONDITIONS 01269008 SPECIAL CONDITIONS SC-9 01 /09 SECTION 01020 MEASUREMENT AND PAYMENT PART 1- GENERAL 1.1 SCOPE A. The following sections shall be used to define measurements and payments for this project. The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, including -all associated -incidental -work. Only-thoseitems-indi-cated-on-bid-documents and plan sheets will be included for construction and payment. 1.2 MOBILIZATION A. The cost for mobilization shall be limited to no more than 7.5% of the Contract amount for construction items (materials and labor) bid for this project. B. Mobilization shall include costs associated with move -in related equipment and labor, bid bond, performance and construction bonds and insurance related for this project. This would include the establishment and removal of offices, plants and facilities, movement of personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. This Item will be measured by the lump sum as the work progresses. C. Payment. Partial payments of the lump sum bid for mobilization will be as follows. The adjusted Contract amount for construction Items as used below is defined as the total Contract amount less the lump sum for mobilization. 1. Payment will be made upon presentation of a paid invoice for the payment bond, performance bond, and required insurance. The combined payment for bonds and insurance will be no more than 10% of the mobilization lump sum. 2. Payment will be made upon verification of documented expenditures for plant and facility setup. The combined amount for all these facilities will be no more than 10% of the mobilization lump sum. 3. When 1 % of the adjusted Contract amount for construction Items is earned, 50% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 4. When 5% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid will be paid. Previous payments under the Item will be deducted from this amount. 5. When 10% of the adjusted Contract amount for construction Items is earned, 90% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 6. Payment for the remainder of the lump sum bid for "Mobilization' will be made on the final estimate after final acceptance of the project. 01269008 MEASUREMENT AND PAYMENT 01020 - 1 01/09 1.3 PREPARE RIGHT-OF-WAY^ A. Measurement will be made of the 100-foot centerline stations. Payment will be made at the unit price bid per centerline station of right-of-way preparation. The unit price bid shall include all labor, equipment, and incidentals necessary to clear, grub and remove all items that are in conflict with proposed improvements and not included in the bid items. No separate payment will be made for disposing of excess material. 1.4 REMOVE EXISTING TREE A. Removing existing trees by size specified including trunk, limbs, roots and filling of resulting hole with suitable material. Payment will be made at the unit price bid per each tree removed. 1.5 TREE PROTECTION A. Protect existing trees including fencing, materials and labor. Payment will be made at the unit price bid per each tree protected as specified. 1.6 REMOVING CONCRETE A. Removing concrete pavement, floors, porches, patios, riprap, medians, foundations, sidewalks, wheelchair ramp, driveways, alleys, valley gutters, and other appurtenances will be measured by the square yard (regardless of thickness). Removing curb and gutter will be measured by the linear foot in its original position. The Contractor shall ensure that the Owner has the opportunity to measure the quantity of concrete to be removed, prior to removal. If concrete is removed without measurement by the Owner, no payment will be made for that removal. The unit price bid is full compensation for breaking the concrete, incidental asphalt repair, loading, hauling and salvaging or legally disposing of the material, equipment, labor, tools and incidentals necessary to complete the work. 1.7 REMOVING ASPHALT PAVING AND/OR STABILIZED BASE A. Measurement will be made of the area, in square yards, of asphalt surfacing and stabilized base actually removed. Payment will be made at the unit price bid per square yard of asphalt surfacing and stabilized base removed. The contractor shall ensure that the Owner has the opportunity to measure the square yards of asphalt surfacing prior to removal. If asphalt surfacing and base are removed without measurement by the Owner, no payment will be made for that removal. The unit price bid shall include sawing, separating for salvage, hauling to City of Lubbock Stockpile location as specified, labor and equipment, and any incidental asphalt paving repair. 1.8 REMAINING HALF OF RIP GRIFFEN (TARA WEST) BUILDING A. Measurement will be made by lump sum for the removal and demolition of the remaining half of Rip Griffin (Tara West) building. Demolish and remove remaining half of building, comprised of a one-story structure with slab -on -grade foundation and a basement. Demolish and remove portions which have not been removed by other, including basement walls and basement foundation, building slab, brick and wrought iron landscape fencing, sidewalks, concrete landscape edging, landscape lighting, exterior lighting assemblies, existing irrigation system, flag pole, small shrubs and plant, and all other building 01269008 MEASUREMENT AND PAYMENT 01020 - 2 O1/09 appurtenances, including neat removal of building structure, basement, flat work, and landscaping items, and proper disposal or disposition, per lump sum. B. Remove Front Half of Rip Griffin Building (IncludingTwo-Storyand One -Story section built on pier and beam foundation, including front porch), including neat removal of the front portion of the building structure and building foundation, not including basement, and proper disposal or disposition, per lump sum. ' ul: 11,1114-UT-1:11281 A. Measurement will be made, in cubic yards, of embankment. Limit of payment for "embankment" is finished subgrade elevation for all roadway surfaces. Payment will be made at the unit price bid per cubic yard. The unit price bid shall be complete compensation for the embankment, complete in place, and shall include any and all borrow material, density control, compaction, testing and any incidental work required to complete the work. B. Limit of payment for "embankment" is finished subgrade elevation for area of Tara West basement after building is removed. The unit price bid shall include sawing, separating for salvage, hauling to City of Lubbock Stockpile location as specified, labor and equipment, and any incidental asphalt paving repair. 1.10 EXCAVATION A. Measurement will be made in cubic yards, of roadway excavation. Payment will be made at the unit price bid per cubic yard. The unit price shall be complete compensation for the subgrade preparation to depths shown on typical sections, complete in place, and shall include shaping, density control and any incidental work required to complete the work. 1.11 EXCAVATION FOR INLETS A. Excavation for structures will not be paid for directly but will be considered subsidiary to the unit prices bid for various structures. 1.12 EXCAVATION FOR DRAINAGE PIPE A. Excavation for drainage pipe will be made of the area, in cubic yards, of channel excavation. Payment will be made at the unit price per cubic yard. The unit price shall include all labor, equipment, and incidentals necessary to excavate to proper lines and grades as shown on the plans. 1.13 SURFACE TREATMENT A. Payment for the work performed and materials furnished in accordance with this Item will be paid for at the unit prices bid per square yard. These prices are full compensation for surface preparation; furnishing, preparing, hauling, and placing aggregate and asphalt; removing existing pavement markers and excess aggregate; rolling; cleaning up stockpiles; and equipment, labor, tools and incidentals. 01269008 MEASUREMENT AND PAYMENT 01020 - 3 01 /09 �r 1.14 HOT MIX ASPHALT PAVEMENT (HMAC) A. Measurement will be made of the area, in square yards, of hot mix asphalt pavement actually constructed. Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, tack and prime coats, compaction, testing and all incidentals necessary to complete the work. B. The following rate is for estimating and Contractor's information only: 115 lbs/ 1" thickness/ 1 square yard. 1.15 CONCRETE PAVING A. Measurement will be made of the area, in square yards, of concrete pavement actually constructed. Concrete paving will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, reinforcement, forming, finishing, jointing, sealing, curing and all incidentals necessary to complete the work. High Early Strength (HES) concrete paving will not be paid for separately. If HES concrete is used, it will be paid for using the unit price bid per square yard for Portland cement concrete paving. 1.16 CONCRETE CURB AND GUTTER AND SAW -TOOTH CURB A. Measurement will be made of the linear feet of curb and gutter actually constructed. Curb and gutter will be paid for at the unit price bid per linear foot. The unit price bid shall -- include furnishing and installing all materials, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.17 CONCRETE ALLEY RETURNS AND DRIVEWAYS A. Measurement will be made of the area, in square yards, of alley returns and driveways Alley returns and driveways will be paid for at the unit price bid per square yard for each specific type. Curb on alley returns and driveways will be included in the area measured for the slab and will not be paid as a separate item. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, curbing, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work. 1.18 CONCRETE MEDIANS A. Measurement will be made of the area, in square yards, of medians actually constructed. Medians will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, reinforcement, brick paving, sand, concrete bedding, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work. 1.19 CONCRETE SIDEWALKS A. Measurement will be made of the area, in square yards, of sidewalks actually constructed. Sidewalks will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. E 01269008 MEASUREMENT AND PAYMENT ' 01020 - 4 01/09 1.20 CONCRETE SIDEWALK RAMPS A. A count will be made of the sidewalk ramps actually constructed. Sidewalk ramps will be paid for at the unit price bid per each ramp constructed regardless of type specified in the plans. The unit price bid shall include furnishing and installing all materials, reinforcement, forming, finishing, jointing and all incidentals necessary to complete the work. 1.21 CONCRETE RWRAP A. Measurement will be made of the area, in square yards, of concrete riprap actually constructed. Riprap will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. ➢...' 1.22 ROAD SIGN ASSEMBLIES A. A count will be made of the number of road sign assemblies actually installed. Payment will be made at the unit price bid per each road sign assembly installed. The unit price bid shall include furnishing and installing all materials, sign, post, concrete base, plaque, accessories, excavation, filling, backfilling, and all incidentals necessary to complete the d work. 1.23 REFLECTIVE AND WORK ZONE PAVEMENT MARKINGS A. Striping — Measurement will be made of the linear feet of pavement markings of various widths and colors actually installed. Pavement markings will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to complete the work. 1.24 RAISED REFLECTIVE PAVEMENT MARKERS A. A count will be made of the number of raised reflective pavement markers of various types and colors actually installed. Payment will be made at the unit price bid per each reflective pavement marker installed. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to complete the work. 1.25 BARRICADES AND TRAFFIC CONTROL DEVICES A. Payment will be made at the unit price bid per month for traffic control measures actually installed. No partial payment will be made for partial traffic control measures. Payment shall not be,made for this item where the Owner determines a lack of evidence that traffic control was used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where traffic control is required because of work being remedied due to not meeting the requirements of the plans and specifications. 01269008 MEASUREMENT AND PAYMENT 01020 - 5 01 /09 �s 1.26 IRRIGATION SYSTEM A. (Install New), includes complete installation of a new irrigation system in areas identified on the plans, including all necessary water connections, backflow prevention, controller, valves, piping and irrigation heads as shown on the plan, as complete and separate system from the existing irrigation systems. B. (Maintain Existing), includes preserving the integrity and operational capacity of the existing irrigation in the areas adjacent to the Right of Way. Includes repair of the existing system which may be damaged by construction of new sidewalk, removal, relocation and/or replacement of the existing PVC mainline piping that may be affected by the grading work and/or construction, as shown on the plans. C. (Adjust Existing), includes renovation of the existing irrigation system at the Fire Station on Slide Road at 2°d Street, including replacement of heads, relocation of the existing PVC mainline piping, ties of the replacement or salvaged irrigation heads into the existing system, and preservation of the integrity and operational capacity of the existing irrigation system. Paid as lump sum. 1.27 STORM WATER POLLUTION PREVENTION PLAN A. Payment will be made at the unit price bid per lump sum for the Storm Water Pollution Prevention Plan. Partial payment will be made on a pro-rata basis as a percentage of the construction contract duration. The sum of the partial payments made for storm water pollution prevention shall not exceed 90% of the lump sum price bid for storm water pollution prevention prior to the termination of the construction contract. No partial payment will be made for partial storm water pollution prevention measures. Payment shall not be made for this item where the Owner determines a lack of evidence that storm water pollution prevention measures were used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where storm water pollution prevention is required because of work being remedied due to not meeting the requirements of the plans and specifications. The unit price bid shall include furnishing and installing all materials, filing Notice of Intent/Termination forms, inspections, maintenance, silt fences, hay bales, sand bags, diversion swales and any other measure and/or incidentals required for compliance with NPDES Permit. 1.28 REINFORCED CONCRETE PIPE A. Measurement will be made of the length, in linear feet, of storm drain pipes of various sizes along the centerline of the pipe installed. Payment will be made at the unit price bid per linear foot. The unit price bid shall be complete compensation for the furnishing and installation of storm drain pipes, complete in place, and shall include all materials, excavation, native backfill, CSB cover material and all incidental work necessary to accomplish the work. 1.29 DRAINAGE INLET A. Measurement will be made by each inlet constructed in place. Payment will be made at the unit price bid per each. This price is full compensation for furnishing and installation of storm drain inlets, complete in place, and shall include all materials, excavation, native backfill, CSB and all incidental work necessary to accomplish the work. 01269008 MEASUREMENT AND PAYMENT 01020 - 6 01 /09 f- - 1.30 ROADWAY ILLUMINATION A. Payment will be made at the unit price bid per each roadway illumination assembly installed. This price is full compensation for furnishing, installing and testing luminaries; ballasts, poles, lamps, anchor bolts, anchor plates, internal conductors, and connections; systems performance testing; and equipment, labor, tools and incidentals necessary to perform the work. 1.31 CONDUIT A. The work performed and materials furnished will be paid for at the unit price bid per linear foot of conduit of the size and type specified. This price is full compensation for furnishing and installing conduit; hanging strapping, jacking, boring, tunneling, excavating, and furnishing and placing backfill; replacing pavement structure, sod, riprap, curbs or other surfacing; marking location of conduit (when required), furnishing and installing fittings, junction boxes, and expansion joints; and equipment and labor tools and incidentals necessary to perform the work. 1.32 ELECTRICAL CONDUCTORS A. The work performed and materials furnished will be paid at the unit price bid per linear foot of "Electrical Conductors" of the sizes and types specified. This price is full compensations for furnishing, installing and testing electrical conductors and for equipment, labor, tools, and incidentals except that: 1. Conductors used in connecting the components of electrical services will be paid for under "Electrical Services", 2. Conductors inside roadway illumination assemblies will be paid for under "Roadway Illumination Assemblies" and 3. Conductors used for internal wiring of equipment will not be paid for directly but will be subsidiary to pertinent items. 1.33 GROUND BOXES A. The work performed and materials furnished will be paid at the unit price bid per each ground box complete in place. This price is full compensation for excavating and backfilling, constructing, furnishing and installing the ground boxes and concrete aprons when required, and equipment, labor, materials, tools and incidentals necessary to perform the work. 1.34 ELECTRICAL SERVICES A. The work performed and materials furnished related to this item will be paid for at the unit price bid per each electrical service installed. This price is full compensation for paying all fees, permits and other costs, making arrangements with the utility company for all work and materials provided by the utility company; furnishing, installing and connecting all components including poles, service supports, foundations, anchor bolts, riprap, enclosures, switches, breakers, conduit and conductors (from the service equipment including the elbow below ground) fittings, brackets, bolts, hangers and hardware and equipment, labor, tools and incidentals required to perform the work. I'- 01269008 MEASUREMENT AND PAYMENT 01020 - 7 { 01/09 1 1.35 DRILLED SHAFTS A. Drilled shaft foundations will be measured by the foot from the top of the shaft to the bottom of the shaft. The unit price bid for "Drilled Shaft" will be full compensation for excavation, furnishing, placing and removing casing, furnishing, processing and recovering slurry; pumping, furnishing and placing reinforcing steel, furnishing and placing concrete, including additional concrete required to fill an oversized casing or oversize excavation, conducting slump loss tests, backfilling, disposing of cuttings and slurry, materials, tools, equipment, labor and incidentals required to perform the work. 1.36 ADJUSTING MANHOLES A. A count will be made of manholes of various type and sizes to be adjusted. These structures will be paid for at the unit bid price per each manhole adjusted. This will include all materials, backfill as required, excavation, tools, equipment, labor and incidentals per each manhole adjusted. 1.37 ADJUSTING VALVE BOXES A. A count will be made of valve boxes of various types and sizes to be adjusted. These structures will be paid for at the unit bid price per each valve box adjusted. This will include all materials, backfill as required, excavation, tools, equipment, labor and incidentals per each valve box adjusted. 1.38 TOPSOIL A. This Item will be measured by the by the square yard complete in place. The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Furnishing and Placing Topsoil' of the depth specified on the plans. This price is full compensation for securing necessary sources and royalties; furnishing topsoil; excavation, loading, hauling, stockpiling and placing; watering; rolling; and equipment, labor, materials, tools, and incidentals. 1.39 LANDSCAPING A. This item will be measured by lump sum. The work performed and the materials furnished in accordance with this item and measured as lump sum will include furnishing plants, mulch, plant soil mix, landscape edge, plant bed preparation and vegetation barrier, all materials, equipment, labor, tools, and incidentals, planted in place. 1.40 INSTALL HIGHWAY TRAFFIC SIGNAL A. Isolated — The work performed and materials furnished will be at the unit bid price per each traffic signal complete in place. This will include furnishing, installing, and testing the completed installation, controller and associated equipment, controller foundations, signs and sign lights mounted on signal equipment, mounting hardware and steel wire strand; preservation and replacement of damaged sod, shrubbery and trees, removal and replacement of curbs and walks, and equipment, labor, tools, and incidentals. The City of Lubbock will pay for electrical energy consumed by the traffic signal, complete in place, per each. 01269008 MEASUREMENT AND PAYMENT 01020 - 8 01/09 U B. Temporary for Construction - The work performed and materials furnished will -be at the unit bid price per each traffic signal complete in place. This will include installation, operation, maintenance, r-eeonfiguration, and removal of temporary traffic signal, foundations, electrical services, and materials, equipment, labor, tools, and incidentals, complete in place, per each. 1.41 VEHICLE AND PEDESTRIAN SIGNAL HEADS A. This Item will be measured by each vehicle signal section, pedestrian signal section, back plate, or louver. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Pedestrian Signal Section," "Vehicle Signal Section," "Back Plate," or "Louver," of the types and sizes specified. This price is full compensation for furnishing, assembling, and installing the signal sections, back plates and louvers, and lenses and optics; mounting attachments; and equipment, labor, tools, and incidentals. 1.42 TRAFFIC SIGNAL CABLES A. This item will be measured by the foot of traffic signal cables. Additional measurements or calculations will be made if adjustments of quantities are required. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Traffic Signal Cables" of the types and sizes specified. This price is full compensation for furnishing and installing materials and for equipment, labor, tools, and incidentals, except as shown below. Cables inside traffic signal pole assemblies will be paid for under this Item. Cables used for inside signal heads and controllers or for coils in ground boxes, pole bases, and on span wires will not be paid for directly but will be subsidiary to pertinent Items. 1.43 TRAFFIC SIGNAL POLE ASSEMBLIES (STEEL) A. This Item will be measured by each traffic signal pole assembly installed or relocated. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for "Install Traffic Signal Pole Assemblies (Steel)" of the types and sizes specified or "Relocate Traffic Signal Pole Assemblies (Steel)" of the types specified. New drilled shaft foundations will be paid for under "Drilled Shaft Foundations." B. Installation. This price is full compensation for furnishing, fabricating, galvanizing, assembling, and erecting the pole upon a foundation; furnishing and erecting required mast arms and luminaire arms; furnishing and placing anchor bolts, nuts, washers, and templates; and equipment, materials, labor, tools, and incidentals. C. Relocation. This price is full compensation for removing traffic signal poles; removing existing foundations; backfilling and surface placement; storing the components to be reused or salvaged; furnishing, fabricating, and installing required new components; placing and securing traffic signal poles on new foundations; furnishing and placing conduit, ground rods, and wiring; disposal of unsalvageable material; loading and hauling; and equipment, material, labor, tools, and incidentals. 01269008 MEASUREMENT AND PAYMENT 01020 - 9 01 /09 1.44 PEDESTRIAN DETECTORS AND VEHICLE LOOP DETECTORS A. This Item will be measured by the foot of saw cut containing loop wire and by each pedestrian push button. Additional measurements or calculations will be made if adjustments of quantities are required. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Vehicle Loop Detectors" of the type specified or "Pedestrian Detectors" of the type specified. This price is full compensation for furnishing, installing, and testing the detectors; saw -cutting, excavation, backfill, sealant, and sealant placement; pavement repair associated with saw -cutting; and equipment, materials, labor, tools, and incidentals, except as follows. The conduit and loop wire from the edge of pavement to the ground box used for the vehicle loop detectors will not be measured or paid for directly, but will be subsidiary to this Item. New ground boxes will be paid for under, "Ground Boxes." New loop lead-in cable will be paid for under, "Traffic Signal Cables." 1.45 SPREAD SPECTRUM RADIOS FOR TRAFFIC SIGNALS A. This Item will be measured by each spread spectrum radio, antenna and by the linear foot of cable furnished and installed. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Spread Spectrum Radio", "Antenna" of the type specified, "Coaxial Cable" and "Heliax Cable". The price is full compensation for furnishing, assembling, and installing the spread spectrum radios, antennas, and the cable; for mounting attachments; for testing, labor, tools, equipment and incidentals. 1.46 REMOVING TRAFFIC SIGNALS A. This Item will be measured as each signalized intersection salvaged. A signalized intersection is a group of signals operated by a single controller. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Removing Traffic Signals." This price is full compensation for removing the various traffic signal components; removing the foundations; disposal of unsalvageable material; hauling; and equipment, labor, tools, and incidentals. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01020 01269008 MEASUREMENT AND PAYMENT 01020 - 10 01/09 1 1 I-"- SECTION 01027 APPLICATIONS FOR PAYMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division l - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Procedures for preparation and submittal of Applications for Payment. 1.3 RELATED SECTIONS A. Agreement: Contract Sum/Price and unit prices. B. General Conditions: Progress Payments and Final Payment. C. Section 01020 — Measurement and Payment. D. Section 01028 - Change Order Procedures: Procedures for changes to the Work. E. Section 01330 - Submittal procedures. F. Section 01700 - Contract Closeout. 1.4 FORMAT A. EJCDC 1910-8-E - Application for Payment including continuation sheets when required, or Owner forms, or Owner -approved form of the Contractor. B. For each item, provide a column for listing: Item Number; Description of work; Scheduled Value, Previous Applications; Work in Place; Authorized Change Orders; Total Completed; Percentage of Completion; Balance to Finish; and Retainage. 1.5 PREPARATION OF APPLICATIONS A. Present required information in typewritten form or computer generated Excel Spreadsheet. B. Execute certification by signature of authorized officer. C. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment as specified in Section 0 17 00. 1.6 SUBMITTAL PROCEDURES A. Submit four copies of each Application for Payment. B. Submit an updated construction schedule with each Application for Payment. Payment will not be made until an up-to-date schedule is received. C. Payment Period: Submit at intervals stipulated in the Agreement. i_ 01269008 APPLICATIONS FOR PAYMENTS 01027 - 1 01 /09 1.7 SUBSTANTIATING DATA A. When Engineer requires substantiating information, submit data justifying dollar amounts in question. B. Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01269008 APPLICATIONS FOR PAYMENTS 01027 - 2 01/09 SECTION 01028 CHANG-E-ORDER PROCEDURES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. 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. Document - General Contract Conditions. B. Section 01027 - Applications for Payment. C. Section 01330 - Submittal Procedures. D. Section 01600 - Product Requirements. E. Section 01700 - Contract Closeout. 1.4 SUBMITTALS A. Submit name ofthe individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms: EJCDC 1910-8-B Change Order, Owner's form, or other form approved by Owner. 1.5 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. Provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. 01269008 CHANGE ORDER PROCEDURES 01028 - 1 01 /09 1 i 6. if subcontracted, provide subcontractor documentation according to General Contract �.. Conditions and this specification. Show Contractor markup on subcontractor changes. D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: L Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. Show Contractor markup on subcontractor work. 1.6 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications and a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. 1.7 CONSTRUCTION CHANGE AUTHORIZATION I 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. [3 01269008 CHANGE ORDER PROCEDURES 01028 - 2 01 /09 h 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 1v.., 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. 1.11 EXECUTION OF CHANGE ORDERS i 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 END OF SECTION e, 01269008 CHANGE ORDER PROCEDURES 01028 - 3 O1 /09 SECTION 01039 COORDINATION AND MEETINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Coordination. B. Progress meetings. C. Preconstruction meeting. 1.3 COORDINATION A. Coordinate scheduling, submittals, and work of the various Sections of the Specifications to assure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of de ective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 PRECONSTRUCTION MEETING A. Engineer will schedule a meeting with the required attendees. B. Attendance Required: Owner, Engineer, Contractor and major Subcontractors. C. Agenda: 1. Distribution of executed Contract Documents. 2. Submission of list of Subcontractors, list of products and progress schedule. 3. Designation of personnel representing the parties in Contract and the Engineer. 4. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 5. Schedules. 6. Scheduling activities of construction testing lab. 7. Use of premises by Owner and Contractor. 8. Owner's requirements. 9. Construction facilities and controls provided by Owner. 10. Survey layout. 11. Security and housekeeping procedures. 12. Procedures for testing. 13. Procedures for maintaining record documents. 01269008 COORDINATION AND MEETINGS 01039 - 1 01 /09 14. Inspection and acceptance of equipment or improvements put into service during construction period. 15. Other items as deemed necessary by Owner or Engineer. D. Engineer will record minutes and distribute copies to participants. 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum bi-weekly intervals. B. Engineer will make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Engineer will record minutes and distribute copies to participants. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01269008 COORDINATION AND MEETINGS 01039 - 2 01 /09 SECTION 01100 SUMMARY OF WORK PART 1- GENERAL 1.1 RELATED DOCUMENTS -- A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Work covered by Contract Documents B. Contractor use of site. C. Owner occupancy. _ 1.3 RELATED SECTIONS A. General Conditions. B. Section 01330 — Submittal Procedures. 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock, Lubbock, Texas. Project consists of the reconstruction of Slide Road from 4`h Street (FM 2255) to Loop 289. 1. Location: Lubbock, Texas. 2. Owner: City of Lubbock, Texas. B. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is as described in 1.3(A). 1.5 CONTRACTOR USE OF PREMISES A. General: During the construction period the Contractor shall have full use of the premises for construction operations, including use of the site. The Contractor's use of the premises is limited only by the Owner's right to perform work or to retain other contractors on portions of the Project. B. Use of the Site: Limit use of the premises to work in areas indicated. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in _ which the Work is indicated. 1. Owner Occupancy: Allow for Owner occupancy. 2. Driveways and Entrances: Keep entrances serving the premises clear and available to the Owner, the Owner's employees, and emergency vehicles at all times. PART2-PRODUCTS Not Used 01269008 SUMMARY OF WORK 01100 - 1 01/09 r, PART 3 - EXECUTION Not Used END OF SECTION 1'. 01269008 SUMMARY OF WORK 01100 - 2 01 /09 SECTION 01140 WORK RESTRICTIONS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the ContractfoT Construction, Supplementary Conditions and Division l - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Use of premises. B. Special scheduling requirements. C: ----Working -period-. - D. Utility cutovers and interruptions. E. Noise restrictions. r F. Occupancy requirements. 1.3 USE OF PREMISES A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to within the limits of the construction easement or right-of-way as shown on plans. 2. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to employees and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. a. Schedule construction to minimize obstruction of driveways and entrances. b. Provide commercial and industrial occupants with at least one (1) driveway suitable to traffic in and out of the location when obstructions are inevitable. Some additional requirements are noted on the plans for some affected driveways. 1.4 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the work. B. Permission to interrupt any utility service shall be requested in writing a minimum of 14 calendar days prior to the desired date of interruption. C. The work under this contract requires special attention to the scheduling and conduct of the work in connection with existing operations. Identify on the construction schedule each factor which constitutes a potential interruption to operations. D. The Contractor shall maintain egress/ingress to the Fire Station, located at 2°d Street, at all times. Coordination will be required with Owner, Engineer and Fire Station with all construction and scheduling throughout project duration. Contractor will give a minimum of two weeks notification before any proposed construction phase change or proposed deviation from contract documents. 01269008 WORK RESTRICTIONS 01140 - 1 01/09 1.5 WORKING PERIOD A. Working Hours - Regular working hours shall be within an 11 hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight hour period between 9:00 a.m. and 5:00 p.m. on Saturday. Saturday work shall be restricted to those activities that do not require observation by the Owner. The Owner reserves the right, at the Owner's discretion, to not allow work when it interferes with holiday times and traffic. No work shall be performed on the following holiday periods or days: l . New Year's Day (observed) 2. Memorial Day Holiday (observed) 3. Independence Day Holiday (observed) 4. Labor Day Holiday (observed) 5. Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. 6. Christmas week. If Christmas Day falls on a Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on a Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. B. Work Outside Regular Hours - Work outside regular working hours requires Owner's approval. Make application 21 calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. Based on the justification provided, the Owner may approve work outside regular hours. During periods of darkness, the different parts of the work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. C. The drawings contain specific requirements that affect certain areas of the work. 1.6 NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas and for 24-hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. Contractor shall keep on site OSHA -approved hand portable sound measurement equipment for both the Owner's and the Contractor's use for measuring noise levels. 1.7 ADVANCE NOTICE A. Contractor shall provide a minimum of five business days advance written notice of construction to businesses and residences along the construction route. 1. The advance written notice shall be in the form of a single -page flyer to be placed by hand by the Contractor's forces in mailboxes, door handles or handed to applicable individuals at each route building. 2. The text for the advance written notice will be provided by the Owner in written form and electronic form. 3. Reproduction shall be at the Contractor's expense. 4. Distribution shall be at the Contractor's expense. 5. Single -page flyers shall be of a paper or post -card color other than white to direct the recipient's attention to the information. 01269008 WORK RESTRICTIONS 01140 - 2 01 /09 1 6. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. 7. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect J the time that the city block of interest will be affected by non-trafficability). B. Prior to closing any street or thoroughfare for any length of time, the Contractor shall notify the following a minimum of 5 business days in advance: M1 1. All Emergency Services - Fire, Police, EMS 2. City of Lubbock Solid Waste Department 3. Lubbock Independent School District 4. Durham Transportation 5. TxDOT 6. Lubbock Avalanche Journal rjl 7. Press release for local radio and television stations 1.8 WATER FOR CONSTRUCTION A. Obtaining water for construction is Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. The City will not furnish potable water free of charge for the construction work. Contractor is responsible for any required metering and hauling. C. Water from park area lakes shall not be used for construction. D. This section does not preclude Contractor from seeking other water sources for use in construction. Such water sources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. Monuments and markers shall be protected before construction operations commence. Where construction operations are to be conducted during darkness, the markers shall be visible. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION 01140 01269008 WORK RESTRICTIONS 01140 - 3 01/09 SECTION 01310 PROGRESS SCHEDULES i PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Format. B. Content. - - C. Revisions to schedules. D. Submittals. 1.3 RELATED SECTIONS A. Section 01100 - Summary of Work. B. Section 01027 - Applications for Payment. C. Section 01330 - Submittal Procedures. 1.4 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 1/2 x 11 inches. D. Maintain monthly updates to schedule. i `- 1.5 CONTENT Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. A. Identify each item by specification Section number. B. Provide sub -schedules to define critical portions of the entire Schedule. C. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. _. D. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from Engineer. 1.6 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. 01269008 PROGRESS SCHEDULES 01310 - 1 01/09 C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.7 SUBMITTALS A. Submit initial Schedules within 10 days after date established in Notice to Proceed. After review, resubmit required revised data within 10 days. B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. 1.8 DISTRIBUTION A. Distribute copies of reviewed Schedules to Engineer's project file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01269008 PROGRESS SCHEDULES 01310 - 2 01/09 SECTION 01322 PHOTOGRAPHIC DOCUMENTATION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Periodic construction photographs. 3. Preconstruction videotapes. 4. Periodic construction videotapes. B. Related Sections include the following: 1. Division 1 Section "Unit Prices" for procedures for unit prices for extra photographs. 2. Division 1 Section "Submittal Procedures" for submitting construction photographs. 1.3 SUBMITTALS A. Submit three complete sets of preconstruction photographs or videotape to Engineer. All three sets will be retained by the Owner and the Engineer. 1. Identification: On back of each print, videotape, or CD, provide an applied label or rubber-stamped impression with the following information: a. Name of Project. b. Name and address of photographer. C. Name of Engineer. d. Name of Contractor. e. Date photograph was taken. f. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. 2. Digital Images: Submit a complete set of digital image electronic files with each submittal of prints. Identify electronic media with date photographs were taken. Submit images that have the same aspect ratio as the sensor, uncropped. PART 2 - PRODUCTS Not Used 01269008 PHOTOGRAPHIC DOCUMENTATION 01322 - 1 01/09 PART 3 - EXECUTION 3.1 PHOTOGRAPHS, GENERAL A. Field Office Prints: Retain one set of prints of preconstruction photographs in the field office at Project site, available at all times for reference. Identify photographs the same as for those submitted to Engineer. 3.2 CONSTRUCTION PHOTOGRAPHS A. Preconstruction Photographs: Before starting construction, take color photographs of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Take photographs to show existing conditions adjacent to the property before starting the Work. 2. Take photographs of existing structures either on or adjoining the property to -accurately record the -physical -conditions -at the -start of construction. B. Periodic Construction Photographs: As needed to document damage either directly related to or inadvertently related to the Contractor's operations, photograph the area in question and provide to Engineer. 3.3 CONSTRUCTION VIDEOS, GENERAL A. Narration: Describe scenes on video by audio narration by microphone while video is recorded. Include description of items being viewed, recent events, and planned activities. Describe vantage point, indicating location, and direction (by compass point). 3.4 CONSTRUCTION VIDEOS A. Preconstruction Video: Before starting construction, record video of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Show existing conditions on and adjacent to Project site before starting the Work. 2. Show existing structures either on or adjoining Project site to accurately record the physical conditions at the start of construction. 3. Existing condition videos shall cover the entire project route. 4. Show protection efforts by Contractor. B. Periodic Construction Documentation: As needed to document damage either directly related to or indirectly related to the Contractor's operations, video the area in question and provide to Engineer. END OF SECTION 01322 01269008 PHOTOGRAPHIC DOCUMENTATION 01322 - 2 01 /09 [1 SECTION 01330 SUBMTTAL PROCEDURES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. 1.3 DEFINITIONS A. Action -Submittals: Written and -graphic -information -that requires Owner's or Engineer's responsive action. Submittals may be rejected for not complying with requirements. B. Informational Submittals: Written information that does not require Owner's or Engineer's approval. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other �- submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. B. Submittals Schedule: Comply with requirements in Division 1 Section "Progress Schedules" for list of submittals and time requirements for scheduled performance of related construction activities. C. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Owner's or Engineer's receipt of submittal. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time * if processing must be delayed to permit coordination with subsequent submittals. Owner or Engineer will advise Contractor when a submittal being processed must be delayed for coordination. 2. If more than five submittals are transmitted for review within any five-day period, the time allowed for review will be increased to 21 days. ..• 3. Concurrent Review: Where concurrent review of submittals by Engineer's consultants, Owner, or other parties is required, allow 21 days for initial review of ' each submittal. L 01269008 SUBMITTAL PROCEDURES 01330 - 1 O1/09 4. If intermediate submittal is necessary, process it in same manner as initial submittal. 5. Allow 15 days for processing each resubmittal. Each resubmittal will count toward the submittal count in any five-day period in paragraph l .4.D.2 above. 6. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. D. Identification: Place a permanent label or title block on each submittal for identification. l . Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 x 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Owner or Engineer. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. C. Name and address of Owner. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer, if different than supplier. h. Unique identifier, including revision number. i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Other necessary identification. E. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals. F. Additional Copies: Submit five copies to Owner or Engineer. Submit additional copies if required by Contractor for his work. Unless additional copies are required for final submittal, and unless Owner or Engineer observes noncompliance with provisions of the Contract Documents, initial submittal may serve as final submittal if approved by Owner or Engineer. G. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a consecutively numbered transmittal form. Owner and/or Engineer will discard submittals received from sources other than Contractor. 1. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Owner or Engineer on previous submittals, and deviations from requirements of the Contract _> Documents, including minor variations and limitations. Include the same label information as the related submittal. 2. Include Contractor's certification stating that information submitted complies with J requirements of the Contract Documents. 3. Transmittal Form: Use Contractor's business transmittal form. Provide locations on form for the following information: a. Project name. b. Date. C. Submittal number. d. Destination (To:). e. Source (From:). f. Names of subcontractor, manufacturer, and supplier. r g. Category and type of submittal. h. Submittal purpose and description. i. Submittal and transmittal distribution record. j 01269008 SUBMITTAL PROCEDURES 01330 - 2 O1/09 i_ r -' j. Remarks. k. Signature of transmitter. l H. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, - fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. 1. Use for Construction: Use only final submittals with mark indicating action taken by Owner or Engineer in connection with construction. PART2-PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. 1. Number of Copies: Submit five copies of each submittal, unless otherwise indicated. The five -copies will -be -retained -by -the- Owner-or-Engineer.—Any--additi-ona--copies-- that the Contractor may need for his operations will be in addition to the five copies required. B. Product --Data: Collect -information into a single submittal for each element -of construction and type of product or equipment. 1. if information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings. 2. Mark each copy of each submittal to show which products and options are r applicable. 3. Include the following information, as applicable: a. Manufacturer's product specifications. - b. Manufacturer's installation instructions. C. Standard color charts. d. Manufacturer's catalog cuts. e. Printed performance curves. f. Compliance with recognized testing agency standards. g. Application of testing agency labels and seals. h. Notation of coordination requirements. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. C. Fabrication and installation drawings. i d. Schedules. e. Design calculations. f. Compliance with specified standards. g. Notation of coordination requirements. h. Notation of dimensions established by field measurement. 2. Sheet Size: Submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 11 x 17 inches. 3. Number of Copies: Submit five copies of each shop drawing submittal. Owner and Engineer will retain all five copies. 01269008 SUBMITTAL PROCEDURES 01330 - 3 01/09 2.2 INFORMATIONAL SUBMITTALS A. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. In 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. B. Manufacturer's Field Reports: Prepare written information documenting factory -authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory -authorized service representative making report. �rc 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. D. Construction Videotapes: Comply with requirements in Division 1 Section "Photographic Documentation". 1 PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Owner or Engineer. B. Approval Stamp: Stamp each submittal with a uniform approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 01269008 SUBMITTAL PROCEDURES 01330 - 4 01 /09 i• 3.2 OWNER'S AND ENGINEER'S ACTION A. General: Owner or Engineer will not review subm-ittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. Owner or Engineer will provide an action review sheet and will mark appropriately to indicate action to be taken, as follows: l . No exception taken. 2. Make corrections noted. 3. Revise and resubmit. 4. Rejected. 5. The submittal review by the Engineer indicates that the Engineer checked for: a. General conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing his work in a satisfactory manner. C. Informational Submittals: Owner or Engineer will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. D. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION 01330 01269008 SUBMITTAL PROCEDURES 01330 - 5 01/09 f SECTION 01356 [-, . I - STORM WATER POLLUTION PREVENTION PLAN (SWP3) PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions -of the Contract -for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 GENERAL A. The Contractor shall implement the Storm Water Pollution Prevention measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No. TXR150000. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assessed by TCEQ or EPA for failure to comply with any part of the permit requirements. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. B. The document provided in the plans is to serve as a skeleton for the Storm Water Pollution Prevention Plan and is provided only as a convenience to the Contractor. It is the Contractor's responsibility to ensure that his Storm Water Pollution Prevention Plan is in full compliance with the TPDES permit. The Contractor shall modify the document as necessary to show implementation plans, dates of construction activities, best management practices, inspection reports, and any other information pertinent to the plan or otherwise required to ensure that the plan remains in compliance with permit. C. Fines levied against the Owner by the TCEQ for the Contractor's failure to comply with and maintain the SWP3 shall be paid by the Contractor. D. Storm water must be adequately routed during construction operations in the same general direction as currently occurs. 1.3 EROSION AND SEDIMENT CONTROLS kj A. General 1. Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. Structural practices shall be implemented as specified in the SWP3 and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress 1. Stabilized access to and from the construction site shall be installed as soon as C , practical and in accordance with the SWP3. 2. In all cases, Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform !.. necessary clean-up measures at the end of each work day. 01269008 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 1 01 /09 l C. Silt Fences/Diversion Berms 1. The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). D. Sand/Gravel Bags 1. The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and grubbing, excavation, embankment, and grading) in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). Sand/gravel bags must remain in good condition, or they shall be replaced. E. Site Stabilization 1. Contractor shall disturb the least amount of site area as possible. 2. Stabilization measures may include, but are not limited to, any of the following measures: a. temporary or permanent seeding or sodding, b. mulching, C. geotextiles, d. vegetative buffer strips, e. paving. 3. Stabilization measures shall be implemented in accordance with the SWP3. PART 2 - PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric 1. The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. The filament shall consist of a long -chain synthetic polymer composed of at least 85 percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life at a temperature range of 0 to 120 degrees F. The filter fabric shall meet the following requirements: 01269008 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 2 01/09 FILTER FABRIC FOR SILT FENCE PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30% max. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec-1 AOS (U.S. Std. Sieve) ASTM D 4751 20-100 B. Silt Fence Stakes and Posts 1. The--Contractor--may use -either -wooden -stakes -or -steel -posts -for -fence construction. Wooden stakes utilized for silt fence construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when -pine -is used, and shall have a minimum length of 4 feet. Steel posts- (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of 4 feet. C. Identification Storage and Handling 1. Filter fabric shall be identified, stored and handled in accordance with ASTM D 4873. 2.2 COMPOUNDS FOR STRAW BALES A. Straw Bales 1. The straw in the bales shall be stalks from oats, wheat, rye, barley, rice or from grasses such as Byhalia, Bermuda, etc., furnished in air dry condition. The bales shall have a standard cross section of 14 inches by 18 inches. All bales shall be either wire -bound or string -tied. The Contractor may use either wooden stakes or 3/8" rebar to secure the straw bales to the ground. Wooden stakes utilized for this purpose shall have a minimum dimensions of 2 inches x 2 inches in cross section and shall have a minimum length of 3 feet. Rebar utilized for securing straw bales shall have a minimum diameter of 3/8" and a minimum length of 3 feet. PART 3 - EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. The Storm Water Pollution Prevention Plan (SWP3) will be provided by the Contractor. Contractor must keep a copy of the SWP3 on site at all times. B. A completed Notice of Intent (NOI) form must be submitted a minimum of 48 hours prior to start of construction. No work will be permitted until NOI is filed. C. Contractor shall maintain SWP3 in accordance with the TPDES permit to ensure that the SWP3 reflects current project conditions and remains in compliance with the TPDES permit. 01269008 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 3 01/09 q D. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. E. The Contractor shall furnish Owner with copy of NOI and NOT. END OF SECTION 01356 01269008 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 4 01/09 SECTION 01400 m a. QUALITY REQUIREMENTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. C-onstruction-materials-testing--services-are required -by the -contractor in -order -for- the Engineer to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality -control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's quality - control procedures that facilitate compliance with the Contract Document requirements. 1.3 DEFINITIONS A. Construction Materials Engineering (CME): The assessment of a construction material for quality, appropriateness and acceptability is considered an engineering activity. The _ Contractor will not provide CME services for this project. CME services will be performed by the Engineer. B. Construction Materials Testing (CMT): Within the context of Construction Materials Engineering, CMT includes collecting of samples, performing well-defined test r procedures, and reporting of such data. The Contractor will provide CMT for this project. C. Quality -Assurance Services: Activities, actions and procedures performed by the Contractor before and during execution of the Work. Engineer will determine if the results of the Contractor's activities, actions and procedures are acceptable in guarding against defects and deficiencies and in ensuring that proposed construction complies with requirements. D. Quality -Control Services: Tests, inspections, procedures, and related actions performed by the Contractor during and after execution of the Work with results provided to the Engineer to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. 1.4 SUBMITTALS A. Qualification Data: For individuals employed by Contractor who will perform testing as -' required by the various specification Sections, submit at least 30 days prior to being used on the project the capabilities and experience of such individuals and the types of tests that 01268906 QUALITY REQUIREMENTS 01400 - 1 01/09 t i the individual is qualified to perform. For outside testing agency employed by Contractor, submit at least 30 days prior to being used on the project the name, address and manager of such testing agency and the types of tests that the agency is qualified to perform. Such testing agency shall be acceptable to Owner prior to being used on the project. B. Reports: Prepare and submit written reports within 14 days following the date of the test include the following: Cthat ! 1. Date of issue. 2. Project title and number. 3. Name, address and telephone number of testing agency. If individual employed by Contractor, use Contractor's name, address and telephone number. 4. Dates and locations of samples and tests. 5. Names of individuals making tests. 6. Description of the work and test method. 7. Identification of material, product and specification Section. 8. Complete test data. I i 9. Test results. l 10. Ambient conditions at time of sample taking and testing. 11. Provide a statement indicating if the test passed or failed according to the specified Contract Document requirements and the applicable specification Section. 12. Name and signature of individual performing the test if employee of Contractor, or name and signature of testing agency responsible person. C. Professional Engineer Qualifications: Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Testing Agency or Contractor Employee Qualifications: An agency or Contractor Employee with the experience and capability to conduct testing indicated, according to reference standards, and that has the capability and experience in the types of tests to be performed. ' E. Preconstruction Testing: Testing agency shall perform reconstruction testing with g P P specified requirements for performance and test methods. The Contractor shall not perform preconstruction testing except through a third -party testing agency. F. Testing Agency Responsibilities: Submit written report containing the results of each test to Contractor. State in each report whether tested work passes or fails the specified Contract Document requirements and the applicable specification section. 1.5 QUALITY CONTROL A. Owner Responsibilities: Where quality -control services are indicated as Owner's or Engineer's responsibility, such services may be performed by Owner's own forces or by a qualified testing agency to perform these services. 1. Owner or Engineer will furnish Contractor with names, addresses and telephone numbers of testing agencies engaged by Owner. 2. Owner may elect to have own forces, or a third -party testing agency, observe and report on competency of Contractor's personnel performing quality control testing, inspect and report on Contractor's quality control testing equipment and the calibration of that equipment, and inspect and report on Contractor's procedures for quality assurance of construction materials tests and test reports. 01268906 QUALITY REQUIREMENTS 01400 - 2 O1/09 3. Results from tests performed by Owners forces or third party testing agency remain the property of the Owner. The third party agency personnel are obligated to report — results of such tests only to the -Owner or Engineer, not the Contractor. The Owner or Engineer shall inform the Contractor of such results at their discretion. 4. The Owner shall notify the Contractor of reported deficiencies revealed by the above inspections and observations. The Contractor shall correct such deficiencies. Should 1 such deficiencies remain uncorrected, then the amount of the work represented by a the deficiencies will be deemed as not conforming to the requirements of the contract documents and the specifications. B. Contractor Responsibilities: Provide quality control services required in the various specification Sections. 1. Where third -party testing agency is engaged by Contractor, notify testing agency — sufficiently in advance of the time and date when work that requires testing will be performed. 2. Contractor shall not engage the same testing agencies as the Owner, unless the — Owner agrees in writing to such engagement. 3. Where testing is indicated as Contractor's responsibility, submit written reports in duplicate of each testing service, whether performed by Contractor's personnel or " Contractor -engaged testing agency. Such reports shall include failing tests and retests. 4. Testing requested by Contractor and not required by Contract Documents are Contractor's responsibility. 5. Cooperate with Owner and Engineer for Owner's testing of work. Once the Owner or Engineer has given prior notification to the Contractor that confirmation testing by the Owner is to be performed, the Contractor shall provide or leave in place trench shields, ladders, elevators, lifts, or other equipment or temporary construction related to safety, access, and ingress -egress such that the Owner's testing representative can have safe accessibility to the specific site to be tested. Failure to -- provide these items when confirmation testing is scheduled shall be considered prima facie evidence that the work does not meet specifications and the Owner has the option of withholding payment for the work quantity that the test would ^- represent. 6. Where Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: Regardless of whether original tests were Contractor's responsibility, provide quality -control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests and inspections. 1. Notify Engineer and Contractor promptly of irregularities or deficiencies observed �- in the work during performance of its services. 2. Prepare a test report and state in each report whether tested and inspected work passes or fails the specified requirements. ._ 3. Submit a written report, in triplicate, of each test. 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. _ 5. Do not perform any duties of Contractor. 01268906 QUALITY REQUIREMENTS 01400 - 3 01 /09 I B. Conflicting Requirements: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to Owner or Engineer for a decision before proceeding. 1. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the r_.., minimum within reasonable limits. To comply with these requirements, indicated i numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Owner or Engineer for a decision before proceeding. C. Abbreviations and Acronyms for Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. AASHTO American Association of State Highway and (202) 624-5800 Transportation Officials www.aashto.or ACI American Concrete Institute/ACI International (248) 848-3700 www.aci-int.M ACPA American Concrete Pipe Association (972) 506-7216 www.concrete-pipe.org Al Asphalt Institute (859) 288-4960 www.asphaltinstitute.org AIA American Institute of Architects (The) (800) 242-3837 wvvw.aia.org AISC American Institute of Steel Construction, Inc. (800) 644-2400 www.aisc.org (312) 670-2400 AISI American Iron and Steel Institute (202) 452-7100 xwrw.steel.or� ANSI American National Standards Institute (212) 642-4900 i www.anci.org ASCE American Society of Civil Engineers (800) 548-2723 www.asce.org (703) 295-6300 ASTM American Society for Testing and Materials (610) 832-9585 w•ww.astm.or AWWA American Water Works Association (800) 926-7337 www.awv+-a.ore (303) 794-7711 01269008 REFERENCES 01420 - 2 01 /09 e CDA Copper Development Association Inc. (800) 232-3282 _ www.copper.org (212) 251-7200 CLFMI Chain Link Fence Manufacturers Institute (301) 596-2583 www.chainlinkinfo.com CRSI Concrete Reinforcing Steel Institute (847) 517-1200 www.crsi.ora CS] Construction Specifications Institute (The) (800) 689-2900 wvvw.csinet.ora (703) 684-0300 EJMA Expansion Joint Manufacturers Association, Inc. (914) 332-0040 w%k,w.ejma.or FM Factory Mutual System (See FMG) FMG FM Global (401) 275-3000 (Formerly: FM - Factory Mutual System) -Y ww.f nglobal.com GRI Geosynthetic Research Institute (610) 522-8440 m1"1"-.drexel.edu/ari NRMCA National Ready Mixed Concrete Association (301) 587-1400 www.nrmca.or� NSA National Stone, Sand and Gravel Association (800) 342-1415 wxv-w.aagreaates.org (703) 525-8788 PCI Precast/Prestressed Concrete Institute (312) 786-0300 wwww.pci.org SDI Steel Deck Institute (847) 458-4647 wxv%,'.sdi.ora TPI Turfgrass Producers International (800) 405-8873 w-A-w.turfarasssod.ora (847) 705-9898 UL Underwriters Laboratories Inc. (800) 7044050 www.ul.conl (847) 272-8800 01269008 REFERENCES 01420 - 3 01/09 D. Abbreviations and Acronyms for Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name F of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. BOCA BOCA International, Inc. (800) 2144321 %N,xvw.bocai.M (708) 799-2300 CABO Council of American Building Officials (See ICC) IAPMO International Association of Plumbing and (909) 472-4100 Mechanical Officials (The) w,N. ,.iapmo.org ICBO International Conference of Building Officials (800) 2844406 www.icbo.org (562) 699-0541 ICC International Code Council (703) 9314533 (Formerly: CABO - Council of American Building Officials) vvww.iccsafe.org SBCCI Southern Building Code Congress International, (205) 591-1853 Inc. wyw-%v.sbcpj,pM E. Abbreviations and Acronyms for Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. 01269008 01/09 CE Army Corps of Engineers (601) 634-2355 CRD Standards www'.usace.army.mil CFR Code of Federal Regulations (888) 293-6498 www.access.gpo.gov/nara/cfr (202) 512-1530 EPA Environmental Protection Agency (202) 260-2090 wrww-.epa.gov FED -STD Federal Standard (See FS) FS Federal Specification (Available from DOD, GSA, and NIBS) REFERENCES 01420 - 4 NIST National Institute of Standards and Technology (301) 975-6478 www.nist. gov OSHA Occupational Safety & Health Administration (800) 321-6742 (See CFR 29) (202) 219-5000 www.osh� TCEQ Texas Commission on Environment Quality (806) 796-7092 %�1Ntiv.tceq.state.tx.us (512) 239-1000 TxDOT Texas Department of Transportation (806) 7454411 PART 2 - PRODUCTS Not Used P-AR-T-3 - EXE CUT-110N Not Used ww w. d ot. state.tx. us END OF SECTION 01420 01269008 REFERENCES 01420 - 5 01 /09 SECTION-01500 TEMPORARY FACILITIES AND CONTROLS PART 1- GENERAL 1.1 RELATED DOCUMENTS 1.2 1.3 A. Drawings, General -Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. SUMMARY A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. B. Temporary -utilities include, but arem-ot-timited-to—the-following: 1. Drainage water service. 2. Sanitary facilities, including toilets, wash facilities, and drinking -water facilities. Provide -separate male -and female sanitary facilities. 3. Electric power service. 4. Telephone service. 5. Cellular telephone service. 6. High speed internet service. C. Support facilities include, but are not limited to, the following: 1. Temporary roads and paving. 2. Project identification and signs. 3. Field offices. 4. Storage and fabrication sheds. 5. Construction aids and miscellaneous services and facilities. D. Protection facilities include, but are not limited to, the following: 1. Environmental protection. 2. Stormwater control. 3. Barricades, warning signs and lights. E. Related Sections include the following: 1. Section 0 13 56, "Stormwater Pollution Prevention". 2. Section 01555, "Barricades, Signs and Traffic Handling". 3. Section 02741, "Hot -Mix Asphalt Paving" for construction and asphalt paving for temporary roads and paved areas. USE CHARGES maintenance of A. General: Cost or use charges for temporary facilities are not chargeable to Owner or Engineer and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the following: 1. Owner. 2. Owner's forces. 3. Engineer. 4. Resident Project Representative. 5. Testing agencies. 6. Personnel of authorities having jurisdiction. 01269008 TEMPORARY FACILITIES AND CONTROLS 01500 - 1 01 /09 B. Sewer Service: Pay sewer service use charges for sewer usage by all parties engaged in construction at project site if Contractor connects to City sewer system. C. Water Service: Pay water service use charges, whether metered or otherwise, for water used by all entities engaged in construction activities at Project site. D. Electric Power Service: Pay electric power service use charges, whether metered or otherwise, for electricity used by all entities engaged in construction activities at Project site. 1.4 QUALITY ASSURANCE A. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.5 PROJECT CONDITIONS A. Conditions of Use: The following conditions apply to use of temporary services and facilities by all parties engaged in the Work: 1. Relocate or remove temporary services and facilities as required by progress of the Work. PART2-PRODUCTS 2.1 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Owner or Engineer. Provide materials suitable for use intended. B. Pavement: Comply with Division 2 Section 02741 "Hot -Mix Asphalt Paving". C. Portable Chain -Link Fencing: Minimum 2-inch 9-gage, galvanized steel, chain -link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8-inch- OD line posts and 2-7/8-inch- OD corner and pull posts, with 1-5/8-inch- OD top and bottom rails. Provide galvanized steel bases for supporting posts. D. Water: Potable. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. 01269008 TEMPORARY FACILITIES AND CONTROLS 01500 - 2 01 /09 m3.2 TEMPORARY UTILITY INSTALLATION A. General: Engage appropriate local utility company to install temporary -service or connect to existing service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility K` company recommendations. 1. Provide adequate capacity. 2. Obtain easements to bring temporary utilities to Project site where Owner's easements or property cannot be used for that purpose. B. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If neither sewers nor drainage facilities can be -. lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off -site in a lawful manner. 1. Filter out excessive soil, construction debris, chemicals, oils, and similar contaminants that might clog sewers or pollute waterways before discharge. 2. Connect temporary sewers to municipal system as directed by sewer department -- officials. 3. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. After heavy use, restore normal conditions promptly. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking -water fixtures. Comply with regulations and health codes for type, number, location, operation, and maintenance of fixtures and facilities. 1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Maintain adequate supply. Provide covered waste containers for disposal of used material. D. Electric Power Service: Install electric power service underground, unless overhead service must be used. Provide main service disconnect and overcurrent protection at convenient - - location in conformance with National Electrical Code. E. Telephone Service: Provide temporary telephone service throughout construction period for common -use facilities used by all personnel engaged in construction activities. Install separate telephone line for each field office. 1. Provide additional telephone lines for the following: _- a. In field office with more than two occupants, install a telephone for each additional occupant. b. Provide a dedicated telephone line for each facsimile machine. 2. At each telephone, post a list of important telephone numbers. a. Police and fire departments. b. Ambulance service. E C. Contractor's home office. d. Contractor's field office. e. Contractor's emergency contact number. f. "On -call" personnel. g. Engineers' office. -- h. Owner's office. i. Principal subcontractors' field and home offices. 3. Provide an answering machine or voice mail service on field office telephone. . F. Cellular Telephone Service: Furnish RPR a portable cellular telephone with voice mail capability for use in making and receiving telephone calls when away from field office. -t G. High Speed Internet Service — Provide temporary high speed internet connection throughout the construction period. Connection can be through cable modem or DSL. Provide all equipment necessary for a single point connection to the project computer. 01269008 TEMPORARY FACILITIES AND CONTROLS 01500 - 3 01/09 e 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Locate field offices, storage sheds, sanitary facilities, and other temporary construction and support facilities for easy access. Submit location of these facilities to Owner for approval. 2. Maintain support facilities until near Substantial Completion. Remove before Substantial Completion. B. Traffic Controls: Provide temporary traffic controls at junction of temporary roads with public roads. Include warning signs for public traffic and "STOP" signs for entrance onto public roads. Comply with requirements of authorities having jurisdiction. C. Dewatering Facilities and Drains: Comply with requirements in applicable Division 2 Sections for temporary drainage and dewatering facilities and operations not directly associated with construction activities included in individual Sections. Where feasible, use a same facilities. Maintain Project site, excavations, and construction free of water. D. Project Identification and Temporary Signs: Prepare Project identification signs with the information listed below. Install signs to inform public and persons seeking entrance to Project. Do not permit installation of unauthorized signs. Submit the layout and dimensions of the sign to the Owner. The sign and lettering shall be of sufficient size to be visible and legible at 100 feet distance. l . Provide two project signs to be placed on Slide, north of 4`h Street (FM 2255) and on Loop 289 at Slide. 2. Project sign to include the following information. List all items on separate lines of the sign. a. City of Lubbock, Texas b. Capital Improvements C. Northwest Passage Project: Slide Road. d. Contractor: (include name of contractor and location of their main headquarters) e. Engineer: Parkhill, Smith & Cooper, Inc., Lubbock, Texas f. Project Serving the Citizens of Lubbock, Texas 3. Engage an experienced sign painter to apply graphics for Project identification signs. 4. Prepare temporary signs to provide directional information to construction personnel and visitors. 5. Construct signs of exterior -type Grade B-B high -density concrete form overlay plywood. Support on posts or framing of preservative -treated wood or steel. 6. Paint sign panel and applied graphics with exterior -grade alkyd gloss enamel over exterior pruner. 1 7. Maintain project signs until acceptance of the project. E. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Containerize and clearly label hazardous, dangerous, or unsanitary waste materials separately from other waste. 1. If required by authorities having jurisdiction, provide separate containers, clearly labeled, for each type of waste material to be deposited. t s [1 01269008 TEMPORARY FACILITIES AND CONTROLS 01500 - 4 O1/09 1 1 �= F. Common -Use Field Office: Provide an insulated, weathertight, air-conditioned and heated field office for use as a common facility by all personnel engaged in construction activities; of sufficient size to accommodate required office personnel and meetings of 10 persons at Project site. Contractor shall provide monthly housekeeping service. 1. Furnish and equip office as follows: a. Desk and four chairs, four -drawer file cabinet, a plan table, a plan rack, and h' bookcase. b. Water cooler for drinking water and private toilet complete with water closet, lavatory with hot and cold water, and medicine cabinet with mirror. C. Drinking water for water cooler, disposable cups, toilet paper, paper towels, hand soap, and first aid kit. 2. Maintain field office and repair, as necessary, in a timely manner until acceptance of the project by the Owner. G. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment involved, including temporary utility services as needed. Sheds may be open shelters or fully enclosed spaces on -site. 3.4 PROTECTION FACILITIES INSTALLATION A. Tree and Plant Protection: Comply with requirements in Division 2 Section "Tree and Plant Protection'. 3.5 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage caused by freezing temperatures and similar elements. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. 2. Prevent water -filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. C. Termination and Removal: Remove each temporary facility when need for its service has ended, or no later than Substantial Completion. 1. Materials and facilities that constitute temporary facilities are the property of Contractor. Owner reserves right to take possession of Project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements. END OF SECTION 01500 01269008 TEMPORARY FACILITIES AND CONTROLS 01500 - 5 O1/09 SECTION 01555 BARRICADES, SIGNS AND TRAFFIC HANDLING PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 DESCRIPTION A. This Item shall govern for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. PART2-PRODUCTS 2.1 BARRICADES, SIGNS AND DEVICES A. All barricades, signs and other types of devices listed above shall conform to details shown on the plans or those indicated in the Texas Manual on Uniform Traffic Control Devices (TMUTCD). All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCfIRP) Report 350. 2.2 TEMPORARY PAVEMENT MARKINGS A. Materials, handling and installation shall be in accordance with Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 2004 (TxDOT) Item 662. B. Layout, color and placement shall conform with the TMUTCD and be verified by the Owner's representative before installation. PART 3 - EXECUTION 3.1 GENERAL- A. For this project a Traffic Control Plan (TCP), responsive to the TMUTCD, has been established by the Engineer. The Contractor may propose his own TCP. Contractor - proposed major modifications to the Traffic Control Plan shall bear the seal of a Registered Professional Engineer. If his plan is approved in writing by the Engineer or Owner, it may be used. Prior to beginning work, the Contractor shall designate, in writing, a competent { person who will be responsible and available on the project site or in the immediate area to insure compliance with the TCP. �F 01269008 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 1 01/09 i 32 MAINTENANCE A. All r toege 6v #arc control devices suc as barricades, vertical panels, signs, etc, shall be maintained by cleaning, replacing or a combination thereof such that during darkness and rain the m#meet,vcarakEsl6Dsallequal mexceed the 2#meetiv c#a»ES!§2otraffic industry standard reflective pnls END OF SECTION 01555 01269008 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555.2 01/ 9 SECTION 01576 WASTE MATERIAL DISPOSAL, PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Disposal of waste material and salvageable material. 1.3 RELATED -SECTIONS A. Section 02221 — Removing Existing Pavements. B. Section- 02300 —Earthwork. C. Section 02317 — Excavation and Backfill for Structures. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 — Submittal Procedures. B. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. C. Submit a copy of written permission from property owner, along with description of property, prior to disposal of excess material adjacent to the Project. Submit a written and signed release from property owner upon completion of disposal work. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas, Parkhill, Smith & Cooper, Inc. and Hugo Reed and Associates, Inc., as the entities to be held harmless in any subsequent legal proceeding. Both property permissions and signed releases shall be attested to by a notary public. PART2-PRODUCTS Not Used PART 3-EXECUTION 3.1 SALVAGEABLE MATERIAL A. Excavated Material: When indicated on drawings, load, haul, and deposit excavated material at a location or locations shown on drawings outside the limits of Project. B. Asphalt Pavement and Asphalt Stabilized Base: Conform to requirements in Section 02221 — Removing Existing Pavements. 01269008 WASTE MATERIAL DISPOSAL 01576 - 1 01/09 C. Other Salvageable Materials: Conform to requirements of individual Specification Sections. D. Coordinate the delivery of salvageable material to a specified location with the Engineer. 3.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site in a timely manner and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess soil may be deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from property owner. See Paragraph 1.3 C above. C. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. D. Excess material may be disposed at the West Texas Region Disposal Facility. There may be a tipping fee for construction debris and for excess uncontaminated soil. For a complete list of fees associated with the West Texas Region disposal Facility, please go to the City's website at hgp://solidwaste.ci.lubbock.tx.us/disposal/disfees.htm. There may also be a fee per load for every truck that is not covered properly when coming to the landfill. All tipping fees shall be considered to be included in the Contractor's bid prices in accordance with specification Section 01020. END OF SECTION 01269008 WASTE MATERIAL DISPOSAL 01 S76 - 2 01 /09 I—, SECTION 01600 PRODUCT REQUIREMENTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division l - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.3 RELATED SECTIONS A. General Conditions. B. Information to Bidders: Product options and substitution procedures. C. Section 01400 - Quality Requirements. 1.4 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. 01269008 PRODUCT REQUIREMENTS 01600 - 1 01/09 B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection in a local warehouse. Periodically inspect to assure products are undamaged and are maintained under specified conditions. 8. Materials, products and equipment may be stored offsite in a bonded and insured local warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off site storage facilities may be included in progress pay requests with written approval of the Owner. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.6 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.7 SUBSTITUTIONS A. For bidding purposes as provided in "Information to Bidders". B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: I. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re -approval by authorities. 01269008 PRODUCT REQUIREMENTS 01600 - 2 O1/09 E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision -to the Contract Documents. F. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. 3. The Engineer will notify Contractor, in writing, of decision to accept or reject request. PART 2 - PRODUCTS Not Used PART-3 — E-XE-CU—TION Not Used END OF SECTION 01269008 PRODUCT REQUIREMENTS 01600 - 3 01 /09 SECTION 01700 CONTRACT CLOSEOUT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. 1.3 RELATED SECTIONS A. Section 01500 — Temporary Facilities and Controls. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 01269008 CONTRACT CLOSEOUT 01 /09 01700 - 1 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual -revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. 4. Changes made by addenda and modification. F. Submit documents to Engineer as line segment installation is completed and with claim for final Application for Payment. 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. F. Provide Affidavit of Bills Paid as required by General Contract Conditions and Owner. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01700 01269008 CONTRACT CLOSEOUT 01700 - 2 01 /09 SECTION 02221 REMOVING EXISTING PAVEMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications covers the removal of existing pavements. Included, but not limited to the following are: concrete paving, asphaltic paving, concrete curb and/or gutter; miscellaneous items. 1.3 RELATED SECTIONS A. Section 01576 — Waste Material Disposal. B. Section 02300 — Earthwork. C. Section 02317 — Excavation and Backfill for Structures. D. Section 02741 — Hot -Mix Asphalt Paving. E. Section 03300 — Cast -in -Place Concrete. 1.4 REGULATORY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 01576 — Waste Material Disposal. B. Coordinate removal work with utility companies. PART2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Obtain advance approval from Engineer for dimensions and limits of removal work. B. Identify all utilities below grade. Stake and flag locations. C. Prior to removal of any concrete curb and gutter, Contractor shall survey the section of curb and gutter to determine existing grades and elevations. Submit survey field notes to the Engineer prior to removal of curb and gutter. All curb and gutter to be replaced will be installed to the original grades and elevations unless otherwise shown on the drawings or as approved by the Owner and Engineer. 01269008 REMOVING EXISTING PAVEMENTS 02221 - 1 01 /09 3.2 PROTECTION A. Protect the following from damage or displacement: 1. Adjacent public and private property. 2. Trees, plants, and other landscape features designated to remain. 3. Utilities not designated to be removed. 4. Pavement and utility structures not designated to be removed. 5. Bench marks, monuments, and existing structures not designated to be removed. 3.3 REMOVALS A. Remove pavements and structures by methods that will not damage underground utilities. Do not use a drop hammer near existing underground utilities. B. Minimize amount of earth loaded during removal operations. C. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. Do not break concrete pavement or base with drop hammer unless concrete or base has been saw cut to a minimum depth of 2 inches. D. Where street and driveway saw cut locations coincide or fall within 3 feet of existing construction or expansion joints, break out to existing joint. E. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint. F. Any existing concrete which is damaged or destroyed beyond the neat lines so established shall be replaced at the Contractor's expense. G. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat clean appearance. H. Where reinforcement is encountered in the removed portions of structures to be modified, a minimum of l -foot of steel length shall be cleaned of all old concrete and left in place to tie into the new construction where applicable. I. Existing asphalt pavement and caliche base shall be salvaged and delivered to stockpile area at either (1) Duke Street and Ave R, or (2) 80 Street and Avenue P. Salvage to depth indicated in drawings. Care shall be taken to exclude subgrade soils from the salvaged paving material. Material shall be crushed to a maximum diameter of 2-inches, whether crushed or milled. 3.4 BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02300 — Earthwork or 02317 — Excavation and Backfill for Structures as applicable to the specific portion of the work. 3.5 DISPOSAL A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 01576 — Waste Material Disposal. END OF SECTION 02221 01269008 REMOVING EXISTING PAVEMENTS 02221 - 2 01 /09 SECTION 02300 EARTHWORK PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division l - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications refers to general excavation of various materials at storm sewer inlets, storm sewer outlets, channel grading, subgrade preparation related to paving, -----flexibie-base. -topsoiI other miscellaneous grading -items. For--trenching- specific earthwork and excavations at least five feet deep, refer to Section 02317 - Excavation and Backfill for Structures. 1.3 RELATED SECTIONS A. Related Sections include the following: l . Section 01400 - Quality Requirements. 2. Section 01500 - Temporary Facilities and Controls. 3. Section 02260 - Excavation Support and Protection. 4. Section 02317 - Excavation and Backfill for Structures. 5. Section 02318 - Borrow. 6. Section 03300 - Cast -in -Place Concrete. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft- lb/ft). ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D 1557 (2002) Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft - lbf/ft ) ASTM D1586 (1999) Penetration Test and Split -Barrel Sampling of Soils 01268906 EARTHWORK 02300 - 1 01/09 ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 1.5 DEFINITIONS A. Backfill: Soil materials used to fill an excavation. B. Base Course: Layer placed between the subbase course and asphalt paving. C. Borrow: Satisfactory soil imported from off -site for use as fill or backfill. D. Excavation: Removal of material encountered above subgrade elevations. 1. Additional Excavation: Excavation below subgrade elevations as directed by r Engineer. Additional excavation and replacement material will be paid for according _d to Contract provisions for changes in the Work. 2. Bulk Excavation: Excavations more than 20 feet in width and pits more than 30 feet in either length or width, and not associated with trenching for pipe installation. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. E. Fill: Soil materials used to raise existing grades. F. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. G. Subbase Course: Layer placed between the subgrade and base course for asphalt paving, or layer placed between the subgrade and a concrete pavement or walk. H. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. I. Utilities: Include on -site underground pipes, conduits, ducts, and cables. t J. Suitable Material: Suitable soil materials are those meeting specification requirements. Unsuitable soils meeting specification requirements for suitable soils after treatment with i lime or cement are considered suitable, unless otherwise indicated. K. Unsatisfactory Materials: Materials which do not comply with the requirements for satisfactory materials are unsatisfactory. Unsatisfactory materials also include man-made fills; trash; refuse; backfills from previous construction; and material classified as satisfactory which contains root and other organic matter or frozen material. The Engineer L. shall be notified of any contaminated materials. Cohesionless and Cohesive Materials: Cohesionless materials include materials classified 1 in ASTM D 2487 as GW, GP, SW, and SP. Cohesive materials include materials classified as GC, SC, ML, CL, MH, and CH. Materials classified as GM and SM will be identified as cohesionless only when the fines are nonplastic. Testing required for classifying materials shall be in accordance with ASTM D 4318, ASTM C 136, ASTM D 422, and ASTM D 1140. 01268906 I EARTHWORK 02300 - 2 O1/09 �i M. Degree of Compaction: Degree of compaction required is expressed as a percentage of the maximum density obtained by the test procedure presented in ASTM D 698 or ASTM D 1557 as designated in the Contract Documents abbreviated as a percent of laboratory maximum density. Procedure A, B or C shall be applied as applicable along with corrections according to ASTM D 4718. For free draining soils, use maximum reference density according to ASTM D 4253. N. Topsoil: Material suitable for topsoils obtained from offsite areas or the top 3 feet of excavated material shall be defined as clean and uncontaminated soils capable of sustaining plant life. 1.6 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 for each site of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for each on -site or borrow soil material. 1.7 QUALITY ASSURANCE A. Refer to Section 01400 — Quality Requirements. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. Refer to Section 02318 — Borrow. B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or a combination of these group symbols; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. Satisfactory soils should have a liquid limit of 45 maximum and a plasticity index of 15 maximum. C. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT, or a combination of these group symbols. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Backfill and Fill: Satisfactory soil materials. E. Subbase: Satisfactory soils. F. Flexible Base: 1. The material for flexible base shall consist of crushed caliche (limestone, calcareous clay particles, conglomerate, gravel, or other approved granular materials) produced from oversized quarried aggregate, sized by crushing and produced from a naturally occurring single source except that blending of clean crushed concrete will be allowed. Blended material must meet requirements for flexible base as defined in this and other sections. The material source shall be subject to approval by the Engineer. If material characteristics within the approved source change, the material shall be subject to retesting and re -approval prior to continued use. The Contractor shall not change material sources without approval by the Engineer. 01268906 EARTHWORK 02300 - 3 01 /09 2. Flexible base material shall conform to the following test requirements: Sieve -Analysis Sieve Size 2-1/2" 1-3/4" 7/8" ''/Z" #4 #40 % retained 0 0-10 10-35 30-50 45-65 70-85 Atterberg Limits Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements: Liquid Limit 45 maximum Plasticity Index 15 maximum and 3 minimum Linear Shrinkage 10 maximum Wet Ball Mill When tested in accordance with Tex- 116-E (Wet Ball Mill) the material shall have a value not to exceed 55. The percent of material passing the No. 40 sieve shall not increase by more than 25 during the test. G. Subgrade: Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off site soil, free from vegetation or other objectionable matter. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. The material shall be suitable for forming a stable embankment and shall meet the following requirements: Liquid Limit 45 maximum Plasticity Index 15 maximum Linear Shrinkage 2 min — 10 max Subgrade material which does not meet the above requirements may be conditioned with lime or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements. 2.2 ACCESSORIES A. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities uncovered during prosecution of the work, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: 1. Red: Electric. 2. Yellow: Gas and oil. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. B. Warning tape to be placed within 3 feet of ground surface. 01268906 EARTHWORK 02300 - 4 01 /09 PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Protect subgrades and foundation soils against freezing temperatures or frost. C. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.2 STRIPPING OF TOPSOIL A. Topsoil will be separately excavated, stored, and used for surface finish in preparation for seeding, sodding, or other planting, only where topsoil is definitely superior for grass and plant growth as compared with the remainder of the excavated material. In general, this shall be considered as the top 6 inches of excavated material. Surface soil that is heavy clay, predominantly sandy, or is lean in grass -and plant -growth qualities, will not be saved. The hauling, spreading, smoothing, and maintenance of the topsoil in preparation for the seeding and planting operations are generally considered under a separate section, and therefore are not considered in this specification. B. Special consideration is required for topsoil salvage in cultivated farm land. See Section 02317 — Excavation and Backfill for Structures, and Section 02320 — Backfill Materials for Structures. 3.3 FROZEN MATERIAL A. Soils shall not be placed on a foundation which contains frozen material, or which has been subjected to freeze -thaw action. This prohibition encompasses all foundation types, including the natural ground, all prepared subgrades (whether in an excavation or on an embankment) and all layers of previously placed and compacted earth fill which become the foundations for successive layers of earth fill. All material that freezes or has been subjected to freeze -thaw action during the construction work, or during periods of temporary shutdowns, such as, but not limited to, nights, holidays, weekends, winter shutdowns, or earthwork operations, shall be removed to a depth that is acceptable to the Engineer and replaced with new material. Alternatively, the material will be thawed, dried, reworked, and recompacted to the specified criteria before additional material is placed. The Engineer will determine when placement of fill or backfill shall cease due to cold weather. The Engineer may elect to use average daily air temperatures, and/or physical observation of the soils for his determination. Embankment material shall not contain frozen clumps of soil, snow, or ice. 3.4 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks, pavements and similar paths to indicated cross sections, elevations, and grades. 3.5 EXCAVATION FOR STORM SEWER A. Refer to Section 02317 — Excavation and Backfill for Structures. 01268906 EARTHWORK 02300 - 5 01/09 d 3.6 SUBGRADE PREPARATION A. Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the Engineer, by scarifying and compacting to a minimum of 95% of Standard Proctor Density at a moisture content within 2% of optimum. Subgrade shall be constructed in maximum of 6 inch lifts. The total thickness of the subgrade shall be 12 inches minimum for thoroughfares and streets greater than 36 feet in width and 6 inches minimum for all other streets, or as indicated on plan sheets. The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. After each lift of subgrade is complete, tests will be made by Contractor with respect to moisture and density using nuclear testing equipment. At any time the Engineer may require proof rolling to test the uniformity of compaction. For 12-inch subgrade preparation in earth cuts, excavate to top of finish subgrade which will be the limit of payment for excavation. Remove the first 6 inches of material and wind row then scarify and compact to a uniform depth at least 12 inches below finish subgrade elevation. Once this first lift meets the testing requirements stated above then the remaining 6 inches of material may be laid back in place to compact and return to finish subgrade elevation. Any fill placed within existing or proposed street right-of-way in execution of an approved cut and fill plan shall meet these requirements for materials and construction. Subgrade not covered with base or other paving material within 7 days of meeting required density may be subject to retesting and reprocessing as determined by the Engineer. 3.7 UNSUITABLE MATERIAL A. If unsuitable material is encountered during subgrade preparation regardless of how it is discovered, the Contractor shall take corrective action as directed by the Engineer. If removal and replacement of the material is required or if drying is required deeper than 6 inches below subgrade it will be considered over excavation and paid for separately. Contractor shall back fill any over excavation with suitable material and compact to 95% of Standard Proctor Density at a moisture content within 2% of optimum in accordance to ASTM D698. 3.8 FLEXIBLE BASE CONSTRUCTION A. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. B. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. Processing shall be accomplished in multiple lifts of 3 inches compacted thickness. Each course shall be wetted and rolled as required to produce a uniform compaction of 95% of Standard Proctor Density at a moisture content 1 % to 2% below optimum. C. Completed flexible base shall be cured for at least 7 days before finishing. During the curing period the street may be opened to traffic. The base shall be maintained by blading, watering, or other methods until the wearing surface is placed. 01268906 EARTHWORK 02300 - 6 01 /09 D. The compacted flexible base shall be finished and shaped immediately preceding the application of the surface treatment. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing material as required, reshaping, and recompacting, or other methods approved by the Engineer. E. Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-section, using a 10 foot long straight edge, shall be corrected as provided above. 3.9 STORAGE OF SOIL MATERIALS A. Stockpile satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover or spray with dust suppressant to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of trees. 3.10 UTILITY TRENCH BACKFILL A. Refer to Section 02317 — Excavation and Backfill for Utilities. 3.11 FILL A. Preparation: Remove vegetation, topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills. B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. C. Place and compact fill material to required elevations as directed in 3.13 COMPACTION OF FILL using satisfactory soil material. 3.12 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that ! exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.13 COMPACTION OF FILLS A. Place fill materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Each layer of backfill or fill material should be compacted to a minimum of 95% of Standard Proctor Density at a moisture content within 2% of optimum. 01268906 EARTHWORK 02300 - 7 01 /09 3.14 TESTING A. Testing Agency: Contractor shall perform construction materials testing in conformance with Section 01400 — Quality Requirements. Owner may conduct independent testing. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after Engineer has verified that test results for previously completed work comply with requirements. C. Testing agency will test compaction of soils in place according to ASTM D 1556 and ASTM D 2922, as applicable. Tests will be performed at the following locations and frequencies: 1. Paved Areas: At subgrade and at each compacted fill layer, at least one test for every 5000 sq. ft. or less of paved area, but in no case fewer than three tests. 2. Trench Backfill: Refer to Section 02317 — Excavation and Backfill for Structures. D. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. Contractor shall be responsible for paying for failing tests conducted by Owner. Such failing tests shall include pro-rata technician time charges, pro-rata mileage expense and other pro -rated agency charges. 3.15 GRADING A. General: Uniformly grade areas to a smooth surface free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1 inch. 2. Walks: Plus or minus 1 inch. 3. Pavements: Plus or minus 3/8 inch. 3.16 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash, debris and excess weeds. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 01268906 EARTHWORK 02300 - 8 01/09 I i � 317 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus sa{Sl Ado9 silts d »Sk m«eria,including unsatisfactory F\ si|trash, and dbiS and lglyldispose oitoff Owner's property according mSection 01576 — Waste Mkena Disposal. � END OFSECTION 0]0 � [\ � E, � � � � � [\ (\ � � � � � O1280 EARTHWORK O10.9 O1m9 SECTION 02317 EXCAVA-T-ION AND BACKFILL FOR STRUCTURES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division l - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of structures, including storm sewers, ---culverts,-manhoi-es-and-other-pipeline-structures. 1.3 RELATED SECTIONS A. Section 01330 — Submittal Procedures. B. Section 01400 — Quality Requirements. C. Section 01500 — Temporary Facilities and Controls. D. Section 01555 —Barricades, Signs and Traffic Handling. E. Section 02221 — Removing Existing Pavements. F. Section 02300 — Earthwork. G. Section 02318 — Borrow. H. Section 02320 — Backfill Materials for Structures. 1.4 DEFINITIONS A. Pipe Foundation: Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Pipe Bedding: The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under 1/3 of the pipe O.D. C. Haunching: The material placed on either side of pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. For flexible wall pipe, the haunching material extends to a minimum of 12" above the top of the pipe. 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. 01269008 EXCAVATION AND BACKFILL FOR STRUCTURES 01 /09 02317 - 1 H. Surface Water Control: Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. I. Excavation Drainage: Removal of surface water in trench by sump pumping or other approved means. J. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. 1. Dry Stable Trench: Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. 2. Stable Trench with Seepage: Stable trench in which ground water seepage is controlled by excavation drainage. a. Stable Trench with Seepage in Clayey Soils: Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. b. Stable Wet Trench in Sandy Soils: Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. 3. Unstable Trench: Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving or loss of density. K. Subtrench: Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. L. Trench Dam: A placement of low permeability material in pipe embedment zone or foundation to prohibit ground water flow along the trench. M. Over -Excavation and Backfill: Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. N. Foundation Backfill Materials: Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. 1.5 REFERENCES A. ASTM D 558 - Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-lb (2.49-kg) Rammer and 12-in. (304.8-mm) Drop. C. ASTM D 1556 - Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 - Classification of Soils for Engineering Purposes. E. ASTM D 2922 - Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 - Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex- 101-E - Preparation of Soil and Flexible Base Materials for Testing. 01269008 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 2 01/09 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, manhole, or other structures. 1.7 SUBMITTALS A. Conform to Section 01330 - Submittal Procedures. B. Submit a written description for information only of the planned typical method of excavation, backfill placement and compaction, including: 1. Sequence of work and coordination of activities. 2. Selected trench widths. 3. Procedures for foundation and embedment placement, and compaction. 4. Procedure for use of trench boxes and other premanufactured systems while assuring specified compaction against undisturbed soil. C. Submit a surface water control plan in accordance with requirements in this Section. D. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 - Backfill Materials for Structures. E. Submit record of location of storm sewer installed, referenced to survey control points. Include locations of utilities encountered that are not shown on Drawings or rerouted for the convenience of the Contractor. Give stations, NAD 83 state plane coordinates, NAVD 88 elevations, inverts, and gradients of installed storm sewer. F. Submit field density tests results. G. 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- Backfill Materials for Structures. B. Once within pavement subgrade depth under paved areas, perform field density tests of subgrade at the frequency specified in Section 02300 — Earthwork. C. The Owner will perform his own check of field densities at random intervals at Owner's expense for passing tests. Failing tests will be charged to the Contractor. PART 2-PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. B. Use only hand -operated tamping equipment until a minimum cover of 12 inches is obtained over pipes, conduits, and ducts. Do not use heavy compacting equipment until j adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use J vibratory equipment until 5 feet of cover over pipes, conduits and ducts is obtained. Do not use vibratory equipment if adjacent structures are affected. ! `! i` 01269008 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 3 01 /09 C. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. D. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other, existing structures either above or below ground; in such instances hand methods shall be employed. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 02320 - Backfill Materials for Structures. PART 3 - EXECUTION 3.1 PREPARATION A. Establish traffic control to conform with requirements of Section 01555 — Barricades, Signs and Traffic Handling and -the Drawings. B. Perform work to conform with applicable safety standards and regulations. C. Immediately notify the agency or company owning any existing utility line which is Ldamaged, broken, or disturbed. Obtain approval from the Owner and agency for any repairs -, or relocations, either temporary or permanent. D. --Remove existing pavements and structures, including sidewalks and driveways, to conform with requirements of Section 02221 - Removing Existing Pavements. E. Maintain permanent benchmarks, monumentation, and other reference points. Unless otherwise directed in writing, replace those which are damaged or destroyed. 3.2 PROTECTION A. The Contractor shall locate all existing underground lines within construction limits, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto. Conflicting utilities should be relocated by others prior to construction. Verification of location, size and burial depth of existing utilities shall be the complete responsibility of the Contractor. B. The Contractor shall protect existing structures, and other permanent objects outside of grading limits and within the grading limits as designated on the Drawings. C. Contractor shall protect and support above -grade and below -grade utilities which are to remain. D. Contractor shall restore damaged permanent facilities to pre -construction conditions, at the Contractors expense, unless replacement or abandonment of facilities are indicated on the Drawings. E. Contractor shall implement measures to minimize erosion of trenches. Do not allow water to pond in trenches. Where slides, washouts, settlements, or areas with loss of density or pavement failures occur, repair, recompact, and repave those areas at no additional cost to Owner. F. The Contractor is responsible for notifying pipeline and cable utility owners of his intention of crossing their utility no less than seven days prior to crossing the utility. 01269008 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 4 01/09 3.3 EXCAVATION A. Perform excavation work so that pipe, conduit, and ducts can be installed to depths and alignments shown on the Drawings. Avoid disturbing surrounding ground and existing facilities and improvements. B. Structural excavation quantities have been determined based on dimensions shown in the Drawings C. Salvage topsoil in unpaved areas for later re -introduction into surface of trench. In roadside ditch areas, topsoil will be considered to be the soil above the uppermost calcium carbonate caliche layer. Depth of topsoil will vary. Excavate topsoil and keep separate from other excavated soil. Excavate with smooth -lip excavator bucket if necessary to avoid intermixing with caliche and undesirable soils. Stockpile topsoil separately from other excavated materials. D. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. 3.4 HANDLING EXCAVATED MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming with Section 02320 - Backfill Materials for Structures. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. B. When required, provide additional backfill material conforming with requirements of Section 02318 - Borrow. C. Do not place stockpiles of excess excavated materials on streets and adjacent properties except as approved by Owner prior to excavation operations. Protect excess stockpiles for use on site. Maintain site conditions in accordance with Section 01500 - Temporary Facilities and Controls. D. Protect topsoil from intermixing with undesirable materials. E. All surplus or unsuitable materials shall be loaded and wasted at the Contractor's expense. 3.5 TRENCH FOUNDATION A. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. _ B. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. C. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench it shall be removed to a depth of six inches below grade, refilled with approved material, and thoroughly compacted. 3.6 PIPE EMBEDMENT, PLACEMENT, AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place pipe bedding and backfill as shown on Drawings. 01269008 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 5 O1/09 11 y C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing when compacted. Do not allow materials to free -fall from heights greater than 24 inches above top of pipe. D. For cement stabilized backfill, vibrate with concrete vibrator to consolidate material under haunches. Use minimum two-inch diameter vibrator, vibrate backfill continuously along ( entire length of pipe leaving no unconsolidated lengths or areas. if compaction is required ! 5' to fill all voids with cement stabilized backfill, then hand operated tampers may be used. 3.7 TRENCH ZONE BACKFILL PLACEMENT AND COMPACTION A. Place backfill for pipe or conduits and restore surface as soon as practicable. Leave only the minimum length of trench open as necessary for construction. B. Place trench zone backfill in lifts and compact by methods selected by the Contractor. Fully compact each lift before placement of the next lift. 1. Cement Stabilized Backfill. a. Place in depths as shown on plans. b. Use vibratory equipment to ensure placement under the haunches of the pipe. C. Backfilling of the remaining trench depth after cement stabilized backfill has been placed shall not commence until the in -place cement stabilized backfill has attained a penetration resistance reading of at least 30 when measured with a soil penetrometer according to ASTM D 1558 and using one -tenth square -inch needle. This equates to a penetration resistance of approximately 300 pounds per square inch. This is not a strength requirement for the cement stabilized backfill, but a measure of the degree of curing of the cement stabilized backfill. After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then compacted backfill operations may commence. The contractor shall furnish and have on site a calibrated ASTM D 1558 soil penetrometer with one -tenth square -inch needle. The Contractor shall take no less than four penetrometer readings, equally spaced on both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each day's trench length that is planned for controlled density backfill operations. Such readings shall be taken prior to commencing backfill operations. 2. Bedding Material a. Sand bedding shall be loosely placed in trench as shown on Drawings. 3.8 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.9 FIELD QUALITY CONTROL ` A. Test for material source qualifications as defined in Section 02320 - Backfill Materials for Structures. 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. 01269008 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 6 01 /09 D. One test for moisture -density relationship will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. In -place density tests of soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. 1. A minimum of one test for every 100 linear feet of compacted pipe foundation. 2. One test for every 12" lift of backfill material outside of trench zone., j 3. One test on all precast inlet foundations. 4. The number of tests will be increased if inspection determines that soil type or 1 moisture content are not uniform or if compacting effort is variable and not P g � considered sufficient to attain uniform density, as specified. 5. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. 6. Two verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. 7. Recompacted placement will be retested at the same frequency as the first test series, including verification tests. F. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. 3.10 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 - Waste Material Disposal END OF SECTION 02317 01269008 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 7 01/09 I I t f SECTION 02318 BORROW PART 1- GENERAL 1.1 RELATED DOCUMENTS - A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This portion of the specifications shall consist of the removal and proper utilization of materials secured from sources obtained by the contractor and approved by the Engineer. 1.3 RELATED SECTIONS A. Related Sections include -the following: 1. Section 01400 — Quality Requirements. 2. Section 02300 - Earthwork. 3. Section 02317 - Excavation and Backfill for Structures. 4. Section 02920 - Lawns and Grasses. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) --' ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft) ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D 2487 2000 Classification of Soils for Engineering Purposes (Unified ( ) g g rP � Soil Classification System) ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) . ; ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) 01269008 BORROW 02318 - 1 01 /09 I 1­1 ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils I 1.5 DEFINITIONS A. Refer to Section 02300 - Earthwork and Section 02317 - Excavation and Backfill for Structures. 1.6 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for borrow soil material. PART 2-PRODUCTS 2.1 MATERIALS A. Class A (Select Borrow): This material shall consist of sand or other suitable granular material, free --from vegetation or other -objectionable matter- and reasonably free from lumps of earth, and when tested by ASTM laboratory methods, shall meet the following requirements: 1. The liquid limits shall not exceed 45. 2. The plasticity index shall not be less than 4 nor more than 15. B. Class B: This material shall consist of suitable non -swelling (soils with a plasticity index less than 20) earth material such as loam, clay or other such materials that will form a stable embankment. C. Topsoil: This material shall consist of approved topsoil material and shall be clean, friable soil capable of supporting plant life. This material shall also be free of stones and all other debris. Topsoil for a particular location shall closely match the original topsoil removed from that particular location in terms of color, Atterberg limits and texture. PART 3 - EXECUTION 3.1 METHODS OF CONSTRUCTION A. Prior to commencing this work, all erosion control and environmental measures required shall be in place. B. Use all suitable materials removed from excavation insofar as practicable. C. All complicated excavation grade work shall conform to the established alignment, grades, and cross-section required of the Contractor by the borrow pit owner. D. Contractor shall arrange for borrow from one of the following sources: l . Existing borrow pit. 2. New borrow pit. 3. Surplus excavated material from a site which has all required permits. E. Contractor shall notify Engineer 3 weeks prior to opening pit to permit necessary testing for approval of materials. All borrow sites shall comply with the requirements of the permit. 01269008 BORROW 02318 - 2 01/09 �f F. During construction, keep borrow sources drained insofar as practicable to permit final cross sections to be taken, when required. G. Maintain borrow sites to minimize the impact on the appearance of -the natural topographic 3' features and at no time create a potential hazard to the public. END OF SECTION 02318 01269008 BORROW 02318 - 3 O1/09 SECTION 02320 BACIKFILL MATERIALS FOR STRUCTURES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section of the specifications covers materials related to the backfill of structures. Included are the following: 1.--Sand-bedding. 2. Cement stabilized backfill. 3. Lean concrete backfill. 4. Native soil materials. 5. Topsoil. 1.3 RELATED SECTIONS A. Section 01330 — Submittal Procedures. B. Section 01400 — Quality Requirements. C. Section 02300 — Earthwork. D. Section 02317 — Excavation and Backfill for Structures. E. Section 02318 —Borrow. 1.4 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Structures 1.5 REFERENCES A. ASTM C 33 - Specification for Concrete Aggregate. B. ASTM C 40 - Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 - Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 - Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 - Test Method for Sieve Analysis of Fine and Coarse Aggregates. 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. 01269008 BACKFILL MATERIALS FOR STRUCTURES 02320 - 1 01/09 L. ASTM D 4643 - Method for Determination of Water (Moisture) Content of Soil -by the Microwave Oven Method. M. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex-104-E - Test Method for Determination of Liquid Limit of Soils (Part 1) O. TxDOT Tex- 106-E - Test Method - Methods of Calculating Plasticity Index of Soils. P. TxDOT Tex- 110-E - Determination of Particle Size Analysis of Soils. 1.6 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials to comply with Paragraph 2.2, Materials Testing and Section 02318 - Borrow. D. Before stockpiling materials, submit a copy of temporary easement or approval from landowner for stockpiling backfill material on private property. E. For each delivery of material, provide a delivery ticket which includes source location. 1.7 TESTS A. Perform tests of sources for off -site backfill material in accordance with Paragraph 2.2 and Section 02318 - Borrow. B. Verification tests of backfill materials may be performed by the Owner, at Owner's expense; however, failing tests will be charged to the Contractor and deducted from Contractor's progress payments. PART 2 - PRODUCTS 2.1 MATERIAL DESCRIPTIONS A. Sand Bedding 1. Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C33. 2. Gradation shall conform to ASTM C 13 6 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 E 01269008 BACKFILL MATERIALS FOR STRUCTURES 02320 - 2 01/09 B. Cement Stabilized Backfill 1. Cement content 2 sack mix per cubic yard. 2. Water -to -cement ratio = .6 to 0.75 with -slump not to exceed three (3) inches. 3. Maximum aggregate size shall not exceed 1.5-inch diameter for backfilling pipe sizes 48 inches and greater in diameter. 4. Maximum aggregate size shall not exceed one -inch diameter for backfilling pipe sizes less than 48 inches in diameter. C. Native Soil Material for Backfill l . Provide backfill material that is free of stones greater than 6 inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. D. Topsoil 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, 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 in accordance with Section 02920 - Lawns and Grasses. 3. Use topsoil material salvaged under Section 02317 - Excavation and Backfill for Structures of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non - paved areas. E. It is the intent that materials excavated from trench or cut and cover operations be used as backfill in the same general open cut location. There is not a specification limit on liquid limit, plastic limit or plasticity index for native materials removed from a trench and then used as backfill in that same trench. Native backfill materials shall meet the requirements of paragraph 2.1.D. Where material must be imported to bring a trench to grade, then the material requirements of paragraph 2.1.F.2 shall be followed. Where street flexible base is involved, the flexible base shall meet the requirements of Section 02300. 2.2 MATERIAL TESTING A. Ensure that material selected, produced and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. _ B. Source or Supplier Qualification. Perform testing, or obtain representative tests by F, 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.1 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 _J 01269008 BACKFILL MATERIALS FOR STRUCTURES 02320 - 3 01 /09 it 1 �- 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. 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-E-ngineer--before-delivery-is- started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing -after delivery. -Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations for practical material handling and control, and verification testing by the Engineer in advance of final placement. Obtain approval from landowner for storage of backfill material on adjacent private property. B. When stockpiling backfill material near the project site, use appropriate covers to eliminate blowing of materials into adjacent areas and prevent runoff containing sediments from entering the drainage system. C. Cement stabilized backfill and lean concrete backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. 3.3 FIELD QUALITY CONTROL A. Quality Control l . 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. 01269008 BACKFILL MATERIALS FOR STRUCTURES 02320 - 4 01/09 41 B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with --Owner and Engineer in allowing access to materials. END OF SECTION 02320 01269008 BACKFILL MATERIALS FOR STRUCTURES 02320 - 5 01 /09 SECTION 02518 INTERLOCKING CONCRETE PAVERS PART 1- GENERAL 1.1 SECTION INCLUDES A. Concrete paver units. B. Bedding and joint sand. 1.2 REFERENCES A. American Society of Testing and Materials (ASTM): 1. C 33, Specification for Concrete Aggregates. 2. C 136, Method for Sieve Analysis for Fine and Coarse Aggregate. 3. C 140, Sampling and Testing Concrete Masonry Units. 4. C 144, Standard Specification for Aggregate for Masonry Mortar. 5. C 936, Specification for Solid Interlocking Concrete Paving Units. 6. C 979, Specification for Pigments for Integrally Colored Concrete. 7. D 698, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 5.5-lb (2.49 kg) Rammer and 12 in. (305 mm) drop. 8. D 1557, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 10-1b (4.54 kg) Rammer and 18 in. (457 mm) drop. 9. D 2940, Graded Aggregate Material for Bases or Subbases for Highways or Airports. 1.3 QUALITY ASSURANCE A. Manufacturer: Company specializing in the manufacture of concrete interlocking pavers for a minimum of three (3) years. B. Installation shall be by a contractor and crew with at least one (1) year of experience in placing interlocking concrete pavers on projects of similar nature or dollar cost. C. Installation Contractor shall conform to all local, state/provincial licensing and bonding requirements. 1.4 SUBMITTALS A. Submit product drawings and data. B. Submit full size sample sets of concrete paving units to indicate color and shape selections. Color will be selected by Landscape Architect from manufacturer's available colors. C. Submit sieve analysis for grading of bedding and joint sand. D. Submit test results from an independent testing laboratory for compliance of paving unit requirements to ASTM C 936. E. Substitutions: Substitutions shall be submitted 10 days prior to bid opening for acceptance. 01269008 INTERLOCKING CONCRETE PAVERS 02518 - 1 01 /09 1.5 MOCK-UPS A. Install an approximate 7 ft. x 7 ft. paver area. This area will be used to determine surcharge of the bedding sand layer, joint sizes, lines, laying pattern(s), color(s), and texture of the job. This area shall be the standard from which the work will be judged. Consideration shall be given with regard to differences in age of materials from time of mock-up erection to time of actual product delivery. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver concrete pavers to the site in steel banded, plastic banded, or plastic wrapped cubes capable of transfer by fork lift or clamp lift. Unload pavers at job site in such a manner that no damage occurs to the product. B. Sand shall be covered with waterproof covering to prevent exposure to rainfall or removal by wind. The covering shall be secured in place. C. Coordinate delivery and paving schedule to minimize interference with normal use of buildings --adjacent to -paving: 1.7 ENVIRONMENTAL CONDITIONS A. Do not install sand or pavers during heavy rain or snowfall. B. Do not install sand and pavers over frozen base materials. C. Do not install frozen sand. PART 2 - PRODUCTS 2.1 CONCRETE PAVERS A. Concrete pavers shall be supplied by Pavestone Company. 1. D/FW, TX: 817.481.5802 2. San Antonio/Austin, TX: 512.558.7283 3. Dallas Service Center: 972.404.0400 B. Product names shall be: 1. Holland Stone 60MM (3-7/8" x 7-13/16" x 2-3/8"). Color: "Old Town Blend." C. Pavers shall meet the following requirements set forth in ASTM C 936, Standard Specification for Interlocking Concrete Paving Units: 1. Average compressive strength of 8,000 psi (55 MPa) with no individual unit under 7,200 psi (50 MPa). 2. Average absorption of 5% with no unit greater than 7% when tested in accordance with ASTM C 140. 3. Resistance to 50 freeze -thaw cycles when tested in accordance with ASTM C 67. D. Pigment in concrete pavers shall conform to ASTM C 979. E. Material shall be manufactured in individual layers on production pallets. F. Materials shall be manufactured to produce a solid homogeneous matrix in the produced unit. 01269008 INTERLOCKING CONCRETE PAVERS 02518 - 2 01/09 - 2.2 VISUAL INSPECTION A. All units shall be sound and free of defects that would interfere with the proper placing of unit or impair the strength or permanence of the construction. B. Minor cracks incidental to the usual methods of manufacture, or chipping resulting from customary methods of handling in shipment and delivery, shall not be deemed grounds for j rejection. 2.3 SAMPLING AND TESTING A. Manufacturer shall provide access to lots ready for delivery to the Owner or his authorized representative for testing in accordance with ASTM 936 82 for sampling of material prior to commencement of paver placement. B. Manufacturer shall provide a minimum of three (3) years testing backup data showing manufactured products that meet and exceed ASTM 936-82 when tested in compliance with ASTM C-140. C. Sampl-ing-Shull-be-r-andem-w-ith a--minimum-of-nine-(9) specimens-per-20;000-sq—ft. per product shape and size with repeated samples taken every additional 20,000 sq. ft. or a fraction thereof. D. Test units in accordance with A--S-TM for compressive strength, -absorption and -dimensional tolerance. A minimum of three (3) specimens per test required for an average value. Testing of full units is preferred. 2.4 REJECTION A. In the event the shipment fails to conform to the specified requirements, the manufacturer may sort it, and new test units shall be selected at random by the Owner from the retained lot and tested at the expense of the manufacturer. if the second set of test units fails to conform to the specified requirements, the entire lot shall be rejected. 2.5 EXPENSE OF TESTS A. The expense of inspection and testing shall be borne by the Owner. 2.6 BEDDING AND JOINT SAND A. Bedding and joint sand shall be clean, non -plastic, free from deleterious or foreign matter. The sand shall be natural or manufactured from crushed rock. Limestone screenings or stone dust shall not be used. When concrete pavers are subject to vehicular traffic, the sands shall be as hard as practically available. I3 01269008 INTERLOCKING CONCRETE PAVERS 02518 - 3 01/09 B. Grading of sand samples for the bedding course and joints shall be done according to ASTM C136. The bedding sand shall conform to the grading requirements of ASTM C 33 as shown in Table 1. Table 1 Grading Requirements for Bedding Sand ASTM C 33 Sieve Size Percent Passing 3/8 in. (9.5 mm) 100 No. 4 (4.75 mm) 95 to 100 No. 8 (2.36 mm) 85 to 100 No. 16 (1.18 mm) 50 to 85 No. 30 (600 µm) 25 to 60 No. 50 (300 µm) 10 to 30 No. 100 (150 µm) 2 to 10 C. The joint sand shall conform to the grading requirements of ASTM C 144 as shown in Table 2 below: Table 2 Grading for Joint Sand ASTM C 144 Sieve Size Natural Sand Percent Passing No. 4 (4.75 mm) 100 No. 8 (2.36 mm) 95 to 100 No. 16 (1.18 mm) 70 to 100 No. 30 (600 µm) 40 to 75 No. 50 (300 µm) 10 to 35 No. 100 (150 µm) 2 to 15 No. 200 (75 µm) 0 2.7 SEALERS FOR CONCRETE PAVERS IN PEDESTRIAN CROSSWALKS A. Apply a Water -Based Epoxy Sealer, as recommended by PAVESTONE, INC., and according to manufacturer's instructions. Refer to technical specification #5 at "-A;.icpi.or (Interlocking Concrete Pavement institute) f i` r't 01269008 INTERLOCKING CONCRETE PAVERS 02518 - 4 O1/09` '' PART 3 - EXECUTION 3.1 EXAMINATION 3.2 A. Verify that subgrade preparation, compacted density and elevations conform to the specifications. Compaction of the soil subgrade to at least 95% Standard Proctor Density per ASTM D 698 is recommended. Higher density, or compaction to ASTM D 1557 may be necessary for areas subject to continual vehicular traffic. Stabilization of the subgrade and/or base material may be necessary with weak or saturated subgrade soils. The Architect/Engineer should- inspect subgradee preparation, elevations, and conduct density tests for conformance to specifications. B. Verify that geotextiles, if applicable, have been placed according to specifications. C. Verify that aggregate base materials, thickness, compaction, surface tolerances, and elevations conform to the specifications. D. Verify location, type, installation and elevations of edge restraints around the perimeter area to be paved. E. Verify that base is dry, uniform, --even, and -ready-to support -sand, -pavers,—and-imposed loads. F. Beginning of bedding sand and paver installation means acceptance of base and edge restraints. INSTALLATION A. Spread the sand evenly over the base course and screed to a nominal 1 in. (25 mm) thickness, not exceeding 1-1/2 in. (40 mm) thickness. The screeded sand should not be disturbed. Place sufficient sand to stay ahead of the laid pavers. Do not use the bedding sand to fill depressions in the base surface. B. Ensure that pavers are free of foreign materials before installation. C. Lay the pavers in the pattem(s) as shown on the drawings. Maintain straight pattern lines. D. Joints between the pavers on average shall be between 1/16 in. and 3/16 in. (2 mm to 5 mm) wide. (Consult manufacturer for recommended joint widths.) E. Fill gaps at the edges of the paved area with cut pavers or edge units. F. Cut pavers to be placed along the edge with a double blade paver splitter or masonry saw. G. Use a low amplitude, high frequency plate vibrator to vibrate the pavers into the sand. Use Table 3 below to select size of compaction equipment: Table 3 Paver Thickness Minimum Centrifugal Compaction Force 2.36" 3000Ibs. (13 kN) 3.14" 5000 Ibs. (22 kN) H. Vibrate the pavers, sweeping dry joint sand into the joints and vibrating until they are full. This will require at least two or three passes with the vibrator. Do not vibrate within 3 ft. (1 m) of the unrestrained edges of the paving units. I. All work to within 3 ft. (1 m) of the laying face must be left fully compacted with sand -filled joints at the completion of each day. J. Sweep off excess sand when the job is complete. 01269008 INTERLOCKING CONCRETE PAVERS 02518 - 5 01 /09 K. The final surface elevations shall not deviate more than 3/8 in. (10 mm) under a 10 ft. a (3 m) long straightedge. L. The surface elevation of pavers shall be 1/8 in. to 1/4 in. (3 to 6 mm) above adjacent drainage inlets, concrete collars or channels. M. The resanding as necessary of paver joints shall be accomplished by contractor for a period of 90 days after completion of work. 3.3 FIELD QUALITY CONTROL A. After removal of excess -sand, check final elevations for conformance to the drawings. END OF SECTION 01269008 INTERLOCKING CONCRETE PAVERS 02518 - 6 01 /09 SECTIO-N-02631 STORM SEWER PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division l - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Storm Sewers and appurtenances. B. Reinforced concrete pipe 1.3 RELATED SECTIONS A. Section 02300 - Earthwork. B. Section 03300 - Cast -in -Place Concrete. 1.4 REFERENCES A. ASTM C990 — Joints for Concrete Pipe, and Precast Box Sections using Preformed Flexible Joint Sealants. B. ASTM C 1433 Precast Concrete Box Sections for Culverts, Storm Drains, and Sewers. C. ASTM D698 — Standard Test Methods for Laboratory Compaction Characteristics of Soil using Standard Effort (12,400 ft — lb f/ft (600 kn-m/m3)). D. ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). E. ASTM D3017 - Test Methods for Moisture Content of Soil and Soil -Aggregate Mixtures. 1.5 SUBMITTALS FOR REVIEW A. Section 01330 - Submittal Procedures. B. Product Data: Provide data on pipe, precast inlets, fittings and accessories. 1.6 SUBMITTALS FOR INFORMATION A. Section 01330 - Submittal Procedures. B. Manufacturer's Installation Instructions: Indicate special procedures required to install Products specified. 1.7 SUBMITTALS AT PROJECT CLOSEOUT A. Section 01700 - Contract Closeout. 01269008 STORM SEWER 02631 - 1 01 /09 PART 2 - PRODUCTS I.1 2.1 PRECAST CONCRETE F A. Pipe: 1. The design live load will be HS 20. 2. The 28-day compressive strength shall be a minimum of 5,000 psi. 3. Reinforced Concrete Pipe shall conform to Item 464 of the 2004 TxDOT Standard Specifications. B. Joint: 1. Pre -formed flexible joint sealant shall be used for sealing joints of tongue and groove concrete culvert. 2. Flexible joint sealants shall meet the requirements of ASTM C990. .n 3. Provide a size of the preformed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint. 4. Flexible joint sealants must be protected by a suitable wrapper and the jointing material 1 must maintain integrity when the wrapper is removed. 5. The flexible joint sealant shall conform to item 464.2.I.4 of the 2004 TxDOT Standard Specifications. C. Concrete pipe culverts shall meet ASTM C76 for Class IV, Wall B pipe. 2.2 BEDDING AND COVER MATERIALS A. Bedding: Sand material meeting the requirements of Section 02320 Backfill Materials for Structures. 2.3 ACCESSORIES A. Concrete and reinforcement as specified in Sections 02632 and 03300. PART 3 - EXECUTION 3.1 EXCAVATION A. Earthwork. Refer to Section 02317 — Excavation and Backfill for Structures and as indicated on Drawings. B. Line and Grade. Contractor shall establish the line and grade as indicated on Drawings. Maintain this control for a minimum of 100 feet behind and ahead of the pipe -laying operation. Use amply sized grade boards. Protect grade boards and location stakes from damage or dislocation. Use of laser beam equipment to establish and maintain proper line and grade of the work is acceptable. C. Trench Excavation. Excavate pipe trenches to a level as indicated on the trench detail Drawings. Backfill the excavation with the specified bedding material to the level indicated on the drawings. Tamp and compact backfill to provide bedding at the indicated grade. Form the bedding foundation to the minimum depth indicated on the drawings. 3.2 LAYING AND INSTALLING PIPE A. Install and maintain excavation supports. 11 01269008 STORM SEWER 02631 - 2 01/09 (' B. The Owner shall inspect all culverts before being laid, and reject any section at his discretion that is damaged by handling or is defective to a degree which will materially affect the function and service of the pipe. C. Install pipe only after excavation is completed, bottom of trench is shaped, bedding material is installed, and trench has been approved by the Engineer. D. Install pipe to the line and grade indicated on Drawings. Place pipe so that it has continuous bearing of barrel on bedding material and is laid in the trench so the interior surfaces ofthe pipe follow the grades and alignments indicated. E. Install pipe with the spigot ends toward the direction of flow. F. The laying of the culvert in the finished trench shall be started at the lowest point and laid upgrade. When tongue and groove pipe is used, the grooved end shall be laid upgrade. G. Form a concentric joint with each section of adjoining pipe to prevent offsets. H. Place and drive home newly laid sections with come -a -long winches to eliminate damage to sections. Use of back hoes or similar powered equipment will not be allowed for placing or joining pipe, unless protective measures are provided and approved in advance by the Engineer. �. I. Keep interior of pipe clean as installation progresses. Where cleaning after laying the -pipe is difficult because of small pipe size, use a suitable swab or drag inside the pipe and pull it forward past each joint immediately after the joint has been completed. Maintain clean gaskets and gasket sealing surfaces. J. Kee excavations free of water during construction and until final inspection. P g P K. When work is not in progress, cover the exposed ends of pipes with a plug specifically designed as pipe plug to prevent foreign material from entering the pipe. L. Culvert shall not be laid on frozen ground. M. Culvert which is not true in alignment, or which shows any settlement after laying shall be taken up and relaid without extra compensation. 3.3 INSTALLATION OF APPURTENANCES A. Install inlets and control structures according to the Drawings and Section 03300 — Cast -in - Place Concrete. B. Excavate and backfill inlets and control structures in accordance with Section 02300 — Earthwork. 3.4 BACKFILL A. Backfill trench after pipe installation is inspected and approved by the Engineer. B. Bed pipes with materials conforming to requirements of Section 02320 — Backfill Materials for Structures and as indicated on Drawings. C. Backfill and compact soil in accordance with Section 02317 — Excavation and Backfill for Structures. D. Install cement stabilized backfill at sides and over top of pipe. E. Asphalt Stabilized Base or Cement Stabilized Base should be used for fill over the top of pipe if cover depth is less than 24-inches below pavement structure and should be subsidiary to culvert and/or storm drain pipe installation. F. The material shall be thoroughly consolidated and shovel sliced to eliminate voids near the Pipe. 3.5 CLEANING AND RESTORATION OF SITE 01269008 STORM SEWER 02631 - 3 01 /09 A. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt and rubbish from the site. B. Repair and replace removed or damaged pavement and sidewalks as specified in the following applicable sections and shown on the drawings: l . Unpaved roadway surfaces consisting of flexible base as the surface course: Section 02300 — Earthwork. 2. Flexible base under paved roadway: Section 02300 — Earthwork. 3. Asphalt stabilized base: Section 02741 — Hot -Mix Asphalt Paving. 4. Hot -mix surface or wearing course: Section 02741 — Hot -Mix Asphalt Paving. 5. Concrete pavement, valley gutter, curb and gutter, driveways, and sidewalks: Section 02751 — Portland Cement Concrete Pavement. 6. Sealing pavement joints: Section 02764 —Pavement Joint Sealants. C. Grade surface as a uniform slope to natural grade as indicated on the Drawings. Provide the minimum depth of topsoil of 6 inches, unless otherwise indicated on the Drawings or specified to be a greater depth, and seed or sod according to requirements of Section 02920 — Lawns and Grasses, and Section 02317 —Excavation and Backfill for Structures. D. Clean haul streets and other paved areas used during construction by rotary broom, or street sweeper, or both as necessary to remove dirt, rock and debris. E. Street cleaning to take place within 10 calendar days after street repairs are complete. F. Dispose of dirt, rock and debris from cleaning according to Section 01576 — Waste Material Disposal. G. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear and in good condition. H. Performance of the cleaning and restoration work described herein is not payable directly but shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the storm sewer. 3.6 ERECTION TOLERANCES A. Lay pipe to alignment and slope gradients noted on drawings; with maximum variation from true slope of 1/2-inch. B. Maximum Offset of Pipe From True Alignment: 6 inches. C. Maximum Variation in Profile of Structure From Intended Position: 0.2 percent. 3.7 FIELD QUALITY CONTROL A. Section 01400 - Quality Control: Field inspection and testing. B. Request inspection prior to and immediately after placing cover over pipe. C. Compaction testing will be performed in accordance with Section 02317 — Excavation and Backfill for Structures. D. If tests indicate Work does not meet specified requirements, remove Work, replace and retest. 3.8 PROTECTION A. Protect all structures and bedding from damage or displacement while placing pipes and inlets, and during backfilling operation. END OF SECTION 02631 01269008 STORM SEWER 02631 - 4 O1 /09 SECTION 02741 HOT-NIIX ASPHALT PAVING PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary -Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes the following: l . Hot -mix asphalt paving. 2. Hot -mix asphalt -patching. 3. Asphalt surface treatments. 4. Pavement -marking paint. 5. Cold-miHirrg-of existing -hot -mix asphalt -pavement. 1.3 RELATED SECTIONS A. Section 01400 — Quality Requirements. B. Section 02300 - Earthwork. C. Section 02764 - Pavement Joint Sealants. 1.4 DEFINITIONS A. Hot -Mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of terms. B. TxDOT: Texas Department of Transportation "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" 2004. 1.5 REFERENCES AASHTO T 102 Spot Test of Asphaltic Materials AASHTO T 245 Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus AASHTO M 248 Standard Specification for Ready -Mixed White and Yellow Traffic Paints Al MS-2 (1994) Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types Al MS-22 Construction of Hot Mix Asphalt Pavements ASTM C 29/C 29M (1991; Rev. A) Unit Weight and Voids in Aggregate 01269008 HOT -MIX ASPHALT PAVING 02741 - 1 01 /09 ASTM C 88 (1990) Soundness of Aggregates by Use of -Sodium Sulfate or Magnesium Sulfate ASTM C 117 (1995) Materials Finer than 75-Micrometer (No. 200) Sieve in Mineral Aggregates by Washing ASTM C 127 (1988; R 1993) Specific Gravity and Absorption of Coarse Aggregate ASTM C 128 (1993) Specific Gravity and Absorption of Fine Aggregate ASTM C 131 (1996) Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 136 (1996; Rev. A) Sieve Analysis of Fine and Coarse Aggregates ASTM C 188 (1995) Density of Hydraulic Cement ASTM D 70 (1982; R 1990) Specific Gravity of Semi -Solid Bituminous Materials ASTM D 75 (1987; R 1992) Sampling Aggregates ASTM D 242 (1995) Mineral Filler for Bituminous Paving Mixtures ASTM D 546 (1994) Sieve Analysis of Mineral Filler for Road and Paving Materials ASTM D 692 (1994; Rev. A) Coarse Aggregate for Bituminous Paving Mixtures ASTM D 854 (1992) Specific Gravity of Soils ASTM D 946 (1982; R 1993) Penetration -Graded Asphalt Cement for Use in Pavement Construction ASTM D 979 (1996) Sampling Bituminous Paving Mixtures ASTM D 995 (1995; Rev. B) Mixing Plants for Hot -Mixed, Hot -Laid Bituminous Paving Mixtures ASTM D 1073 (1994) Fine Aggregate for Bituminous Paving Mixtures ASTM D 1075 (1996) Effect of Water on Cohesion of Compacted Bituminous Mixtures ASTM D 1188 (1996) Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin -Coated Specimens ASTM D 1559 (1989) Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus 01269008 HOT -MIX ASPHALT PAVING 02741 - 2 O1/09 ASTM D 2027 Standard Specification for Cutback Asphalt (Medium -Curing Type) ASTM D 2041 (1995) Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D 2172 (1995) Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D 2726 (1996; Rev. A) Bulk Specific Gravity and Density of Non - Absorptive Compacted Bituminous Mixtures ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods 0., ASTM D 3381 (1992) Viscosity -Graded Asphalt Cement for Use in Pavement Construction ASTM D3405 Standard Specification for Joint Sealants, Hot -Applied, for Concrete and Asphalt Pavements ASTM D3549 Standard Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Specimens TEX-126-E Molding, Testing and Evaluating Bituminous Black Base Materials TEX-204-F Design of Bituminous Mixtures TEX-224-F Determining Flakiness Index TxDOT Item 300 Asphalt, Oils and Emulsions TxDOT Item 301 Asphalt Antistripping Agents TxDOT Item 320 Equipment for Asphalt Concrete Pavement TxDOT Item 340 Specification for Dense -Graded Hot -Mix Asphalt (Method) TxDOT Item 662 Work Zone Pavement Markings TxDOT Item 666 Reflectorized Pavement Markings TxDOT Item 672 Raised Pavement Markers i City of Lubbock City of Lubbock Street/Drainage Engineering Standard Specifications Specifications, Current Version .4 s 01269008 HOT -MIX ASPHALT PAVING 02741 - 3 O1/09 1.6 SUBMITTALS A. Product Data I. For each type of product indicated. Include technical data and tested physical and 3 performance properties. B. Job -Mix Designs 1. Submit a job -mix design, for approval prior to preparing and placing the bituminous mixture. Design mix using procedures contained in Chapter III, Marshall Method of Mix Design, of Al MS-2. Formulas shall indicate physical properties of the mixes as shown by tests made by a commercial laboratory approved by the Engineer, using materials identical to those to be provided on this project. Submit formulas with material samples. Job -mix formula for each mixture shall be in effect until modified in writing by the Contractor and approved by the Engineer. Provide a new job -mix formula for each source change. Job mix shall be for this specific project. Job mixes developed for other projects, although they may have similar requirements, will be rejected without review. C. Qualification Data _ 1. Submit qualifications for product manufacturers. D. Material Test Reports 1. Specific gravity test of asphalt 2. Coarse aggregate tests 3. Weight of slag test 4. Percent of crushed pieces in gravel 5. Fine aggregate tests 6. Specific gravity of mineral filler 7. Bituminous mixture tests 8. Aggregates tests 9. Bituminous mix tests 10. Pavement courses E. Product Submittals 1. Pavement marking materials. 1.7 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM D 3666 for testing indicated, as documented according to ASTM E 548. B. Mock -Up Test Section I. Prior to full production of the binder and wearing course[s], prepare a quantity of bituminous mixture according to the job -mix formula. Construct a test section 200 feet long by not less than 10 feet wide and of the same compacted depth specified for the construction of the course which the test section represents. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. Test not less than two samples of the mixture produced at the plant for gradation, , asphalt cement content, stability, flow, air voids, voids in mineral aggregate, and in weight. Obtain not less than three cores from the test strip for density and thickness' tests. Check the test section for smoothness and finish surface texture. If the test section should prove to be unsatisfactory, make the necessary adjustments to the mix design, plant operation, transportation, laydown, and/or rolling procedures. t t i 01269008 HOT -MIX ASPHALT PAVING 02741 - 4 i 1 01 /09 - Additional test sections, as required, shall be constructed and evaluated for conformance to the specified requirements. When test sections do not conform to specified requ-irements, remove and replace the bituminous pavement. A marginal quality test section that has been placed in an area of little or no traffic may be left in place. If a second test section also does not meet specified requirements, remove both sections at the Contractor's expense. Full production shall not begin without the Engineer's approval. C. Required Data 1. Job -mix formula shall show the following: fa. Source and proportions, percent by weight, of each ingredient of the mixture; b. Correct gradation, the percentages passing each size sieve listed in the specifications for the mixture to be used, for the aggregate and mineral filler from each separate source and from each different size to be used in the mixture and for the composite mixture; C. Amount of material passing the No. 200 sieve determined by dry sieving; d. Number of blows of hammer compaction per side of molded specimen; e. Temperature viscosity relationship of the asphalt cement; f. Stability, flow, percent voids in mineral aggregate, percent air voids, unit weight; g. Asphalt absorption by the aggregate; h. Effective asphalt content as percent by weight of total mix; g i. Temperature of the mixture immediately upon completion of mixing; j. Asphalt viscosity grade and/or penetration range; and k. Curves for the asphalt stabilized base and hot mix asphalt paving courses. 1.8 DELIVERY, STORAGE, AND HANDLING ,- A. Inspect materials delivered to the site for damage and store with a minimum of handling. Store aggregates in such a manner as to prevent segregation, contamination, or intermixing of the different aggregate sizes. 1.9 PROJECT CONDITIONS A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or excessively damp or if the following conditions are not met: 1. Prime and Tack Coats: Minimum surface temperature of 60 deg F. 2. Asphalt Base Course: Minimum surface temperature of 40 deg F and rising at time of placement. 3. Asphalt Surface Course: Minimum surface temperature of 60 deg F at time of placement. 1.10 MIXING PLANT A. Provide mixing plant capable of meeting the needs of the project B. At no time shall the plant hinder the progress of the project. , [__ 01269008 HOT -MIX ASPHALT PAVING 02741 - 5 01 /09 x PART2-PRODUCTS 2.1 MATERIALS A. Aggregate General: Use materials and gradations that have performed satisfactorily in previous installations. 1. Coarse Aggregate — Coarse aggregate shall conform to ASTM D692. a. The coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, tough, durable fragments of crushed stone or crushed gravel of uniform quality. Mixing or combining of crushed gravel and crushed stone will not be permitted. Coarse aggregate shall be crushed to the extent that produces a minimum of 55% crushed faces when tested in accordance with ASTM D 692. b. Coarse aggregate shall have a maximum loss of 15% when subjected to 4 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 2 percent. When subjected to the Los Angeles Abrasion test, the coarse aggregate shall not have a loss greater than 40 percent by weight. C. Coarse aggregate may be enhanced by the addition of crushed concrete (class A minimum). The crushed concrete shall be processed and blended at the contractor's batch plant. The material shall be processed to remove wood, steel and other objectionable materials so as to produce a crushed aggregate in conformance with these specifications. 2. Fine Aggregate — fine aggregate shall conform to ASTM D1073. a. The fine aggregate shall be that part of the material passing the No. 4 sieve and shall consist of sand and/or screenings. The plasticity index of that part of the sand passing the 40 sieve shall not exceed 6. The plasticity index of the screenings shall not exceed 9. b. Sand shall be composed of durable stone particles free from injurious foreign matter. Screenings shall be of the same or similar material as specified for coarse aggregate. 3. Mineral Filler a. Mineral filler shall conform to ASTM D242 and consist of thoroughly dry stone dust, Portland cement or other material dust approved by the Engineer. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: Percent by Weight Retained on No. 30 Sieve 0 Percent by Weight Retained on No. 80 Sieve 10 maximum Percent by Weight Retained on No. 200 Sieve 35 maximum B. Asphalt 1. Asphalt shall be performance grade 64-28 S or L, AASHTO Performance Graded Binder Specification (MP1). 2. The Contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. 3. The optimum asphalt content shall be determined by the Marshall Stability method. i= 01269008 HOT -MIX ASPHALT PAVING 02741 - 6 01/09 4. The percent asphalt content in HMAC surface shall be optimum as indicated by Marshall Stability optimum plus 0.25%. 5. The asphalt content of the paving mixture shall not -be below optimum, or vary from the specified design asphalt content by more than plus 0.3 percent dry weight, based on total mixture. C. Prime Coat 1. The surface shall be primed using an application of 0.20 to 0.30 gallons per square yard of MC asphalt conforming to ASTM D 2027 — MC 30. D. Tack Coat 1. The asphaltic material for tack coat shall meet the requirements for Cut -Back Asphalt RC-250, slow rate cure SS-1 emulsified asphalt, or medium rate cure MS-1 emulsified asphalt or PG grade asphalt as used in the HMAC Surface Course. E. Joint Sealant 1. ASTM D 3405 or AASHTO M 301, hot -applied, single -component, polymer - modified bituminous sealant. F. Emulsified Asphalt Sealer 1. All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of an MS-2, or 20/80 SS-1, liquid anionic asphalt and distilled water. The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to below 70 degrees F, and shall be applied at a rate of 0.10 to 0.12 gallons per square yard of surface. G. Mix Design 1. Hot -Mix Asphalt: Dense, hot -laid, hot -mix asphalt plant mixes approved by authorities having jurisdiction; designed according to procedures in Al MS-2, "Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types'; and complying with the following requirements: a. Provide mixes with a history of satisfactory performance in geographical area where Project is located. 2. Base Course a. Asphalt Stabilized Base (ASB) shall consist of a compacted mixture of graded gravel aggregate and asphalt cement mixed hot in a mixing plant in accordance with TxDOT Standard Specifications, 2004, Item 340 Dense - Graded Hot -Mix Asphalt (Method). b. The Contractor shall provide a current mix design using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall conform to the following master gradation: Sieve Size 1-1/2" 3/0" %2" #4 #40 Percent Retained by Weight 0 8-30 30-55 50-70 70-90 Material passing the #40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed 45 y Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 C. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. d. The ASB mixture shall consist of a uniform mixture of mineral aggregate and lasphaltic material. The mineral aggregate shall conform to the gradation 01269008 HOT -MIX ASPHALT PAVING 02741 - 7 01 /09 requirements specified. The percent asphaltic material shall be determined in accordance with Test Method Tex: 126-E or Test Method Tex. 204-F and procedures outlined in TxDOT Bulletin C-14. In no case shall the asphalt content be less than 4% or more than 9% by weight. Asphalt for the mixture shall meet the requirements of TxDOT Item 300 "Asphalt, Oils, and Emulsions". The grade of asphalt and source must be approved by the Engineer prior to use. 3. Surface Course a. Hot mix asphalt concrete surface shall consist of a compacted mixture of coarse aggregate, fine aggregate, mineral filler (if required), 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 DGR HMA (M). 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 Test Method Tex 203-F. The percent of flat or elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex 224-F. C. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either lime or liquid anti -stripping agent approved by the Engineer. Anti -stripping agents shall meet requirements of TxDOT Item 301 "Asphalt Antistripping Agents," and shall be added at the manufacturer's recommended dosage and temperature range. d. The Contractor shall provide a current HMAC mix design using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall conform to the following master gradation: Aufreizate for Coarse Graded Surface Course 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 Material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 I 01269008 HOT -MIX ASPHALT PAVING . 02741 - 8 O1/09 a� �s - e. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. 't f. The +IMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. The percent asphalt in the mixture shall be determined to meet the Marshall Stability criteria as follows: No. Blows (each end of specimen) 75 Stability (Lb.) 1500 Flow (units of 0.01 inch) 8 min 16 max Percent Air Voids 2 min 5 max Molding temperature for Marshall criteria shall be 275 degrees F. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that subgrade is dry and in suitable condition to support paving and imposed loads. B. Proof -roll subbase using heavy, pneumatic -tired rollers to locate areas that are unstable or that require further compaction. C. Proceed with paving only after unsatisfactory conditions have been corrected. D. Surface shall be clean and free of loose dirt, rock, or any other foreign matter. 3.2 PRIME COAT A. Application 1. Immediately following the surface preparation, apply the prime coat by means of the bituminous distributor. Apply the bituminous material at a pressure range of 25 to 75 pounds per square inch within the temperature limits specified herein, and at the rate of not less than 0.20 gallon nor more than 0.30 gallon of bituminous material per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated with slight puddling on the surface. Unless the distributor is equipped to obtain satisfactory results at the junction of previous and subsequent applications, spread building paper on the surface of the applied material for a sufficient distance back from the ends of each application, so that flow from the sprays may be started and stopped on the paper, and so that all sprayers will operate at full force on the surface to be treated. Immediately after the application, remove the building paper and apply bituminous material to spots missed by the distributor. B. Curing 1. Following the application of bituminous material, allow the surface to cure without being disturbed for a period of not less than 48 hours, or longer as may be necessary, to attain penetration into the foundation course and evaporation of the volatiles from the bituminous material. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Maintain the primed surface until the succeeding layer of pavement is placed by protecting the surface against damage and by repairing and repriming deficient areas. 01269008 HOT -MIX ASPHALT PAVING 02741 - 9 0l /09 ji C. Temperature I.'] 1. Maintain application temperature between 68 ° F and 149 'F. D. Protection 1. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades to prevent traffic over freshly treated surfaces. 3.3 TACK COAT A. Application 1. Apply the tack coat when the surface to be treated is dry. Immediately following the preparation of the surface for treatment, apply the bituminous material by means of the bituminous distributor, within the limits of temperature specified herein and at a rate of not less than 0.05 gallon nor more than 0.15 gallon of diluted emulsion per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated. Treat lightly coated areas and spots missed by the distributor with the bituminous material. Following the application of bituminous material, allow the surface to cure without being disturbed for period of time necessary to permit setting of the tack coat. Apply the bituminous tack coat only as far in advance of the placing of the overlying layer as required for that day's operation. Maintain and protect the treated surface from damage until the succeeding course of pavement is placed. B. Temperature 1. Maintain application temperature between 122' F and 185' F. C. Material Test 1. Perform spot test for asphalt in accordance with AASHTO T102 on each shipment. D. Traffic Controls 1. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades so that traffic will not travel over freshly treated surfaces. 3.4 ASPHALT STABILIZED BASE COURSE (ASB) A. ASB shall not be placed when air temperature as reported by the National Weather Service is below 45 degrees F and falling. ' B. ASB shall be placed at a temperature between 255 and 285 degrees F during the months of June, July and August. During other months, ASB shall be placed at a temperature between 275 and 325 degrees F. C. Any ASB material that is above, or below the specified temperature range may be rejected. No payment will be made for any rejected material. D. ASB shall be placed and compacted in 3 inch lifts, unless otherwise directed by the Engineer. The material shall be placed in such a manner that when properly compacted, the finished course is smooth, of uniform density, and in conformance with required cross -sections and grades. 3.5 JOINTS A. Construct joints to ensure a continuous bond between adjoining paving sections. Construct joints free of depressions with same texture and smoothness as other sections of hot -mix` asphalt course. 1. Clean contact surfaces and apply tack coat to joints. 2. Offset longitudinal joints, in successive courses, a minimum of 6 inches. 01269008 HOT -MIX ASPHALT PAVING 02741 - 10 01/09 , 3. Offset transverse joints, in successive courses, a minimum of 24 inches. 4. Construct transverse joints as described in Al MS-22, "Construction of Hot Mix Asphalt Pavements." 5. Compact joints as soon as hot -mix asphalt will bear roller weight without excessive displacement. 6. Compact asphalt at joints to a density within 2 percent of specified course density. 3.6 COMPACTION A. General: Begin compaction as soon as placed hot -mix paving will bear roller weight without excessive displacement. Compact hot -mix paving with hot, hand tampers or vibratory -plate compactors in areas inaccessible to rollers. 1. Complete compaction before mix temperature cools to 185 deg F. B. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and rolling operations to comply with requirements. C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown rolling while hot -mix asphalt is still hot enough to achieve specified density. Continue rolling until hot -mix asphalt course has been uniformly compacted to the following density: 1. 95% to 98% of Marshall density with 2% to 5% air voids. D. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot -mix asphalt is still warm. E. Edge Shaping: While surface is being compacted and finished, trim edges of pavement to proper alignment. Bevel edges while asphalt is still hot; compact thoroughly. F. Repairs: Remove paved areas that are defective or contaminated with foreign materials and replace with fresh, hot -mix asphalt. Compact by rolling to specified density and surface smoothness. G. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened. H. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. 3.7 INSTALLATION TOLERANCES A. Thickness: Compact each course to produce the thickness indicated within the following tolerances: 1. Base Course: Plus or minus 1/2 inch. 2. Surface Course: Plus 1/4 inch, no minus. B. Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a 10-foot straightedge applied transversely or longitudinally to paved areas: 1. Base Course: 1/4 inch. 2. Surface Course: 1/8 inch. 3. Crowned Surfaces: Test with crowned template centered and at right angle to crown. Maximum allowable variance from template is 1/4 inch. 01269008 HOT -MIX ASPHALT PAVING 02741 - 11 O1/09 11 3.8 FIELD QUALITY CONTROL -1 A. Testing Agency: Contractor shall perform field tests and inspections and prepare test reports. 1. Testing agency will conduct and interpret tests and state in each report whether tested work complies with or deviates from specified requirements. B. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. C. Thickness: In -place compacted thickness of hot -mix asphalt courses will be determined according to ASTM D 3549. D. Surface Smoothness: Finished surface of each hot -mix asphalt course will be tested for compliance with smoothness tolerances. E. In -Place Density: Testing agency will take samples of uncompacted paving mixtures and compacted pavement according to ASTM D 979 or AASHTO T 168. 1. Reference maximum theoretical density will be determined by averaging results from four samples of hot -mix asphalt -paving mixture delivered daily to site, prepared according to ASTM D 2041, and compacted according to job -mix specifications. 2. In -place density of compacted pavement will be determined by testing core samples according to ASTM D 1188 or ASTM D 2726. a. One core sample will be taken for every 2000 sq. yd. or less of installed pavement. F. Remove and replace or install additional hot -mix asphalt where test results or measurements indicate that it does not comply with specified requirements. G. Owner may elect to take confirmation tests at Owner's expense. Contractor shall cooperate with Owner's testing agency. Failing tests taken at Owner's direction shall be charged to the Contractor. Failing test charges shall include pro-rata technician charges, actual failing test charge, pro-rata mileage charge, and other pro -rated charges. 3.9 DISPOSAL A. Dispose of excess materials in accordance with requirements of Section 01576 — Waste Material Disposal. 1. Do not allow excavated materials to accumulate on -site. END OF SECTION 02741 01269008 HOT -MIX ASPHALT PAVING 02741 - 12 01/09 11 SECTION 02751 PORTLAND-CEMENT CONCRETE PAVEMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions nfthe Contract for Construction, Supplementary Conditions and Division l - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section includes the following: 1. Concrete pavement. 2. Curb and gutter. 3. Driveways (alleys). 4. Sidewalks, B. This section applies wherever Contractor has -elected to -remove, or is required to remove, and replace concrete pavement, curb and gutter, driveway (alleys), and sidewalks. Section applies also for repair or replacement of facilities otherwise damaged by Contractor's operations. 1.3 RELATED SECTIONS A. Section 02221 — Removing Existing Pavements. B. Section 023 00 — Earthwork. C. Section 02741 — Hot -Mix Asphalt Paving. D. Section 02764 — Pavement Joint Sealants. E. Section 03300 — Cast -in -Place Concrete. 1.4 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, expansive hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica fume. B. TxDOT: Texas Department of Transportation "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" 2004. C. DMS: TxDOT Department of Material Specifications. 1.5 SUBMITTALS A. Submit product data in accordance with Section 01330 — Submittal Procedures. B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete pavement mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. Design mix submittals shall include: 1. Fine aggregate gradation. 2. Course aggregate gradation. 3. Loss from 5 cycle magnesium sulfate or sodium sulfate test on all aggregate. 4. Cement content. 01269008 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 1 01/09 5. Fly ash content. 6. Water content. 7. All admixtures. 8. Maximum slump. 9. Percent air entrainment. 10. 7 day compressive strength. 11. 28 day compressive strength. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: 1. Cementitious materials and aggregates. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Admixtures. 5. Curing compounds. 6. Applied finish materials. 7. Bonding agent or adhesive. 8. Joint fillers. E. Paving and Quality Control Plan. Submit a paving and quality control plan for approval before beginning pavement construction operations. Include details of all operations in the concrete paving process, including longitudinal construction joint layout, sequencing, curing, lighting, early opening, leave -outs, sawing, inspection, testing, construction methods, other details and description of all equipment. List certified personnel performing the testing. Submit revisions to the paving and quality control plan for approval. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed pavement work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: Manufacturer of ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mix Concrete Association's Plant Certification Program. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate from one source. E. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by the requirements of the Contract Documents. Refer to Section 03300 — Cast - in -Place Concrete for additional codes and standards. F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixes. 1.7 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities and emergency services. 1� 01269008 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 2 01 /09 j PART2-PRODUCTS 2.1 FORMS A. Pavement Forms: Provide metal side forms of sufficient cross section, strength and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free from kinks, bonds or warps that could affect ride quality or alignment. 1. Use flexible or curved forms for curves of a radius 100 feet or less. 2. Forms should be no less than 10 ft. in length. 2.2 PLACING, CONSOLIDATING, AND FINISHING EQUIPMENT A. Provide approved self-propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine -finished consolidated concrete pavement conforming to plan line and grade. Provide an approved automatic grade control system on slip -forming equipment. Provide approved mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist. B. Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in .accordance with the manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute. Provide enough hand -operated immersion vibrators for timely and proper consolidation of the concrete along forms, at joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment -mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. C. For small or irregular areas or when approved, the paving equipment described in this Section is not required. 2.3 REINFORCING STEEL INSERTING EQUIPMENT A. Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment in accordance to plan details. 2.4 TEXTURING EQUIPMENT A. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length and width of the carpet to accommodate specific applications. Use an artificial grass -type carpet having a molded polyethylene pile face with a blade length of 5/8 in. to I in., a minimum weight of 70 oz. per square yard, and a strong, durable, rot -resistant backing material bonded to the facing. 01269008 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 3 01/09 1 �r B. Tining Equipment. Provide a self-propelled transverse metal tine device equipped with- 4-in. to 6-in. steel tines and with cross-section approximately 1/32 in. thick by 1/12 in. wide, spaced at 1 in., center-te-enter. Hand -operated tining equipment that produces an equivalent texture may be used only on small or irregularly shaped areas or, when permitted, in emergencies due to equipment breakdown. 2.5 CURING EQUIPMENT A. Provide a self-propelled machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipment that is independent of all other equipment when production rates are such that the first application of membrane curing compound cannot be accomplished immediately after texturing and after free moisture has disappeared. Hand -operated pressurized spraying equipment with atomizing nozzles may only be used on small or irregular areas or, when permitted, in emergencies due to equipment breakdown. 2.6 SAWING EQUIPMENT A. Provide power -driven concrete saws to saw the joints shown on the plans. Provide standby power -driven concrete saws during concrete sawing operations. Provide adequate illumination for nighttime sawing. 2.7 GRINDING EQUIPMENT A. When required, provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades. Provide equipment with automatic grade control capable of grinding at least a 3-ft. width longitudinally in each pass without damaging the concrete. 2.8 TESTING EQUIPMENT A. Provide testing equipment regardless of job -control testing responsibilities in accordance with Item 421, "Hydraulic Cement Concrete," unless otherwise shown in the plans or specified. 2.9 CORING EQUIPMENT A. When required, provide coring equipment capable of extracting cores in accordance with the requirements of Tex424-A. 2.10 MISCELLANEOUS EQUIPMENT A. Furnish both 10-ft. and 15-ft. steel or magnesium long -handled standard straightedges. Furnish enough work bridges, long enough to span the pavement, for finishing and inspection operations. Furnish date stencils to impress pavement placement dates into the fresh concrete, with numerals approximately 2 inch high by 1 inch wide by '/4 inch deep. �7 t 01269008 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 4 O1/09 1 2.11 STEEL REINFORCEMENT A. Plain -Steel Welded Wire Fabric: ASTM A 185, fabrieated from as -drawn steel wire into flat sheets, shall be 6" x 6" —10 gauge welded wire fabric, or as shown on plans. B. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed. C. Joint Dowel Bars: Plain steel bars, ASTM A 615/A 615M, Grade 60. Cut bars true to length with ends square and free of buns. D. Tie Bars: ASTM A 615/A 615M, Grade 60, deformed. E. Hook Bolts: ASTM A 307, Grade A, internally and externally threaded. Design hook -bolt joint assembly to hold coupling against pavement form and in position during concreting operations, and to permit removal without damage to concrete or hook bolt. F. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcement bars, welded wire fabric, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete or fiber -reinforced concrete of greater compressive strength than concrete, and as follows: 1. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. 2. Space reinforcing supports at 5'-0" maximum in any direction. 2.12 CONCRETE MATERIALS A. General: Use the same brand and type of cementitious material from the same manufacturer throughout the Project. B. Portland Cement: ASTM C 150, Type I, I1, or III or ASTM G176 IA, IIA, or IIIA for air entrained. 1. Fly Ash: ASTM C 618, Type C. C. Aggregate: ASTM C 33, uniformly graded, from a single source, with coarse aggregate as follows: 1. Class:4M. 2. Maximum Aggregate Size: 1-1/2 inches nominal. 3. Coarse aggregate shall be crushed limestone (Brownwood type or equivalent). Aeereeate shall be eraded from fine to coarse and shall cnnfnrm to ASTM C. 136 The gradation for aggregate shall meet the following requirements by weight: FINE AGGREGATE COARSE AGGREGATE Sieve Percent Retained Sieve Percent Retained 3/8 inch 0 1-3/4 inch 0 No. 4 0-5 1-1/2 inch 0-5 No. 16 20-55 '/4 inch 30-65 No. 30 45-75 3/8 inch 70-90 No.50 70-90 No.4 95-100 No.100 98-100 Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM C 87. Maximum amounts of impurities finer than the #200 sieve shall conform to ASTM C 117. Maximum amounts of soft particles shall conform to ASTM C 123. Maximum amounts of friable particles shall conform to ASTM C 142. 01269008 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 5 O1/09 Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Engineer. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. Stockpiles shall be built in layers of uniform thickness. Equipment shall not be permitted to operate over the same lift repeatedly. D. Water: ASTM C 94. 2.13 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cement and to be compatible with other admixtures. B. Air -Entraining Admixture: ASTM C 260. Certified by manufacturer to be compatible with other required admixtures. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F or Type G. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. 2.14 FIBER REINFORCEMENT A. Fiber reinforcement may be used in place of wire mesh only if approved by Engineer and Owner. B. Fiber reinforcement shall be 100% virgin polypropylene, collated, fibrillated fibers, made for use as concrete reinforcement, containing no reprocessed olefin materials, and conforming to ASTM C 1116, Type III. C. Specific gravity - .91 D. Tensile Strength — 70,000 psi to 100,000 psi E. Length - 1/4" 2.15 CURING COMPOUND A. Liquid -type membrane -forming curing compound with white pigment complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 pounds per square yard when applied at 200 sq. ft./gal. 2.16 EPDXY A. Provide Type III epoxy in accordance with DMS-6100, "Epoxies and Adhesives," for installing all drilled -in reinforcing steel. 2.17 EVAPORATION RETARDANT A. Provide evaporation retardant conforming to DMS4650, "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." 2.18 JOINT SEALANTS AND FILLERS A. Provide Class 5 or Class 8 joint -sealant materials and fillers unless otherwise shown on the plans or approved and other sealant materials of the size, shape, and type shown on the plans in accordance with DMS-6310, "Joint Sealants and Fillers." 01269008 PORTLAND CEMENT CONCRETE PAVEMENT .02751 - 6 01 /09 I, -,- I 2.19 RELATED -MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber. B. Texture Surface for Ramps 1. Meet requirements of the Texas Accessibility Standards. 2. Concrete paver units shall meet all requirements of ASTM C-936 and C-33 and shall be laid in a two by two unit basket weave pattern. 3. Color as selected by Owner. To be a contrasting color with the adjacent surfaces. 4. Durabak with Safti-Traxx Detacable Warning System by Cote-L Distribution Company, or approved equal. 5. Texture surface requirements for ramps may be modified by Owner at any time to comply with Texas Accessibility Standards. No additional compensation will be made for such modification. C. Bonding Agent l . Polyvinyl acetate or acrylic base. D. Sand Cusion 1. Clean, manufactured or natural sand with plasticity index of 8 or less. 2.20 CONCRETE MIXES A. Prepare design mixes, proportioned according to ACI301, for each type and strength of normal -weight concrete determined by either laboratory trial mixes or field experience. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the trial batch method. 1. Do not use Owner's field quality -control testing agency as the independent testing agency. C. Classification 1. The following classes of concrete shall be used: Class A Curb and gutter, sidewalks, driveways curb ramps. Class B Alley paving. Class C Concrete street paving, fillets, alley returns, valley gutters. Class D N/A. Class E Fast setting concrete pavement such as "Fast Track" Concrete Pavement or other special design. D. Mix Design ' 1. At least 15 days prior to beginning any concrete pavement construction the Contractor shall submit the following to the Engineer for approval: a. .Test certificates from an approved commercial testing laboratory on all proposed aggregate. Certificates shall indicate material source, gradation, and loss. from 5 cycle Magnesium Sulfate or Sodium Sulfate test (not to exceed 180% ). b. A mix design based on water -cement ratio. C. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with ASTM C 78, made by an approved commercial testing laboratory. Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. 01269008 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 7 01/09 1 2. The Engineer will approve or reject the mix design and materials based on these submittals. This approval shall be subject to additional testing during construction. Mix designs for various classes of concrete shall conform to the following: Maximum Water/ Maximum Slump Class Cement Ratio Inches A 0.60 4 B 0.60 3 C (slip formed) 0.45 3 C (formed) 0.45 6 E 0.45 As specified by Concrete batch plant E. Strength Requirements 1. The various classes of concrete shall conform to the following strengths in psi as determined by the average of two test cylinders or beams. COMPRESSIVE FLEXURAL Class 3 Dav 7 Dav 28 Dav PSI A - 2100 3000 - B 2500 3000 - C - 3500 4400 680 (28 day) D - - - E 2600 (24hr) Unless otherwise specified 400 (24 hr) F. Properties 1. Air Entrainment: 5% +/- I `'Y2% ASTM C 260. 2. Synthetic Fiber: Use manufacturer's recommended rate, but not less than 1.0 lb/cu.yd. (where applicable). 3. Fly ash: Not more than 30% by absolute volume of cement. 2.21 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements and with ASTM C 94 and ASTM C 1116 when synthetic fibers are involved. l . When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. B. Project -Site Mixing: Comply with requirements and measure, batch, and mix concrete materials and concrete according to ASTM C 94. Mix concrete materials in appropriate drum -type batch machine mixer. 1. For mixers of l cu. yd. or smaller capacity, continue mixing at least one and one- half minutes, but not more than five minutes after ingredients are in mixer, before any part of batch is released. 2. For mixers of capacity larger than 1 cu. yd., increase mixing time by 15 seconds for each additional 1 cu. yd. 01269008 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 8 O1/09 1 3. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water added. 4. When using non -agitating equipment for transporting concrete, provide equipment with smooth, mortar -tight metal containers equipped with gates that prevent accidental discharge of the concrete. PART 3 - EXECUTION 3.1 PREPARATION A. Proof -roll prepared subbase surface to check for unstable areas and verify need for additional compaction. Proceed with pavement only after nonconforming conditions have been corrected and subgrade is ready to receive pavement. B. Remove loose material from compacted subbase surface immediately before placing concrete: 3.2 PLACING AND REMOVING FORMS A. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form sections together to prevent relative displacement. B. Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 1/8 inch under finishing operations. Reset forms to line and grade, and refinish the concrete surface to correct grade. C. Avoid damage to the edge of the pavement when removing forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr after a bulkhead for a transverse construction joint has been removed unless otherwise approved. When forms are removed before 72 hr after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. D. Forms that are not the same depth as the pavement but are within 2 inch of that depth are permitted if the subbase is trenched or the full width and length of the form base is supported with a firm material to produce the required pavement thickness. Promptly repair the form trench after use. Use flexible or curved wood or metal forms for curves of 100-ft radius or less. 3.3 STEEL REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's (CRSI) "Manual of Standard Practice" for fabricating reinforcement and with recommendations in CRSI's "Placing Reinforcing Bars" for placing and supporting reinforcement. _ 01269008 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 9 01/09 B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond -reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position g during concrete placement. Maintain minimum cover to reinforcement. D. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. 3.4 JOINTS A. General: Construct isolation, contraction, construction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. 1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour, unless pavement terminates at isolation joints. 1. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 2. Provide tie bars at sides of pavement strips where indicated. 3. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Isolation Joints: Form isolation joints of preformed joint -filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. 1. Extend joint fillers full width and depth of joint. 2. Terminate joint filler less than 1/2 inch or more than 1 inch below finished surface if joint sealant is indicated. 3. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 4. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint -filler sections together. 5. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Curb and Gutter 1. Place %" pre -molded expansion joints at the tangent point of each return at intersections and at intervals not more than 40 feet between the intersections. 2. Locate construction joints of at least 3/4" depth at 10 foot intervals. E. Sidewalk 1. Place 3/4" expansion joint material where new construction abuts an existing structure, sidewalk, etc. 2. Place expansion joints at 36 ft. spacing (max). 3. Place weakened plane joints at 5 ft. spacing (max). They shall be '/4" wide by 3/4" deep. 01269008 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - l 0 01 /09 F. Driveways and Pavements 1. Install dowel bars and support assemblies at joints. Dowel bar spacing and size as directed by Engineer. Lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 2. Grooved Joints: Form contraction joints after initial floating by grooving and i finishing each edge of joint with groover tool to the following radius. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. a. Radius: 1/4 inch. b. Bottom Width: 3/8 inch. C. Top Width: 3/4 inch. d. Depth: 1 5/8 inch. 3.5 CONCRETE DELIVERY A. Clean delivery equipment as necessary to prevent accumulation of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump of more than 5 inches. Segregated concrete is subject to rejection. Place agitated concrete within 60 minutes after batching. Place non -agitated concrete within 45 minutes after batching. In hot weather or under conditions causing quick setting of the concrete, times may be reduced by the Engineer. Time limitations may be extended if the Contractor can demonstrate that the concrete can be properly placed, consolidated, and finished without the use of additional water. 3.6 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcement steel, and items to be embedded or cast in. B. Remove snow, ice, or frost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they are at the required finish elevation and alignment. D. Comply with requirements and with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. { _ E. Deposit and spread concrete in a continuous operation between transverse joints. Where hand spreading is necessary, distribute concrete using shovels do not push or drag concrete into place or use vibrators to move concrete into place. F. Consolidate concrete by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures to consolidate concrete according to recommendations in ACI 309R. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square -faced shovels for hand -spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. G. Screed pavement surfaces with a straightedge and strike off. Commence initial floating using bull floats or darbies to form an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading dry -shake surface treatments. 01269008 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 11 01 /09 H. Curbs and Gutters: When automatic machine placement is used for curb and gutter; placement, submit revised mix design and laboratory test results that meet or exceed Tequirements. Produce curbs and gutters -to required cross section, lines, grades, finish, and jointing as specified for formed concrete. If results are not approved, remove and replace with formed concrete. I. When adjoining pavement lanes are placed in separate pours, do not operate equipment on p concrete until pavement has attained 85 percent of its 28-day compressive strength. J. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to, or is expected to fall below, 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. K. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 deg F. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcement steel with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, reinforcement steel, and subgrade just before placing concrete. - Keep subgrade moisture uniform without standing water, soft spots, or dry areas. '_, L. Date Imprinting: Imprint dates in the fresh concrete indicating the date of the concrete placement. Make impressions approximately I foot from the outside longitudinal construction joint or edge of pavement and approximately 1 foot from the transverse construction joint at the beginning of the placement day. Orient the impressions to be read from the outside shoulder in the direction of final traffic. Impress date in DD-MM-YY format. Imprinting of the Contractor name or logo in similar size characters to the date is allowed. 3.7 CONCRETE FINISHING A. General: Wetting of concrete surfaces with water during screeding, initial floating, or finishing operations is prohibited. However, Contractor should prevent surface drying of the pavement before application of the curing system. Accomplish this by fog applications of evaporation retardant on the pavement surface. Apply evaporation retardant at the rate recommended by the manufacturer. Reapply the evaporation retardant as needed to maintain the concrete surface in a moist condition until curing system is applied. Do not use evaporation retardant as a finishing aid. Failure to take acceptable precautions to prevent surface drying of the pavement will be cause for shut down of pavement operations. i 01269008 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 12 01/09 B. Finished Surface: Perform sufficient checks with long -handled 10ft. and 15-ft. straightedges parallel and perpendicular to centerline on the plastic concrete to ensure that the final surface has no variation greater than 1/8-in between any 2 contacts. Diamond grinding or other approved methods will be required to correct the ride quality should this tolerance be exceeded. C. Float Finish: Begin the second floating operation when bleed -water sheen has disappeared and the concrete surface has stiffened sufficiently to permit operations. Finish surfaces to true planes. Cut down high spots, and fill low spots. Refloat surface immediately to uniform granular texture. 1. Burlap Finish: For sidewalks, drag a seamless strip of damp burlap across float - finished concrete, perpendicular to line of traffic, to provide a uniform, gritty texture. 2. Medium -to -Fine -Textured Broom Finish: For curb and gutter, draw a soft bristle broom across float -finished concrete surface perpendicular to line of traffic to provide a uniform, fine -line texture. 3. Medium -to -Coarse -Textured Broom Finish: For fillets, driveways and alleys, provide a coarse finish by striating float -finished concrete surface 1/16 to 1/8 inch deep with a stiff -bristled broom, perpendicular to line of traffic. 4. Tined Finish: for concrete pavement, perform surface texturing using a combination of a carpet drag and metal tining. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal -tine texture finish is required unless otherwise shown on the plans. Provide the metal -tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal -tine device to obtain grooves spaced at 1 in., approximately 3/16 inch deep, with a minimum depth of 1/8 inch, and approximate- ly 1/12 inch wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on other irregular sections of pavements. Repair damage to the edge of the slab and joint immediately after texturing. D. Small or Irregular Placements: Where machine placements and finishing of concrete pavement are not practical, use hand equipment and procedures that produce a consolidated and finished pavement section to the line and grade. E. Emergency Procedures: Use hand -operated equipment for applying texture, evaporation retardant, and cure in the event of equipment breakdown. 3.8 CONCRETE PROTECTION AND CURING A. Curing: Keep the concrete pavement surface from drying by water fogging until the curing material has been applied. Maintain and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 3 curing days unless specified otherwise. A curing day is defined as a 24-hr period when either the temperature taken in the shade away from artificial heat is above 50°F for at least 19 hr or when the surface temperature of the concrete is maintained above 40°F for 24 hr. Curing begins when the concrete curing system has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. B. Protect freshly placed concrete from excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and follow recommendations in ACI 305R for hot - weather protection during curing. 01269008 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 13 01 /09 C. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer`s written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. D. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface. E. Curing Methods: Cure concrete by moisture curing, moisture -retaining -cover curing, curing compound, or a combination of these as follows: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with , the following materials: a. Water. b. Continuous water -fog spray. C. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. -1 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: After texturing and immediately after the free surface moisture has disappeared, spray the concrete surface uniformly with 2 coats of membrane curing compound at an individual application rate of not more than 180 sq. ft. per gallon. Apply the first coat within 10 minutes after completing texturing operations. Apply the second coat within 30 minutes after completing texturing operations. Before and during application, maintain curing compounds in a uniformly agitated condition, free of settlement. Do not thin or dilute the curing compound. Where the coating shows discontinuities or other defects or if rain falls on the newly coated surface before the film has dried enough to resist damage, apply additional compound at the same rate of coverage to correct the damage. Ensure that the curing compound coats the sides of the tining grooves. 4. Curing Class E Concrete: For all Class HES concrete pavement, provide membrane curing in accordance with Section 360.4.I.1, "Membrane Curing," followed promptly by moisture curing until opening strength is achieved but not less than 24 hours. 3.9 SAWING JOINTS A. Saw joints to the depth shown on the plans as soon as sawing can be accomplished without damage to the pavement regardless of time of day or weather conditions. Some minor raveling of the saw cut is acceptable. Use a chalk line, string line, sawing template, or other approved method to provide a true joint alignment. Provide enough saws to match the paving production rate to ensure sawing completion at the earliest possible time to avoid uncontrolled cracking. Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hour of curing. ;i 01269008 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 14 01/09 _f (, 1 3.10 PROTECTION OF PAVEMENT AND -OPENING TO TRAFFIC A. Testing for early opening is the responsibility of the Contractor regardless of job -control testing responsibilities unless otherwise shown in the plans or directed. Testing result interpretation for opening to traffic is subject to the approval of the Engineer. 1. Protection of Pavement: Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly placed pavement for the periods specified. Before opening to traffic, protect the pavement from damage due to crossings using approved methods. Where a detour is not readily available or economically feasible, an occasional crossing of the roadway with overweight equipment may be permitted for relocating equipment only but not for hauling material. When an occasional crossing of overweight equipment is permitted, temporary matting or other approved methods may be required. Maintain an adequate supply of sheeting or other material to cover and protect fresh concrete surface from weather damage. Apply as needed to protect the pavement surface from weather. 2. Opening Pavement to All Traffic: Pavement that is 7 days old may be opened to all traffic. Before opening to traffic, clean pavement, place stable material against the pavement edges, seal joints, and perform all other traffic safety related work. 3. Opening Pavement to Construction Equipment: Unless otherwise shown on the plans, concrete pavement may be opened early to concrete paving equipment and related delivery equipment after the concrete is at least 48 hour old and opening strength has been demonstrated in accordance with Section 360.4.K.4, "Early Opening to All Traffic," before curing is complete. Keep delivery equipment at least 2 feet from the edge of the concrete pavement. Keep tracks of the paving equipment at least 1 foot from the pavement edge. Protect textured surfaces from the paving equipment. Restore damaged membrane curing as soon as possible. Repair pavement damaged by paving or delivery equipment before opening to all traffic. 4. Early Opening to All Traffic: Concrete pavement may be opened after curing is complete and the concrete has attained a flexural strength of 450 psi or a compressive strength of 2,800 psi, except that pavement using Class BES concrete may be opened after 24 hour if the specified strength is achieved. a. Strength Testing: Test concrete specimens cured under the same conditions as the portion of the pavement involved. 5. Emergency Opening to Traffic: Under emergency conditions, when the pavement is at least 72 hour old, open the pavement to traffic when directed in writing. Remove all obstructing materials, place stable material against the pavement edges, and perform other work involved in providing for the safety of traffic as required for emergency opening. 01269008 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 15 01 /09 3.11 PAVEMENT THICKNESS A. The Engineer will check the thickness in accordance with Tex423-A unless other methods are shown on the plans. The Engineer will perform l thickness test consisting of 1 reading at approximately the center of each lane every 500 feet or fraction thereof. Core where directed in accordance with Tex-424-A to verify deficiencies of more than 0.2 inches from plan thickness and to determine the limits of deficiencies of more than 0.75 inches from plan thickness. Fill core holes using a concrete mixture and method approved by the Engineer. 1. Thickness Deficiencies Greater than 0.2 inches: When any depth test measured in accordance with Tex423-A is deficient by more than 0.2 inches from the plan thickness, take one 4-inch diameter core at that location to verify the measurement. If the core is deficient by more than 0.2 inches but not by more than 0.75 inches from the plan thickness, take 2 additional cores from the unit (as defined in Section 3.11.A.3, "Pavement Units for Payment Adjustment") at intervals of a least 150 feet and at locations selected by the Engineer, and determine the thickness of the unit for payment purposes by averaging the length of the 3 cores. In calculations of the av- erage thickness of this unit of pavement, measurements in excess of the specified thickness by more than 0.2 inches will be considered as the specified thickness plus 0.2 inches. 2. Thickness Deficiencies Greater than 0.75 inches: If a core is deficient by more than 0.75, take additional cores at 10 foot intervals in each direction parallel to the centerline to determine the boundary of the deficient area. The Engineer will evaluate any area of pavement found deficient in thickness by more than 0.75 inches but not more than 1 inch. As directed, remove and replace the deficient areas without additional compensation or retain deficient areas without compensation. Remove and replace any area of pavement found deficient in thickness by more than 1 inch without additional compensation. 3. Pavement Units for Payment Adjustment: Limits for applying a payment adjustment for deficient pavement thickness from 0.20 inch to not more than 0.75 inch are 500 foot of pavement in each lane. Lane width will be as shown on typical sections and pavement design standards. For greater than 0.75 inch deficient thickness, the limits for applying zero payment or requiring removal will be defined by coring or equivalent nondestructive means as determined by the Engineer. The remaining portion of the unit determined to be less than 0.75 inch deficient will be subject to the payment adjustment based on the average core thickness at each end of the 10 foot interval investigation as deter- mined by the Engineer. Shoulders will be measured for thickness unless otherwise shown on the plans. Shoulders 6 feet wide or wider will be considered as lanes. Shoulders less than 6 feet wide will be considered part of the adjacent lane. Limits for applying payment adjustment for deficient pavement thickness for ramps, widenings, acceleration and deceleration lanes, and other miscellaneous areas are 500 feet in length. Ares less than 500 feet in length will be individually evaluated for payment adjustment based on the plan area. O1269008 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 16 O1/09 j 4. Deficient Thickness Adjustment: Where the average thickness of pavement is deficient in thickness by more than 0.2 inches but not more than 0.75 inches, _ payment will be made using the adjustment factor as specified in Table 2 applied to the bid price for the deficient area for each unit as defined under Section 3.11.A.3, "Pavement Units for Payment Adjustment". Table 2 Deficient Thickness Price Adjustment Factor Deficiency in Thickness Determined by Cores in. Proportional Part of Contract Price Allowed adjustment factor Not deficient 1.00 Over 0.00 through 0.20 1.00 Over 0.20 through 0.30 0.80 Over 0.30 through 0.40 0.72 Over 0.40 through 0.50 0.68 Over 0.50 through 0.75 0.57 3.12 PAVEMENT MARKINGS A. Permanent pavement markings shall be reflectorized multipolymer (Modified Urethane) applied in accordance with manufacturer's recommendations including surface preparation. B. Materials and installation for surface markings shall be in accordance with TxDOT Specifications. 3.13 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control include those specified in this Article. B. Testing Services: Testing shall be performed according to the following requirements: 1. Sampling Fresh Concrete: Representative samples of fresh concrete shall be obtained according to ASTM C 172, except modified for slump to comply with ASTM C 94. 2. Compressive -Strength Tests: ASTM C 39; one set for each day's pour of each concrete class exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd.. One specimen shall be tested at 7 days and two specimens at 28 days; one specimen shall be retained in reserve for later testing if required. 3. When frequency of testing will provide fewer than five compressive -strength tests for a given class of concrete, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 4. Slump: ASTM C 143; one test at point of placement for each compressive -strength test, but not less than one test for each day's pour of each type of concrete. Additional tests will be required when concrete consistency changes. 5. Air Content: ASTM C 231, pressure method; one test for each compressive -strength test, but not less than one test for each day's pour of each type of air -entrained concrete. 01269008 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - l 7 01/09 6. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each set of compressive -strength specimens. 7. Compression Test Specimens: ASTM C 31/C 31M; one set of four standard cylinders for each compressive -strength test, unless otherwise indicated. Cylinders shall be molded and stored for laboratory -cured test specimens unless field -cured test specimens are required. C. Test results shall be reported in writing to Engineer and Contractor within 24 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing agency, concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. D. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer but will not be used as the sole basis for approval or rejection. E. Additional Tests: Contractor shall make additional tests of the concrete when test results indicate slump, air entrainment, concrete strengths, or other requirements have not been met, as directed by Engineer. Contractor may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. F. Contractor shall pay for failing tests. G. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders or acceptance test beams are not representative of concrete -in -place in the pavement; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders or acceptance test beams for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. if core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the pavement, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the pavement. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F to 80 degrees F, and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. 01269008 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 18 01/09 C. Questionable concrete will be considered structurally acceptable if the average of the cores is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified compressive strength (50 psi below specified beam strength). 3.14 REPAIRS AND PROTECTION A. Remove and replace concrete pavement that is broken, damaged, or defective, or does not meet requirements in this Section. B. Drill test cores where directed by Engineer when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with portland cement concrete bonded to pavement with epoxy adhesive. C. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. D. Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material from construction traffic. Sweep concrete pavement not more than two days before date scheduled for opening section to public traffic. END OF SECTION 02751 01269008 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 19 01 /09 SECTION 02764 PAVEMENT JOINT SEALANTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes the following: 1. Expansion and contraction joints within portland cement concrete pavement. 2. Joints-betweerrportland-cement-concrete and asphalt pavement. 1.3 RELATED SECTIONS A. Section 02751 — Portland Cement Concrete Pavement B. Section 02741 — Hot -Mix Asphalt Paving 1.4 REFERENCES A. ASTM C 1193 — Use of Joint Sealants B. ASTM D 5249 — Backer Material for Use With Cold -and -Hot -Applied Joint Sealants in Portland Cement Concrete and Asphalt Joints C. ASTM D 1751 — Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) D. ASTM D 3405 — Joint Sealants, Hot Applied, for Concrete and Asphalt Pavements E. ASTM D 3406 — Joint Sealant, Hot Applied, Elastomeric Type, for Portland Cement Concrete Pavements F. ASTM C 920 — Elastomeric Joint Sealants G. DMS — TxDOT Departmental Material Specification. 1.5 SUBMITTALS A. Product Data: For each joint -sealant product indicated. B. Samples for Verification: For each type and color of joint sealant required. Install joint -sealant samples in 1/2-inch- wide joints formed between two 6-inch- long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. C. Product Certificates: Signed by manufacturers of joint sealants certifying that products furnished comply with requirements and are suitable for the use indicated. D. Compatibility and Adhesion Test Reports: From joint sealant manufacturer indicating the following: 1. Materials forming joint substrates and joint -sealant backer materials have been tested for compatibility and adhesion with joint sealants. 2. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion. 01269008 PAVEMENT JOINT SEALANTS 02764 - 1 01/09 E. Product Test Reports: From a qualified testing agency indicating joint sealants comply with requirements, based on comprehensive testing of current product formulations. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has specialized in installing joint sealants similar in material, design, and extent to those indicated for this Project and whose work has resulted in joint -sealant installations with a record of successful in-service performance. B. Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer. C. Product Testing: Obtain test results for "Product Test Reports" Paragraph in "Submittals" Article from a qualified testing agency, based on testing current sealant formulations within a 36-month period. 1. Testing Agency Qualifications: An independent testing agency qualified according to ASTM C 1021 to conduct the testing indicated, as documented according to ASTM E 548. 2. Test joint sealants for compliance with requirements indicated by referencing standard specifications and test methods. D. Preconstruction Compatibility and Adhesion Testing: Submit to joint sealant manufacturer, for testing indicated below, samples of materials that will contact or affect joint sealants. 1. Use manufacturer's standard test methods to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration date, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials to comply with manufacturer's written instructions to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.8 PROJECT CONDITIONS A. Environmental Limitations: Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer. 2. When joint substrates are wet. 3. When blowing dust conditions exist. B. Joint -Width Conditions: Do not proceed with installation of joint sealants where joint widths are less than that allowed by joint sealant manufacturer for application indicated. C. Joint -Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with their adhesion are removed from joint substrates. 01269008 PAVEMENT JOINT SEALANTS 02764 - 2 O1/09 PART2-PRODUCTS 2.1 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backing materials, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint sealant manufacturer based on testing and field experience. B. Bituminous pre -molded expansion joint shall conform to ASTM D 1751. C. Joint sealant shall be in accordance with DMS - 6300. 1. For joints between portland cement concrete and asphalt concrete provide class 3, 4 or 5. 2. For joints in Portland cement concrete pavement. Provide Class 5 or 8. D. Mix material in accordance with manufacturer recommendations. 2.2 JOINT -SEALANT BACKER MATERIALS A. General: Provide joint -sealant backer materials that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by joint sealant manufacturer based on field experience and laboratory testing. B. Round Backer Rod for Cold- and Hot -Applied Sealants: ASTM D 5249, Type], of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. C. Backer Strips for Cold- and Hot -Applied Sealants: ASTM D 5249; Type 2; of thickness and width required to control sealant depths, prevent bottom -side adhesion of sealant, and fill remainder of joint opening under sealant. D. Round Backer Rods for Cold -Applied Sealants: ASTM D 5249, Type 3, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. 2.3 PRIMERS A. Primers: Product recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint- sealant - substrate tests and field tests. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint -sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 01269008 PAVEMENT JOINT SEALANTS 02764 - 3 01/09 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint sealant manufacturer's written instructions. B. Joint Priming: Prime joint substrates where indicated or where recommended in writing by joint sealant manufacturer, based on preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint sealant manufacturer's written installation instructions applicable to products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations of ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install backer materials of type indicated to support sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of backer materials. 2. Do not stretch, twist, puncture, or tear backer materials. 3. Remove absorbent backer materials that have become wet before sealant application and replace them with dry materials. D. Install sealants by proven techniques to comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses provided for each joint configuration. 3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealants from surfaces adjacent to joint. 2. Use tooling agents that are approved in writing by joint sealant manufacturer and that do not discolor sealants or adjacent surfaces. F. Provide joint configuration to comply with joint sealant manufacturer's written instructions, unless otherwise indicated. G. Provide recessed joint configuration for silicone sealants of recess depth and at locations indicated. 3.4 CLEANING A. Clean off excess sealants or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. 01269008 PAVEMENT JOINT SEALANTS 02764 - 4 01 /09 3.5 PROTECTION A. Protect joint sealants during and after curing period —from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from the original work. END OF SECTION 02764 01269008 PAVEMENT JOINT SEALANTS 02764 - 5 01/09 SECTION 02810 IRRIGATION SYSTEMS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this Section. B. Description of Work. 1. The work that the City of Lubbock desires to be performed is as follows: a. Install a new irrigation system, including all necessary water connections, backflow prevention, controller, valves, piping and irrigation heads as shown on-.the-plans,-as-a_complete-and separate-sy-stems fr-om-the existing--irr-igation systems. b. Preserve the integrity and operational capacity of the existing irrigation in the areas adjacent to the right-of-way. which remain unaffected by--the-r-egr-ading work and new street construction. Repair existing system which is damaged by construction of new sidewalk. Remove, relocate and/or replace the existing PVC mainline piping that may be affected by the grading work and/or construction, as shown on the plans. C. Renovate the existing irrigation system at Fire Station #34 property by replacing the heads which will be affected by the new street alignment, as shown on the plans. Relocate the existing PVC mainline piping that may be affected by the new street construction. Tie the replacement or salvaged irrigation heads into the existing system, while preserving the integrity and operational capacity of the existing irrigation system at the Fire Station. 1.2 SUMMARY A. The Contractor shall supply all supervision, perform all work, furnish all labor, tools, materials, equipment, and incidentals necessary to fully and properly perform all work as shown on the plans and described in the specifications. All construction and other work shall be completed in accordance with all governing codes and ordinances, with the best engineering and construction practices, including material manufacturer's recommendations for installation and workmanship, for the skill or trade involved. B. We request that your proposal be made in conformance with the guidelines contained in the specifications and on all plans. The contract shall be awarded to the company with the proposal determined to be the most advantageous to the City of Lubbock. C. This Section includes piping, valves, sprinklers, specialties, controls, and wiring for automatic -control irrigation system. 1.3 DEFINITIONS A. Circuit Piping: Downstream from control valves to sprinklers, specialties, and drain valves. Piping is under pressure during flow. B. Irrigation Main Piping: Downstream from point of connection to water distribution piping to, and including, control valves. Piping is under water -distribution -system pressure. 01269008 IRRIGATION SYSTEMS 02810 - 1 01/09 C. The following are industry abbreviations for plastic materials: 1. ABS: Acrylonitrile-butadiene-styrene plastic. 2. FRP: Fiberglass -reinforced plastic. 3. PA: Polyamide (nylon) plastic. 4. PE: Polyethylene plastic. 5. PP: Polypropylene plastic. 6. PTFE: Polytetrafluoroethylene plastic. 7. PVC: Polyvinyl chloride plastic. 8. TFE: Tetrafluoroethylene plastic. 1.4 PERFORMANCE REQUIREMENTS A. Location of Sprinklers and Specialties: Design location is approximate. Make minor adjustments necessary to avoid plantings and obstructions such as signs and light standards. Maintain 100 percent water coverage of turf and planting areas indicated. B. Discrepancies: It is the intent that all work must be completed and all material must be furnished -with the generally accepted practice -of -the area. In -the event of -any -discrepancies between the plans and the specifications or doubts as to the meaning and intent of any portion of the contract, the Owners Representative shall define what is to apply to the work. 1.5 SUBMITTALS A. Product Data: Contractor shall submit shop drawings to the Owners Representative before purchasing and installation of materials and equipment. Shop drawings shall include complete layout and detailed drawings illustrating the location and type of all heads, valves, piping circuits, controls and accessories. Include required copies of manufactures literature, certifications, and operating instructions for the following: 1. Irrigation Piping. 2. General -duty valves. 3. Specialty valves. 4. Control -valve boxes. 5. Sprinklers. 6. Irrigation specialties. 7. Control cables. Include splice kits. B. Operation and Maintenance Data: Contractor to provide two (2) copies. For irrigation systems, to include in emergency, operation, parts list, and maintenance manuals. Include data for the following: I. Automatic -control valves. 2. Sprinklers. 3. Heads. C. Substitutions: All substitutions shall conform to the following provisions: 1. All proposed substitutions must be submitted to the Owners Representative no later than 15 days before the project bid date for approval. Substitution submittals must include all manufacturers literature, certifications and operating instructions as well as shop drawings proving service and performance equal to or better than that depicted on the plans. The owner reserves all right to deny any substitution that does not provide equal performance or quality. 01269008 IRRIGATION SYSTEMS . 02810 - 2 01/09 2. Installation of any approved substitution is the Contractor's responsibility. Any changes required for installation of the substitution must be made to the satisfaction of the Owners Representative at the Contractor's expense only. Approval of substitutions does not constitute approval of installation. D. Maintenance Materials: At the completion of the job, the Contractor shall furnish spare parts, special tools and equipment required to operate and maintain the system. E. Record Irrigation Drawings: Contractor shall furnish Record Drawings of the complete irrigation system in accordance with the General and Special Conditions. Construction drawings shall be on the construction site at all times while the irrigation system is being installed. Contractor shall make a daily record of all work installed during each day. Actual location of valves and quick couplers and all irrigation and drainage piping shall be shown on the prints by dimensions from easily identified permanent features, such as buildings, curbs, fences, walks or property lines. Drawings shall show approved substitutions, if any, of material including manufacturer's name, and catalog number. The drawings shall be to scale and all indications shall be neat. All information noted on the print shall be transferred to sepia by Contractor and all indications shall be recorded in a neat, orderly way. The record drawings shall be turned over to the Owners Representative at or before the Final Acceptance of the project. 1.6 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. All work and materials shall be in full accordance with current rules and regulations of safety orders .of Division of Industrial Safety, the Uniform Plumbing Code, TCEQ and other applicable laws or regulations. C. Preliminary review of system installation will be made by Owners Representative prior to backfilling of trenches and during testing. D. Installer Qualifications: Engage an experienced Installer who has completed irrigation systems similar in material, design, and extent to that indicated for Project that have resulted in construction with a five year record of successful local in-service performance. The Bidder shall supply the name and license number of the licensed irrigator who is responsible for the project with the bid submittal. The irrigation installer shall be licensed in the State of Texas or from the state where the Contractor is based. Out -of -State licensing if the licensing state shares reciprocity with Texas will be considered. A Licensed Irrigator shall be on the jobsite daily for direct supervision of employees on design, installation, maintenance or repair of the irrigation system including the connection of such system to the water supply. The Owner reserves the right to reject any bid if the bidder is not qualified based on the above given criteria. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver piping with factory -applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe -end damage and to prevent entrance of dirt, debris, and moisture. Protect from excessive bending and from external, concentrated load at any point. B. The Contractor shall exercise care in handling, loading and unloading of all equipment. C. Store plastic piping protected from direct sunlight. Support to prevent sagging and bending. 01269008 IRRIGATION SYSTEMS 02810 - 3 01/09 D. The Contractor shall be responsible for all materials furnished by him and shall replace at {$ his own expense any and all material found to be defective in manufacture or if it has become damaged in handling or storage. 1.8 PROJECT CONDITIONS A. Interruption of Existing Water Service: Do not interrupt water service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary water service according to requirements indicated. Notify _ Owners Representative no -fewer than four (4) days in advance of proposed interruption of water service. B. Contractor shall acquaint himself with all site conditions. Should utilities or other work not shown on the plans be found during excavations, Contractor shall promptly notify Owners Representative for instructions as to further action. Failure to do so will make Contractor liable for any and all damage thereby arising from his operations subsequent to discovery of such utilities not shown on plans. C. Contractor shall -take necessary--precautions-to-protect-site-conditions: Should damage -be incurred, this Contractor shall repair damage to its original condition or furnish and install equal replacement at his expense. D. The Contractor shall be responsible for the Texas Prevention Legislation. The- Texas damage prevention law (Utilities Code Title 5, Chapter 251) took effect October 1, 1998. This law requires excavators to call 48 hours before they dig. Texas Excavation Safety System Inc. (TESS) is a nonprofit corporation formed by member companies to prevent damage to underground facilities. The service is 100 percent free to excavators by calling 1-800-DIG-TESS (344-8377). E. Any utility and irrigation lines shown on plans are for design and construction information only. The depths of utility lines are not guaranteed. All underground lines are referenced from known surface structures. It is not implied that all existing public utility lines are shown on plan. Park utilities are not listed with DIG TESS. They include but are not limited to irrigation systems, park lighting and all others are private utilities. The Contractor's attention is directed to the fact that other underground utility lines may exist of which the Owner is not aware. The Owner does not assume any responsibility for any public utilities that are not shown on plans. It is the Contractor's obligation to locate and familiarize themselves with all utilities and to provide for their safety. Damage to utilities will be repaired at Contractor's expense. F. The Contractor is responsible for all connections to system. A RPZ will be installed by the Contractor as shown on plans. G. Electrical Power Supply: The Contractor is responsible for 1 20V single phase power to the RainMaster DX Controller Box. H. The Contractor is responsible for the protection and preservation of all plant material, monuments, and structures during installation. Any damage shall be replaced or repaired by the Contractor, at his own expense, to the satisfaction of the Owner. I. All trenching or any excavation shall be a greater distance from the trunk of any plant material than ten (10x) times the diameter of the trunk at twelve (12") inches from the ground. If questions arise, the Contractor shall contact the Owners Representative for clarification. J. The Contractor shall not park or drive any vehicles or equipment beneath the drip line of on -site trees and shrubs. The Contractor and his employees shall not park on un-surfaced park property and shall not drive vehicles across the City of Lubbock land unless it is directly necessary to deliver materials to the job site. 3 01269008 IRRIGATION SYSTEMS 02810 - 4 01/09 5 K. -The Contractor shall take all necessary precautions to ensure the safety of any pedestrians during the demolition, construction and clean-up operations. The Contractor shall maintain and keep in good repair the work intended under these plans and Specifications, and shall 1 perform all necessary repair, construction and renewal to the date of acceptance by the Owner. 1.9 COORDINATION A. Coordinate location and installation of irrigation controller. Requirements are specified on Plans. 1.10 FINAL ACCEPTANCE A. Work under this Section will be accepted by Owners Representative upon satisfactory completion of all work. Upon Final Acceptance, Owner will assume responsibility for maintenance of the work. Said assumption does not relieve Contractor of obligations under Warranty-. 1.11 WARRANTY A. In addition to manufacturer's guarantees or warranties, all work shall be warranted for one year from the date of Final Acceptance against defects in material, equipment and workmanship by Contractor. Warranty shall also cover repair of damage to any part of the premises resulting from leaks or other defects in materials, equipment and workmanship to the satisfaction of the Owner. B. Contractor shall not be held responsible for failures due to neglect by Owner, vandalism, etc., during Warranty Period. PART 2-PRODUCTS 2.1 PERFORMANCE OF SPECIFIED MATERIAL A. All specifications given for materials are based on the performance of the equipment. This is to assure the integrity and proper hydraulics for which the system is designed. If bid material does not conform to given performance specifications, the bid will be rejected by the Owner based on grounds that proper function of system could not be maintained by using equipment that does not meet the performance specifications required. B. All material to be new, unused, and current. C. All material must be a standard product of a manufacturer. D. The Contractor shall provide performance records to verify equipment capabilities. 2.2 MATERIALS A. PVC Pipe: 1. Lateral Piping: Polyvinyl chloride pipes shall be class 200, SDR 21 un-plasticized polyvinyl chloride, Type 1, Grade 1. 2. Mainline Piping: PVC pipe, ASTM D 1785, PVC 1120 compound, Schedule 40. B. Fittings 1. All piping must have manufacturer's markings clearly printed on them during installation. 2. All class 200 pipes must conform to ASTM D-2241. 1 01269008 IRRIGATION SYSTEMS 02810 - 5 01/09 3. All lateral piping under four (4) inches shall be solvent weld. 4. All mainline piping four (4) inches and larger shall use belled ends or belled couplings using rubber gaskets in twenty (20) foot laying lengths. 5. All fittings for four (4) inches or larger mainline shall be 200 psi Gasketed Fittings. 1_ 6. All fittings shall be pressure rated for 200-psi maximum working pressure. 7. Gaskets shall be designed for pressure and vacuum with maximum deflection (ASTM F-477). 8. PVC Fittings a. Schedule 40 fittings must conform to ASTM D-2466. b. Schedule 80 fittings must conform to ASTM D-2464. 9. Three (3) X Four (4) Reducing Male adapters shall not be used. C. Swing Joints 1. Nipples: Schedule 80 with molded threads on both ends, unless specified otherwise in construction detail. 2. Elbows: (90 degree) Schedule 40 FIPT X FIPT. 3. Pre -Fabricated swing joints are acceptable. 4. Lateral line fittings: Schedule 40. D. Flow Sensor 1. Data Industrial. Flow Sensor supplied by Contractor. Installation and wiring shall be furnished and installed by the Contractor. E. Valves 1. Manual Control Gate Valve a. All gate valves shall have resilient seats, iron body, bronze mounted throughout, brass or bronze, and shall meet all requirements of AWWA C 509. All valves shall be mechanical joint. All valves shall open by turning to the left, and unless other -wise specified shall have non -rising stem when buried and outside screw and yoke when exposed. Gate valves shall be furnished with a two-inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. Gate valves shall be furnished with 0-ring stem packing. 2. PVC Ball Valves a. All Ball Valves shall be thermoplastic, compact sealed unit type constructed from PVC Type I Cell Classification 12454. All 0-rings shall be EPDM. All valves shall have Safe-T-Shear stem and double stop Polypropylene handle. All valves shall be listed for potable water use by the National Sanitation Foundation (NSF). All 1/2" - 2" valves shall be pressure rated at 235 psi, 3" - 6" to 150 psi for water at 73°F. Use threaded valves for connection to pipe. 3. Quick -coupler Valves a. Rain Bird # 44-RC, 1", Single lug, 2-piece body, heavy cast bronze with Rubber Cover Lid `or approved equal'. b. Standard cover. C. The Contractor shall supply the Owner with two (2) valve keys for each Quick -coupler type. d. 'Installed with minimum ten (10") inch diameter plastic valve box. 4. Section Valve a. Hunter ICV-3 01 G, 201 G, 151 G or `approved equal' for rotor valves 1) Sized according to plan. 2) Direct burial, remote control electric valve normally closed. 3) Solenoid - Waterproof molded epoxy resin construction having no carbon steel components exposed, having a captive solenoid plunger. 4) Internal Manual Bleed to keep valve boxes dry. 01269008 IRRIGATION SYSTEMS 02810 - 6 O1/09 i 5 Diaphragm - made with fabric reinforcement. 6) Flow adjustment system. 'L 7) Cold water working pressure: -20 to 220 psi. 8) Heavy-duty glass -filled UY resistant nylon with captive bonnet bolts with matching brass body inserts. b. Hunter ICZ-101, or `approved equal' for drip valve C . l) Direct burial, remote control electric valve normally closed. 2) Solenoid - Waterproof molded epoxy resin construction having no carbon steel components exposed, having a captive solenoid plunger. 3) Internal Manual Bleed to keep valve boxes dry. 4) Diaphragm - made with fabric reinforcement. 5) Flow adjustment system. 6) Pressure: 15 to 120 PSI (1.0 to 8.0 bar; 100 to 800 kPa). 7) Heavy-duty glass -filled UY resistant nylon with captive bonnet bolts with matching brass body inserts. y 8) Plastic Wye strainer with stainless steel 150 mesh screen. (. 9 Flow: .5 to 20 GPM (30 to 1200 GPH• 0.12 to 9.60 m3/hr, 1.9 to 76 1 /mm). 10) Temperature: up to 150°F (66°C). C. Hunter ICV or `approved equal' for Master Valve 1) Sized according to plan. 2) Direct burial, remote control electric valve normally closed. 3) Solenoid - Waterproof molded epoxy resin construction having no carbon steel components exposed, having a captive solenoid plunger. 4) Internal Manual Bleed to keep valve boxes dry. 5) Diaphragm -made with fabric reinforcement. 6) Flow adjustment system. 7) Cold water working pressure: - 20 to 220 psi. 8) Heavy-duty glass -filled UV resistant nylon with captive bonnet bolts with matching brass body inserts. 9) Temperature: up to 150°F (66°C). F. Reduced Pressure Zone Assembly "RPZ" (If Applicable) 1. The Back Flow Prevention Device(s) shall be one (1) one and one-half inch (1 1/2") Febco Model 860. 2. A reduced pressure zone assembly shall be installed at each cross -connection to prevent backsiphonage and backpressure of hazardous materials into the potable water supply ANSI/AWWA (CS 10-89). f 3. Standard orientation is inlet flow vertical up, outlet flow vertical down. The assembly shall consist of a pressure differential relief valve located in a zone between two positive seating check valves. Backsiphonage protection shall include provision to admit air directly into the supply pipe via a separate vent. 4. Pressure — Temperature a. Temperature Range: 32°F to 140°F (0°C to 60°C). ( b. Max. Working Pressure: 17Spsi (12.1 bar). L C. Hydrostatic Test Press: 3SOpsi (24.1 bar). 5. Materials a. Main Valve Body: Ductile iron Grade 6545-12. b. Coating: Fusion epoxy coated internal and external AWWA C550-90. C. Shutoff Valves: NRS and OS&Y resilient wedge gate valves AWWA C509. d. Trim: Bronze. 01269008 IRRIGATION SYSTEMS 02810 - 7 01 /09 G h� 1. J. K. e. Elastomer Discs: EPDM. f. Spring: Stainless steel. Reduced Pressure Zone Assembly Enclosure (If Applicable) 1. Hot Box Model # HB 1.5 (or "approved equal") a. Minimum dimensions 2 1 " w x 33" 1 x 25" h, molded fiberglass. b. Flip top lid with continuous hinge at rear with gas shock. C. Lid shall have handles and equipped with lockable enclosure. d. Base shall be equipped with drains large enough to handle flow of RPZ. Valve Boxes 1. Specified Box # 1: Ametek Model 181104; 10" Round (or "approved equal") for drip risers a. Minimum dimensions 8-7/16" x 13-1/4" x 10" deep, molded plastic. Extensions shall be used as necessary to bring valve box to grade and shall be compatible with box to achieve depth required (no bricks shall be used). b. Drop -in green lid with cover lift holes and shall have 1/4 turn lock closure. 2. Specified Box #2: Ametek Model 174030; Standard Rectangular (or "approved equal") for rotor valves and PVC valves. a. Minimum dimensions 16" x 10-3/4" x 12" deep, molded plastic. Extensions shall be used as necessary to bring valve box to grade and shall be compatible with box to achieve depth required (no bricks shall be used). b. Bolt -in green lid with cover lift holes and shall have snap lock tab closure. 3. Specified Box #3: Ametek Model 194502; Jumbo Rectangular (or "approved equal") for Drip and Master Valve(s) and Flow Sensor(s). a. Minimum dimensions 20" x 14" x 12" deep, molded plastic. Extensions shall be used as necessary to bring valve box to grade and shall be compatible with box to achieve depth required (no bricks shall be used). b. Bolt -in green lid with cover lift holes and shall have snap lock tab closure. Sprinkler Heads 1. Specified Head # 1: Hunter INST-06-CV (or "approved equal") with Pro -Spray Nozzle. a. Body: Shall be Institutional and (or "approved equal") Non -corrosive cycolac and stainless steel construction. b. Pop-up design with check -valve. 2. Specified Head #2, Hunter 120 Ultra series with standard nozzle for flow rates ranging between three (3) and six (6) gpm `or approved equal'. a. Sprinklers shall be pop-up type with gear drive for full circle and part circle coverage. The final gear drive and bull gear drive shall be made of stainless steel and brass. The nozzle and drive assembly shall also be encased in stainless steel. b. Sprinklers shall be mounted up to one-half (1/2") inch below finished grade. Controller 1. (1) RainMaster Evolution DX2, Furnished by Contractor. Wire, installation and all connections by Contractor. 2. Box to enclose the controller shall be a Barfield manufacturing BGSSE 1 82630SP. The box shall be provided by the Contractor. 3. Evolution Weather Center H, provided by the Contractor. Lighting Arrestors with Grounding Rods 1. Arrestor to be installed at controller by Contractor. Lightning rods shall be installed by Contractor. 2. Ground Rods -Copper coated steel utilizing a Cadwell grounding connector to secure the wire to the rod. .` 01269008 IRRIGATION SYSTEMS 02810 - 8 O1/09 L. Control Wiring 1. All 24 volt wiring to be ## AWG annealed copper, Baron JIB, 600 volt, PVC coated UL approved direct burial. 2. All wire to be single stranded, one wire for each electric valve and a common wire. a. 12 gauge Common wire. b. 14 gauge Zone wire. C. All control wires to be installed at minimum depth of eighteen (18") inch and directly alongside any pipe if the same ditch is used. d. Include an additional yellow and a green 14 gauge spare wires looped in the mainline ditch. 3. RainMaster Conductor a. The communication cable as required from the sub master satellite assembly to the other satellite assemblies on line shall be a 4-conductor shielded cable (part #EV-CAB-COM). Communication cable may be used to link satellites up to 5,000 feet in length from each other. Cable shall be installed in a 1-inch PVC schedule 40 conduit. b. The flow sensor wire as required from the flow sensor into the satellite assembly enclosure shall be a 2-conductor shielded cable (part #EV-CAB- SEN). The sensor cable may be used to connect the flow sensor to a satellite up to 2,000 feet in length from each other. Cable shall be installed in a 1-inch PVC schedule 40 conduit. C. All conductors shall be the same type and size shown on the drawings as required for proper operation of the system. d. Wire Splices shall NOT BE APPROVED; entire length shall be replaced at CONTRACTORS EXPENSE. M. Miscellaneous Equipment 1. Wire Connectors shall be 3M Model DBY. 2. Provide moisture -proof connection for underground wiring. 3. Solvent Cementing a. Primer - Weld -On P-68 Purple Colored Only (All pipe fittings.) b. Solvent - 1/2" then 11/2 "Weld -on #705; 2" three-10" Weld -On #717. C. Manufacturer's Recommendations shall be followed at all times. 4. Thrust Blocks a. Concrete "ready -mix" 3,000 PSI in 28 days with number #3 rebar installed. To be placed at all angles and terminal ends of two and one-half (2 `h") inch or greater pipe. To be placed at all angles (90's, 45's, tees) and at terminal ends of pipe. (Refer to Thrust Block Detail) Thrust Blocks must be installed against the pipe and extend to twelve (12") inches of an undisturbed vertical wall of the trench. All pipe extend to twelve (12") inches of an undisturbed vertical wall of the trench. All pipe and fittings to be wrapped in thirty (3 0#) pound felt to protect from movement. 5. Fresh water (Potable) line shall be no less than Schedule 40 and have a six (6') foot minimum horizontal separation from all other underground utilities. 6. All pipe to have a one (l') foot minimum vertical separation from all non -like utility lines. 2.3 GUARANTEES A. Provide a guarantee for all labor and material for a period of one year, from the date of substantial completion. I' 01269008 IRRIGATION SYSTEMS 02810 - 9 O1/09 B. Provide a manufacturer's guarantee for sH sprinkler system components, i.e., valves, and i- heads, for a period of five years, from the date of substantial completion. C. Service calls during the one-year warranty period shall require a qualified technician -on site within 24 hours. PART 3 - EXECUTION 3.1 LAYOUT A. Full and complete coverage is required. Contractor shall make any necessary minor adjustments to layout required to achieve full coverage of irrigated areas at no additional cost to Owner. B. Where connections to existing stubouts are required, make necessary adjustments should stubs be located differently. Adjust layout as necessary to install around existing work. C. Where piping occurs under paved areas but running parallel and adjacent to planted area, the -intent is to -install piping -in -planted -areas Do--not-instal]-dirzctly.over-another line -in -the same trench. D. It shall be the Contractor's responsibility to establish the location of all sprinkler heads on all turf -areas in order- to assure proper coverage of all areas. No substitutions of smaller pipe sizes will be permitted but substitutions of larger sizes may be approved. All pipe damaged or rejected because of defects shall be removed from the site at the time of said rejection. E. The Contractor will stake out the location of each run of pipe and all sprinkler heads of sprinkler valve locations prior to trenching. Before installation is started in a given area, the Owners Representative shall check all locations and give his approval. 3.2 EXCAVATING AND TRENCHING A. Perform all excavations as required for installation of work included under this Section, ° i including shoring of earth banks, if necessary. Restore all surfaces, existing underground installations, etc., damaged or cut as a result of the excavations, to their original condition. B. Should utilities not shown on the plans be found during excavations, Contractor should promptly notify Owners Representative for instructions as to further action. Failure to do so will make Contractor liable for any and all damage therein arising from his operations subsequent to discovery of such utilities. Indicate such utility crossings on the Record Drawings promptly. C. Dig trenches wide enough to allow a minimum of four (4") inches between parallel pipelines. Trenches shall be of sufficient depth to provide minimum cover from finish grade as follows: 1. Minimum trench width: Six (6") inches. 2. Minimum cover over installed supply piping: Twenty four (24") inches. 3. Minimum cover over installed branch piping: Eighteen (18") inches._ 4. Minimum cover over installed outlet piping: Eighteen (18") inches. 5. Maximum cover over main line shall not exceed twenty-four (24") inches at zone valves. i D. Trench to accommodate grade changes. E. Maintain trenches free of debris material or obstructions that may damage pipe. F. Where rocks or other undesirable materials are encountered trenches are to be over excavated by three (3") inches to allow for a three (3") inch layer of finely -graded sand under all piping. After the piping is installed, finely -graded sand shall be placed around the piping up to a point three (3") inches above the piping. z 01269008 IRRIGATION SYSTEMS 02810 - 10 01109 G. Aff trenches are to be inspected and approved by the Owners Representative before covering. H. Trench -digging machining may be used for trench excavation in places where operation of trencher would cause damage to existing structures either above or below ground; in such instances, hand -trenching methods shall be employed. I. The Contractor shall locate all existing underground lines whether or not they are shown on the drawings, sufficiently in advance of the trenching to make whatever provision necessary to prevent damage thereto. Extreme care shall be used to prevent such damage and the Contractor shall be fully responsible for damage to any such lines. J. There will be no classification of, or extra payment for excavated materials and all materials encountered shall be excavated as required. Adjacent structures shall be protected from damage by equipment. All excavated material shall be piled in a manner that will not endanger the work or existing structures and which will cause the least obstruction to roadways. There will be no additional payment for rock excavation. K. The Contractor shall dispose of excess trench excavation as directed by the Owners Representative, and at the Contractor's expense. 3.3 BACKFLOW PREVENTION DEVICE A. Install according to local codes-and-nnufacturer's latest printedinstractions. 3.4 CONDUITS AND SLEEVES A. Furnish and install conduit where control wires pass under or through walls. Conduits to be of adequate size to accommodate retrieval for repair of wiring and shall extend twelve (12") inches beyond edge of walls. B. Install sleeves for all pipes passing through or under walls, walks, concrete and paving. Sleeves to be of adequate size to accommodate retrieval for repair of wiring or piping and shall extend twenty four (24") inches beyond edge of paving or other obstruction. C. Coordinate conduit and sleeve installation with other trades as required. 3.5 PIPE LINE ASSEMBLY A. General: 1. Install pipes and fittings in accordance with manufacturer's latest printed instructions. 2. Clean all pipes and fittings of dirt, scales and moisture before assembly. 3. All pipe, fittings and valves, etc., shall be carefully placed in the trenches. Interior of pipes shall be kept free from dirt and debris and when pipe laying is not in progress, open ends of pipe shall be closed by approved means, 4. All lateral connections to the mainline as well as all other connections shall be made to the side of the mainline pipe. No connections to the top of the line shall be allowed. 5. Pipe pulling is not acceptable. 6. Install pipe valves, controls, and outlets in accordance with manufacturer's instructions. 7. Connect to utilities. 8. Set outlets and box covers at finish grade elevations. 9. Swing joints a. Swing joints shall be used on all rotary gear -driven sprinklers and all quick coupler valves and shall be of the same diameter as the inlet opening and shall have a twelve (12") inch lay length. 01269008 IRRIGATION SYSTEMS 02810 - l 1 01/09 b. Pre -manufactured swing joints shall be used as manufactured by Lasco G 132-2 12, or K BI TSA-1000TT. B. Solvent -Welded Joints for PVC Pipes: 1. Use solvents and methods recommended by pipe manufacturer. 2. Cure joint a minimum of one hour before applying any external stress on the piping and at least twenty four (24) hours before placing the joint under water pressure. ? C. Threaded Joints for Plastic Pipes: 1. Use Teflon tape on the threaded PVC fittings except where Marlex fittings are used. 2. Use strap -type friction wrench only. Do not use metal jawed wrench. 3. When connection is plastic to metal, male adapters shall be used. The male adapter shall be hand tightened, plus one turn with a strap wrench. Joint compound shall be Teflon tape or equal upon approval. D. Threaded Joints for Galvanized Steel Pipe: 1. Factory -made nipples shall be used wherever possible. Field -cut threads in pipes will be permitted only where absolutely necessary; when field threading, cut threads accurately on axis with sharp dies. 2. Use pipe joint compound to make threads only. E. Dissimilar Materials Piping Joints 1. Construct joints using adapters that are compatible with both piping materials, outside diameters, and system working and design pressure. F. Concrete Thrust Blocks 1. Thrust blocks are required at all turns and dead -ends on pipe sizes of three (3") inches and larger. Pipe of smaller diameter may require thrust blocks if so directed by the Owners Representative. Concrete shall have a minimum 28-day compressive strength of 3,000 psi. G. Laying of PVC Pipe: 1. Pipes shall be bedded in at least two (2") inches of finely divided material with no rocks or clods over one (1") inch diameter to provide a uniform bearing. 2. Pipe shall be snaked from side to side of trench bottom to allow for expansion and contraction. One additional foot per 100 feet of pipe is the minimum allowance for snaking. 3. Do not lay PVC pipe when there is water in the trench, or when trench or weather conditions are unsuitable for work. 4. Plastic pipe shall be installed in a manner so as to provide for expansion and contraction as recommended by the manufacturer. 5. Plastic pipe shall be cut with PVC pipe cutters or hacksaw, or in a manner so as to ensure a square cut. Burrs at cut ends shall be removed prior to installation so that a smooth unobstructed flow will be obtained. 6. All plastic -to -plastic joints shall be solvent -weld joints or slip seal joints. Only the solvent recommended by the pipe manufacturer shall be used. All plastic pipe and fittings shall be installed as outlined and instructed by the pipe manufacturer and it shall be the Contractor's responsibility to make arrangements with the pipe manufacturer for any field assistance that may be necessary. The Contractor shall assume full responsibility for the correct installation. 7. All foreign matter is to be removed from inside of pipe before joining. Keep clean during laying operations by means of plugs or other approved methods. 8. All lumber, rubbish, and large rocks shall be removed from the trenches. Pipe shall have firm, uniform bearing for the entire length of each pipeline to prevent uneven settlement. 9. When work is in progress, securely close the open ends of pipe fittings so that no trench water, soil, or other substance will enter pipes or fittings. 01269008 IRRIGATION SYSTEMS 02810 - 12 O1/09 10. Take up and re -lay any pipe that has the grade or joint disturbed after laying. 11. Fittings at bends in the pipeline and at ends of lines shall be firmly wedged against _ the vertical face of the trench, -but not against rock. 12. Thrust blocks shall be used. 13. Make joints in all threaded fittings by applying Teflon tape on male threads. The use of Teflon dope is prohibited. 14. Where threaded PVC connections are required, use threaded PVC adapters. 15. There shall be no less than nine (9) inches of pipe between any two fittings, except for close nipples used in swing joints. 16. No cross tees or street ells are to be used at any time. 17. After pipe has been solvent weld, do not apply water pressure for a time less than that of the manufacturer's recommendation, considering current weather conditions. ;- 18. All pipe shall be installed so that the manufacturer's markings are facing in the up position. 19. Excess PVC solvent shall be removed from joints before drying to prevent pipe weakening. Pipe connections made with excess solvent will not be accepted. 20. Solvent welding will not be permitted if weather conditions prevent joints from remaining free of dirt or moisture, while the joint is being made. Also, if the temperature is below that specified by the proper solvent manufacturer's recommendations. 21. The Contractor shall give the Owners Representative twenty-four (24) hours notice before the pipe trenches are to be covered so that the Owner's representative may be _ present for inspection. After the pipe system has been inspected and approved, trenches may be closed. 22. All pipe shall have a one (V) foot minimum vertical separation from all utility lines i x _ in close proximity. 3.6 VALVES A. Group valves together and locate in planted areas where possible. Box shall be flush with finish grade. B. Install all new valves on a level grade with the mainline. Valve boxes shall extend a minimum of three (3") inches below the bottom of valve and placed on Geo-textile material. Valve box extensions shall be used as necessary and shall be compatible with the valve box. C. After installing valves Geo-textile material and valve boxes, backfill holes with one (l ") inch minimum washed gravel, three-quarters (3/4") inch size up to bottom of valve. D. Reduced Pressure Zone Assemblies one (1") inch or smaller shall be installed with PVC unions on both sides of the valve assembly. 3.7 SPRINKLER HEADS A. All sprinkler heads to be installed at spacing indicated on plans. B. Place full and part -circle rotary pop-up sprinkler heads twelve (12") inches from edge of and flush with top of adjacent walks, header boards, curbs, and mowing bands, or paved areas at time of installation. Rotary sprinklers to be installed on a swing joint assembly as detailed. I-- 01269008 IRRIGATION SYSTEMS 02810 - 13 01/09 t C. Sprinkler heads installed on cut-off nipples shall be installed so that the top of the head is i- 3 slightly above ground level to allow for settling. Place pop-up sprinkler heads six (6") inches from edge of and flush with top of adjacent walks, header boards, curbs, and mowing bands, or paved areas at the time of installation. D. All sprinkler heads to be set to the proper arc by the Contractor. 3.8 QUICK COUPLING VALVES A. Quick coupling valves shall be installed on a swing joint assembly. The top of the valve to be at mid line of the valve box which is installed flush with the finish grade. 3.9 AUTOMATIC CONTROLLER A. Contractor to locate Controller as indicated on plans. B. Install per local code and manufacturer's latest printed instructions. C. Connect remote control valves to controller in sequence approved by Owner. D. Affix controller-name_(i.e. "Controller A") -on -inside -of -controller cabinet door--with-letters minimum of one (1") inch high. Affix a non -fading copy of irrigation diagram to cabinet door below controller name. Irrigation diagram to be sealed between two sheets of 20 mil (minimum) plastic. Irrigation diagram -shall -be a -reduced copy of -the -as -built drawing and shall show clearly all valves operated by the controller, showing station number, valve size, and type of vegetation irrigated. 3.10 LIGHTNING ARRESTORS AND ROD A. A lightning arrestor and rod shall be installed at each controller. The rod shall be installed by the Contractor and placed below the controller. B. Rod shall be copper -coated steel, minimum eight (8") feet long, and five eights (5/8") inches diameter. C. Rod shall have a minimum resistance of twenty-five (25) OHMS or less. D. Utilizing a Cadwell grounding connector to secure the wire to the rod. E. Wire used to connect controller to lightning rod shall be four (4) gauge solid copper wire or one gauge larger than power wires, whichever is largest. 3.11 CONTROL WIRING A. All wiring shall be type UF, Copper direct bury type made for the irrigation industry. Wiring shall be color keyed: 12 ga. white for ground, 14 ga. red for operation of equipment, and a one (l') foot loop in each valve box of a 14 ga. green and a 14 ga. yellow j spare or unique color as approved by the Owners Representative. i B. Install control wires with sprinkler mains and laterals in common trenches wherever possible. Lay to the side of pipeline. Provide looped slack at valves and snake wires in trench to allow for contraction of wires. Tie wires in bundles at ten (10') foot intervals. An electrical wiring diagram shall be furnished with the equipment. C. Wire splices will only be allowed to occur within an acceptable control box. Inline direct , burial splices will not be allowed. Wire splices shall be DBY model as manufactured by 3M Company or approved equal. Locations of splices shall be notes on the record drawing. ` J D. Install a minimum of two (2) extra control wire in a unique color to the control valve located the greatest distance from the controller in both directions and label each end blank. Install extra yellow and green wires in mainline ditch. E. All wire passing under existing paving, sidewalk, etc., shall be enclosed in plastic conduit extending at least twelve (12") inches beyond edges of paving or construction. 01269008 IRRIGATION SYSTEMS 02810 - l4 01/09 I ,_ - F. Tracer wire and warning tape shall be installed with all fresh water piping. Tracer wire (16 ga. copper) shall have the insulation removed for at least six (6") inches every thirty (30') feet of run. Potable water warning type shall be run at half the depth of the pipe. 3.12 CLOSING OF PIPE AND FLUSHING OF LINES A. Cap or plug all openings as soon as lines have been installed to prevent entrance of materials that would obstruct the pipe. Leave in place until removal is necessary for completion of installation. B. Thoroughly flush out all water lines before installing heads, valves and other hydrants. C. Test as specified. D. Upon completion of testing, complete assembly and adjust sprinkler heads for proper distribution. E. All sprinkler heads and quick coupling valve boxes shall be set perpendicular to finished grades unless otherwise specified. Sprinkler heads adjacent to existing walls, curbs and other paved areas, shall be set to grade. Sprinkler heads which are to be installed in lawn areas-whererthe-turf-has--not yet been-established-shaH-beset-one--(l-")--- inch above the proposed finish grade. Heads installed in this manner will be lowered to grade when the turf is sufficiently established to allow walking on it without appreciable destruction. Such lowering -of -heads shall be done by this -Contractor as-part--of-the original contract with no additional cost to the Owner. 3.13 TESTING A. Perform hydrostatic tests when welded PVC joints have cured as per manufacturer's instructions. 1. Pressurized Mains: a. Completely install mains, isolation valves and control valves. Do not install laterals. b. Open all isolation valves. C. Fill all lines with water and shut off at meter(s). d. Pressurize the main with air to 70 psi. Monitor gauge for pressure loss for four (4) hours. Maximum loss allowable 3 P.S.I. in 4 hours. e. Leave lines and fittings exposed throughout testing period. f. Leaks resulting from tests shall be repaired and tests repeated until the system passes. g. Test all isolation valves for leakage 2. Non -Pressure Laterals: a. Test piping after laterals and risers are installed and system is fully operational. b. Leave trenches open to detect possible leaks. B. Submit written requests for inspections to the Owners Representative at least forty eight (48) hours prior to anticipated inspection date. 3.14 WIRING A. Control wires from controller to valves shall be laid in sprinkler line trenches (if applicable -wiring to be installed along wiring route on plan). B. Control wires to be taped together every twenty (20') feet along trench. C. Expansion loops shall be made at every turn in the trench and every fifty (50') foot length of wire run by wrapping at least five (5) turns of wire around a one (I") inch rod or pipe. Next, withdraw the rod leaving turns in wire. 01269008 IRRIGATION SYSTEMS 02810 - 15 01/09 i_. I s f 5 D. Common valve wiring shall be white through entire system. E. Section valve wiring shall be red through entire system. White wires may not be used as section wire. 3.15 INSPECTION/ACCEPTANCE A. Preliminary Inspection 1. When all initial installation is done and all incidentals necessary to the proper function of the system is done, the Contractor shall request the Owners Representative to walk through system and visually check the operation of the system. At this time the Owners Representative and Contractor will discuss repairs that may need to take place. The Owner will not expand excess time to accommodate Contractors Deficiencies. B. Final Inspection 1. After preliminary inspection has taken place and all corrections and repairs have been completed by the Contractor, the Contractor and Owners Representative will again walk through the system -to -check operation. Thi"rocedure—wii-l--be repeated until the system operates to the Owner's satisfaction. 3.16 BACKFILL AND COMPACTING A. Once the system is operating and required tests and inspections have been made, backfill excavations and trenches with clean soil, free of debris. B. Backfill for all trenches, regardless of the type of pipe covered, shall be compacted to minimum ninety five (95%) percent density under pavements, eighty five (85%) percent under planted areas, and ninety (90%) percent everywhere else. Percentage is of maximum density as determined by ASTM D698 standard proctor. C. Compact trenches in areas to be planted by thoroughly flooding the backfill. Jetting process may be used in those areas. D. Dress off all areas to finish grades. All trenches and adjoining areas shall be hand -raked to leave the grade in as good or better condition than before construction started. E. All settling and low areas that occur within the first twelve (12) months shall be the responsibility of the Contractor to fill and level. F. All trench backfill shall be flooded to prevent settling. 3.17 COMMISSIONING A. Starting Procedures: Follow manufacturer's written procedures. If no procedures are prescribed by manufacturers, proceed as follows: 1. Verify that specialty valves and their accessories have been installed correctly and operate correctly. 2. Verify that specified tests of piping are complete. 3. Check that sprinklers and devices are correct type. 4. Check that damaged sprinklers and devices have been replaced with new materials. 5. Check that potable water supplies have the correct type of backflow prevention device. 6. Energize circuits to electrical equipment and devices. 7. Adjust operating controls. B. Operational Testing: Perform operational testing after hydrostatic testing is completed, backfill is in place, and sprinklers are adjusted to final position. 01269008 IRRIGATION SYSTEMS 02810 - 16 01 /09 i _� - 3.18 DEMONSTRATION ' A. Demonstrate to Owners Representative that system meets coverage requirements and that automatic controls function properly. B. Demonstrate to Owner's maintenance personnel operation of equipment, sprinklers, specialties, and accessories. Review operating and maintenance information. C. Provide seven (7) days written notice in advance of demonstration. D. The Contractor shall check that all arts are secure and are in good working condition one P g g week after the installation of equipment. E. The Contractor shall verify the completion'of all work as describeTb the specifications and shown on plans. 3.19 GUARANTEE A. The Contractor shall warrant all materials and workmanship for one (1) year from Final Acceptance. 3.20 CLEAN UP A. Clean up and remove all debris from the entire work area to the satisfaction of Owners Representative prior to placing a request for Final Acceptance. END OF SECTION 01269008 IRRIGATION SYSTEMS 02810 - 17 O1/09 SECTION 02920 LAWNS AND GRASSES PARTI-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Seeding. 2. Hydroseeding. 3. Sodding. 4. Sprigging. 5. Meadow grasses. 6. Erosion -control material(s). 7. Grass paving. _ B. Related Sections: 1. Division 2 Section "Site Clearing" for topsoil stripping and stockpiling. 2. Division 2 Section "Earthwork" for excavation, filling and backfilling, and rough grading. — 3. Division 2 Section "Irrigation Systems" for turf irrigation. 4. Division 2 Section "Exterior Plants" for border edgings. — 1.3 DEFINITIONS A. Duff Layer: The surface layer of native topsoil that is composed of mostly decayed leaves, twigs, and detritus. B. Finish Grade: Elevation of finished surface of planting soil. C. Manufactured Topsoil: Soil produced off -site by homogeneously blending mineral soils or _ sand with stabilized organic soil amendments to produce topsoil or planting soil. D. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. E. Pests: Living organisms that occur where they are not desired or that cause damage to plants, animals, or people. These include insects, mites, grubs, mollusks (snails and slugs), — rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. F. Planting Soil: Standardized topsoil; existing, native surface topsoil; existing, in -place surface soil; imported topsoil; or manufactured topsoil that is modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. G. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or top surface of a fill or backfill before planting soil is placed. 01269008 LAWNS AND GRASSES 02920 - 1 01/09 r_ i H. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. I. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project site. In undisturbed areas, the surface soil is typically topsoil, but in disturbed areas such as urban environments, the surface soil can be subsoil. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. 1. Pesticides and Herbicides: Include product label and manufacturer's application instructions specific to this Project. B. Certification of Grass Seed: From seed vendor for each grass -seed monostand or mixture stating the botanical and common name, 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. 1. Certification of each seed mixture for turfgrass sod. Include identification of source and name and -telephone -number -of supplier. C. Qualification Data: For qualified landscape Installer. D. Product Certificates: For soil amendments and fertilizers, from manufacturer. E. Material Test Reports: For existing native surface topsoil and imported —or -manufactured topsoil. F. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of turf during a calendar year. Submit before expiration of required initial maintenance periods. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape Installer whose work has resulted in successful turf establishment. 1. Professional Membership: Installer shall be a member in good standing of either the Professional Landcare Network or the American Nursery and Landscape Association. 2. Experience: Five years' experience in turf installation in addition to requirements in Division 1 Section "Quality Requirements." 3. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. 4. Maintenance Proximity: Not more than two hours' normal travel time from Installer's place of business to Project site. 5. Pesticide Applicator: State licensed, commercial. B. Soil -Testing Laboratory Qualifications: An independent laboratory or university laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. C. Soil Analysis: For each unamended soil type, furnish soil analysis and a written report by a qualified soil -testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; sodium absorption ratio; deleterious material; pH; and mineral and plant -nutrient content of the soil. 1. Testing methods and written recommendations shall comply with USDA's Handbook No. 60. 01269008 LAWNS AND GRASSES 02920 - 2 O1/09 2. The soil -testing laboratory shall oversee soil sampling, with depth, location, and number of samples to be taken per instructions from Architect. A minimum of three representative samples shall be taken from varied locations -for each soil to be used or amended for planting purposes. 3. Report suitability of tested soil for turf growth. a. Based on the test results, state recommendations for soil treatments and soil amendments to be incorporated. State recommendations in weight per 1000 sq. ft. and volume per cu. yd. for nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory planting soil suitable for healthy, viable plants. b. Report presence of problem salts, minerals, or heavy metals, including aluminum, arsenic, barium, cadmium, chromium, cobalt, lead, lithium, and vanadium. If such problem materials are present, provide additional recommendations for corrective action. D. Preinstallation Conference: Conduct conference at Project site. r-A 1.6 DELIVERY,—STORA-GE,-IND-HA-NDUNG A. Seed and Other Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of conformance with state and federal laws, as applicable. B. Sod: Harvest, deliver, store, and handle sod according to requirements in "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" in TPI's "Guideline Specifications to Turfgrass Sodding." Deliver sod in time for planting within 24 hours of harvesting. Protect sod from breakage and drying. C. Bulk Materials: 1. Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2. Provide erosion -control measures to prevent erosion or displacement of bulk materials, discharge of soil -bearing water runoff, and airborne dust reaching adjacent properties, water conveyance systems, or walkways. 3. Accompany each delivery of bulk fertilizers, lime, and soil amendments with appropriate certificates. 1.7 PROJECT CONDITIONS A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with initial maintenance periods to provide required maintenance from date of planting completion. 1. Spring Planting: April I' to August I' for seed sprigs. 2. Fall Planting: Year-round for sod. B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions. <g_9 01269008 LAWNS AND GRASSES 02920 - 3 O1/09 [' 1.8 MAINTENANCE SERVICE A. Initial Turf Maintenance Service: Provide full maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after each area is planted and continue until acceptable turf is established but for not less than the following periods: 1. Seeded Turf. 90 days from date of planting completion. a. When initial maintenance period has not elapsed before end of planting season, or if turf is not fully established, continue maintenance during next planting season. 2. Sodded Turf. 90 days from date of planting completion. 3. Sprigged Turf: 90 days from date of planting completion. B. Initial Meadow Maintenance Service: Provide full maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after each area is planted and continue until acceptable meadow is established, but for not less than 90 days from date of planting completion. PART 2 - PRODUCTS 2.1 SEED A. Grass Seed: Fresh, clean, dry, new -crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. B. Seed Species: Seed of grass species as follows, with not less than 95 percent germination, not less than 85 percent pure seed, and not more than 0.5 percent weed seed: 1. Annual Ryegrass (Lolium Multiflorum). 2.2 TURFGRASS SOD A. Turfgrass Sod: Approved complying with "Specifications for Turfgrass Sod Materials" in TPI's "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. B. Turfgrass Species: Bermudagrass (Cynodon dactylon `Tifton 10'). 2.3 SPRIGS A. Sod Sprigs: Healthy living stems, rhizomes, or stolons with a minimum of two nodes and attached roots free of soil, of the following turfgrass species: 2.4 INORGANIC SOIL AMENDMENTS A. Lime: ASTM C 602, agricultural liming material containing a minimum of 80 percent calcium carbonate equivalent and as follows: 1. Class: T, with a minimum of 99 percent passing through No. 8 (2.36-mm) sieve and a minimum of 75 percent passing through No. 60 (0.25-mm) sieve. 2. Class: O, with a minimum of 95 percent passing through No. 8 (2.36-mm) sieve and a minimum of 55 percent passing through No. 60 (0.25-mm) sieve. 3. Provide lime in form of ground calcitic limestone. 01269008 LAWNS AND GRASSES . 02920 - 4 01 /09 B. Sulfur: Granular, biodegradable, containing a minimum of 90 percent sulfur, and with a minimum of 99 percent passing through No. 6 (3.35-mm) sieve and a maximum of 10 percent passing through No. 40 (0.425-mm) sieve. C. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 1_ percent sulfur. D. Aluminum Sulfate: Commercial grade, unadulterated. E. Perlite: Horticultural perlite, soil amendment grade. F. Agricultural Gypsum: Minimum 90 percent calcium sulfate, finely ground with 90 percent passing through No. 50 (0.30-mm) sieve. G. Sand: Clean, washed, natural or manufactured, and free of toxic materials. 2.5 ORGANIC SOIL AMENDMENTS A. Compost: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1/2-inch sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings: B. Wood Derivatives: Decomposed, nitrogen -treated sawdust, ground bark, or wood waste; of uniform texture and free of chips, stones, sticks, soil, or toxic materials. C. Manure: Weil -rotted, unleached, stable or cattle -manure -containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. 2.6 FERTILIZERS A. Superphosphate: Commercial, phosphate mixture, soluble; a minimum of 20 percent available phosphoric acid. B. 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 formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing laboratory. C. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water - insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing laboratory. 2.7 PLANTING SOILS A. Planting Soil: Existing, native surface topsoil formed under natural conditions with the duff layer retained during excavation process and stockpiled on -site. Verify suitability of native surface topsoil to produce viable planting soil. Clean soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. 1. Mix existing, native surface topsoil with the following soil amendments and fertilizers in the following quantities to produce planting soil: a. Loose Compost per acre: 4 tons b. Weight of Sulfur per acre: 20 lb. C. Weight of Zinc per acre: 1.5 lb. d. Weight of Boron per acre: 0.5 lb. e. Weight of 11-52-0 mono ammonium phosphate (MAP) per acre: 200 lb. 01269008 LAWNS AND GRASSES 02920 - 5 01 /09 2.8 MULCHES A. Fiber Mulch: Biodegradable, dyed -wood, cellulose -fiber mulch; nontoxic and free of plant - growth or germination inhibitors; with a maximum moisture content of 15 percent and a pH range of 4.5 to 6.5. B. Nonasphaltic Tackifier: Colloidal tackifier recommended by fiber -mulch manufacturer for slurry application; nontoxic and free of plant -growth or germination inhibitors. 2.9 PESTICIDES A. General: Pesticide, registered and approved by EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. B. Pre -Emergent Herbicide (Selective and Non -Selective): Effective for controlling the germination or growth of weeds within planted areas at the soil level directly below the mu-lch-layer. C. Post -Emergent Herbicide (Selective and Non -Selective): Effective for controlling weed growth that has already germinated. 2.10 EROSION -CONTROL MATERIALS A. Erosion -Control Fiber Mesh: Biodegradable burlap or spun-coir mesh, a minimum of 0.92 lb/sq. yd., with 50 to 65 percent open area. Include manufacturer's recommended steel wire staples, 6 inches long. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to be planted for compliance with requirements and other conditions affecting performance. 1. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has been deposited in soil within a planting area. 2. Do not mix or place soils and soil amendments in frozen, wet, or muddy conditions. 3. Suspend soil spreading, grading, and tilling operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required results. 4. Uniformly moisten excessively dry soil that is not workable and which is too dusty. B. Proceed with installation only after unsatisfactory conditions have been corrected. C. If contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by Architect and replace with new planting soil. 1-1 01269008 LAWNS AND GRASSES 02920 - 6 O1/09 3:2 PREPARATION F A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydroseeding and hydromulching overspray. 2. Protect grade stakes set by others until directed to remove them. B. Install erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.3 TURF AREA PREPARATION A. Limit turf subgrade preparation to areas to be planted. B. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 6 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1. Apply fer-ti-Hzer-directly-to-subgrade-before-loosening. 2. Spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil. a. -Delay-mixing fertilizer with -planting -soil if planting -will not proceed within a few days. b. Mix lime with dry soil before mixing fertilizer. 3. Spread planting soil to a depth of 6 inches but not less than required to meet finish grades after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. a. Reduce elevation of planting soil to allow for soil thickness of sod. C. Unchanged Subgrades: If turf is to be planted in areas unaltered or undisturbed by excavating, grading, or surface -soil stripping operations, prepare surface soil as follows: 1. Remove existing grass, vegetation, and turf. Do not mix into surface soil. 2. Loosen surface soil to a depth of at least 6 inches. Apply soil amendments and fertilizers according to planting soil mix proportions and mix thoroughly into top 6 inches of soil. Till soil to a homogeneous mixture of fine texture. a. Apply fertilizer directly to surface soil before loosening. 3. Remove stones larger than 1 inch in any dimension and sticks, roots, trash, and other extraneous matter. 4. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property. D. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit finish grading to areas that can be planted in the immediate future. E. Moisten prepared area before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Before planting, obtain Landscape Architect's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading. 01269008 LAWNS AND GRASSES 02920 - 7 O1/09 3.4 PREPARATION FOR EROSION -CONTROL MATERIALS A. Prepare area -as specified in "Turf Area Preparation" Article. B. For erosion -control blanket or mesh, install from top of slope, working downward, and as recommended by material manufacturer for site conditions. Fasten as recommended by material manufacturer. C. Moisten prepared area before planting if surface is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. 3.5 SEEDING A. Sow seed with seeding machine. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. l . Do not use wet seed or seed that is moldy or otherwise damaged. 2. Do not seed against existing trees. Limit extent of seed to outside edge of planting saucer. B. Sow seed -at -a -total -rate -of 3-to 4 lb/1000--sq. ft. C. Protect seeded areas with slopes exceeding 1:6 with erosion -control mesh installed and stapled according to manufacturer's written instructions. 3.6 HYDROSEEDING A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. 1. Mix slurry with fiber -mulch and manufacturer's recommended tackifier. 2. Apply slurry uniformly to all areas to be seeded in a one-step process. Apply slurry at a rate so that mulch component is deposited at not less than 1500-lb/acre dry weight, and seed component is deposited at not less than the specified seed -sowing rate. 3.7 SODDING A. Lay sod within 24 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1. Lay sod across angle of slopes exceeding 1:3. C. Saturate sod with fine water spray within two hours of planting. During first week after planting, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. 3.8 SPRIGGING A. Plant freshly shredded sod sprigs in furrows 1 to 1-1/2 inches deep. Place individual sprigs with roots and portions of stem in moistened soil, 6 inches apart in rows. Lightly roll and firm soil around sprigs after planting. 01269008 LAWNS AND GRASSES 02920 - 8 01/09 3.9 TURF RENOVATION A. Renovate existing turf. B. Renovate existing turf damaged by Contractor's operations, such as storage of materials or equipment, movement of vehicles and trenching for utilities, etc. 1. Reestablish turf where settlement or washouts occur or where minor regrading is required. 2. Install new planting soil as required. C. Remove sod and vegetation from diseased or unsatisfactory turf areas; do not bury in soil. — D. Remove topsoil containing foreign materials such as oil drippings, fuel spills, stones, gravel, and other construction materials resulting from Contractor's operations, and replace with new planting soil. E. Mow, dethatch, core aerate, and rake existing turf. F. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre -emergence herbicides. G. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. H. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches (150 mm). I. Apply soil amendments and initial fertilizers required for establishing new turf and mix thoroughly into top 4 inches of existing soil. Install new planting soil to fill low spots and meet finish grades. J. Apply sprig and or seed as required for new turf. K. Water newly planted areas and keep moist until new turf is established. 3.10 TURF MAINTENANCE A. Maintain and establish turf by watering, fertilizing, weeding, mowing, trimming, replanting, and performing other operations as required to establish healthy, viable turf. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth turf. Provide materials and installation the same as those used in the original installation. 1. Fill in as necessary soil subsidence that may occur because of settling or other processes. Replace materials and turf damaged or lost in areas of subsidence. 2. Apply treatments as required to keep turf and soil free of pests and pathogens or disease. Use integrated pest management practices whenever possible to minimize the use of pesticides and reduce hazards. B. Watering: Keep turf uniformly moist to a depth of 4 inches. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. 2. Water turf with fine spray at a minimum rate of 1 inch per week unless rainfall precipitation is adequate. C. Mow turf as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 1/3 of grass height. Remove no more than 1/3 of grass - leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow bermudagrass to a height of 1/2 to 1 inch. D. Turf Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to turf area. 01269008 LAWNS AND GRASSES 02920 - 9 01 /09 3.1 l SATISFACTORY TURF A. Turf installations shall meet the following criteria as determined by Landscape Architect: 1. Satisfactory Seeded Turf: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. and bare spots not exceeding 5 by 5 inches. 2. Satisfactory Sodded Turf At end of maintenance period, a healthy, well -rooted, even -colored, viable turf has been established, free of weeds, open joints, bare areas, and surface irregularities. 3. Satisfactory Sprigged Turf: At end of maintenance period, the required number of sprigs has been established as well -rooted, viable plants, and areas between sprigs are free of weeds and other undesirable vegetation. B. Use specified materials to reestablish turf that does not comply with requirements and continue maintenance until turf is satisfactory. 3.12 PESTICIDE APPLACATION A. Apply pesticides and other chemical products and biological control agents in accordance with -requirements of authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with Owner's operations and others in proximity to the Work. Notify Owner before each application is performed. B. Post -Emergent Herbicides (Selective and Non -Selective): Apply only as necessary to treat already -germinated weeds and in accordance with manufacturer's written recommendations. 3.13 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by turf work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect temporary fencing or barricades and warning signs as required to protect newly planted areas from traffic. Maintain fencing and barricades throughout initial maintenance period and remove after plantings are established. C. Remove nondegradable erosion -control measures after grass establishment period. END OF SECTION 02920 01269008 LAWNS AND GRASSES 02920 - 10 01/09 SECTION 02930 EXTERIOR PLANTS _ PART 1- GENERAL q 1.1 RELATED DOCUMENTS^^� A. Drawings and- general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY t A. Section Includes: I. Plants. — 2. Planting soils. 1.3 DEFINITIONS A. Backfill: The earth used to replace or the act of replacing earth in an excavation. B. Duff Layer: The surface layer of native topsoil that is composed of mostly decayed leaves, twigs, and detritus. C. Finish Grade: Elevation of finished surface of planting soil. D. Manufactured Topsoil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. E. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant - regulator, defoliant, or desiccant. F. Pests: Living organisms that occur where they are not desired, or that cause damage to plants, animals, or people. These include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. G. Planting Soil: Standardized topsoil; existing, native surface topsoil; existing, in -place - surface soil; imported topsoil; or manufactured topsoil that is modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. "1 H. Root Flare: Also called "trunk flare." The area at the base of the plant's stem or trunk where the stem or trunk broadens to form roots; the area of transition between the root system and the stem or trunk. _ 1. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. J. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. K. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project site. In undisturbed areas, the surface soil is typically topsoil; but in disturbed areas such as - urban environments, the surface soil can be subsoil. 1.4 SUBMITTALS A. Product Data: For each type of product indicated, including soils. B. Samples of mineral mulch. 01269008 EXTERIOR PLANTS 02930 - 1 01 /09 C. Product certificates. D. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of plants during a calendar year. 1.5 QUALITY ASSURANCE A. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. 1. Pesticide Applicator: State licensed, commercial. B. Soil Analysis: For each unamended soil type, furnish soil analysis and a written report by -a qualified soil -testing laboratory. I . Report suitability of tested soil for plant growth. a. State recommendations for nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory planting soil suitable for healthy, viable plants. b. Report presence of problem salts, minerals, or heavy metals; if present, provide -additional --recommendations for corrective action. C. Provide quality, size, genus, species, and variety of plants indicated, complying with applicable requirements in ANSI Z60.1. D. Preinstallation Conference:-C-onduct conference at Project site. 1.6 DELIVERY, STORAGE, AND HANDLING A. Do not prune trees and shrubs before delivery. Protect bark, branches, and root systems from sun scald, drying, wind burn, sweating, whipping, and other handling and tying damage. Do not bend or bind -tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of plants during shipping and delivery. Do not drop plants during delivery and handling. B. Handle planting stock by root ball. C. Deliver plants after preparations for planting have been completed, and install immediately. If planting is delayed more than six hours after delivery, set plants and trees in their appropriate aspect (sun, filtered sun, or shade), protect from weather and mechanical damage, and keep roots moist. 1.7 WARRANTY A. Special Warranty: Installer agrees to repair or replace plantings and accessories that fail in materials, workmanship, or growth within specified warranty period. I . Failures include, but are not limited to, the following: a. Death and unsatisfactory growth, except for defects resulting from abuse, lack of adequate maintenance, or neglect by Owner, or incidents that are beyond Contractor's control. b. Structural failures including plantings falling or blowing over. 2. Warranty Periods from Date of Substantial Completion: a. Trees, Shrubs, Vines, and Ornamental Grasses: 12 months. b. Ground Covers, Biennials, Perennials, and Other Plants: 12 months. 01269008 EXTERIOR PLANTS 02930 - 2 01 /09 1.8 MAINTENANCE SERVICE m Y A. Initial Maintenance Service: Provide maintenance by skilled. employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after plants are installed and continue until plantings are acceptably healthy and well established but for not less than maintenance period below. 1. Maintenance Period for Trees and Shrubs: 12 months from date of Substantial Completion. PART 2 - PRODUCTS 2.1 PLANT MATERIAL A. General: Furnish nursery -grown plants true to genus, species, variety, cultivar, stem form, shearing, and other features indicated in Plant Schedule or Plant Legend shown on Drawings and complying with ANSI Z60.1; and with healthy root systems developed by transplanting or root pruning. Provide well -shaped, fully branched, healthy, vigorous stock, densely foliated when in leaf and free of disease, pests, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. B. Root -Ball Depth: Furnish trees and shrubs with root balls measured from top of root ball, which shall begin at root flare according to ANSI Z60.1. Root flare shall be visible before planting. C. Annuals and Biennials: Provide healthy, disease -free plants of species and variety shown or listed, with well -established root systems reaching to sides of the container to maintain a Finn ball, but not with excessive root growth encircling the container. Provide only plants that are acclimated to outdoor conditions before delivery. 2.2 INORGANIC SOIL AMENDMENTS A. Lime: ASTM C 602, agricultural liming material containing a minimum of 80 percent calcium carbonate equivalent and as follows: 1. Class: O, with a minimum of 95 percent passing through No. 8 (2.36-mm) sieve and a minimum of 55 percent passing through No. 60 (0.25-mm) sieve. B. Sulfur: Granular, biodegradable, and containing a minimum of 90 percent sulfur, with a minimum of 99 percent passing through No. 6 (3.35-mm) sieve and a maximum of 10 percent passing through No. 40 (0.425-mm) sieve. C. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. D. Aluminum Sulfate: Commercial grade, unadulterated. E. Perlite: Horticultural perlite, soil amendment grade. F. Agricultural Gypsum: Minimum 90 percent calcium sulfate, finely ground with 90 percent passing through No. 50 (0.30-mm) sieve. G. Sand: Clean, washed, natural or manufactured, and free of toxic materials. 01269008 EXTERIOR PLANTS 02930 - 3 01 /09 I' " 2.3 ORGANIC SOIL AMENDMENTS A. Compost: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 3/4-inch sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: B. Wood Derivatives: Decomposed, nitrogen -treated sawdust, ground bark, or wood waste; of uniform texture and free of chips, stones, sticks, soil, or toxic materials. C. Manure: Well -rotted, unleached, stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, debris, and material harmful to plant growth. 2.4 FERTILIZERS A. Superphosphate: Commercial, phosphate mixture, soluble; a minimum of 20 percent available phosphoric acid. B: 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 formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: 1 lb/1000 sq. ft. of actual nitrogen, 4 pereent phosphorous, and 2 percent potassium, by weight. C. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water - insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. D. Planting Tablets: Tightly compressed chip type, long-lasting, slow -release, commercial - grade planting fertilizer in tablet form. Tablets shall break down with soil bacteria, converting nutrients into a form that can be absorbed by plant roots. 1. Size: 5-gram tablets. 2. Nutrient Composition: 20 percent nitrogen, 10 percent phosphorous, and 5 percent potassium, by weight plus micronutrients. 2.5 PLANTING SOILS A. Planting Soil: Existing, native surface topsoil formed under natural conditions with the duff layer retained during excavation process. Verify suitability of soil to produce viable planting soil. Clean soil of roots, plants, sod, stones, clods, clay lumps, pockets of coarse sand, concrete slurry, concrete layers or chunks, cement, plaster, building debris, and other extraneous materials harmful to plant growth. Mix soil with the following soil amendments and fertilizers in the following quantities to produce planting soil: 1. Loose Compost per acre 4 tons. 2. Weight of Sulfur per acre 20 lbs. 3. Weight of zinc per acre 1.5 lbs. 4. Weight of Boron per acre 0.5 lbs. 5. Weight of 11-52-0 monoammoniun phosphate (MAP) per acre 200 lb. ill" 01269008 EXTERIOR PLANTS 02930 - 4 01 /09 2.6 MULCHES _ A. Organic Mulch: Shredded hardwood. B. Mineral Mulch: Crushed stone or gravel. 1. Size Range: 1/4 inch maximum. 2. Color: Uniform tan -beige color range acceptable to Architect. 2.7 WEED -CONTROL BARRIERS A. Nonwoven Geotextile Filter Fabric: Polypropylene or polyester fabric, 3 oz./sq. yd. minimum. 2.8 PESTICIDES A. General: Pesticide registered and approved by EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. PART 3 - EXECUTION 3.1 PLANTING AREA ESTABLISHMENT A. Loosen subgrade of planting areas to a minimum depth of 6 inches. Remove stones larger than I inch in any dimension and sticks, roots, rubbish, and other extraneous matter and ~ legally dispose of them off Owner's property. I . Apply superphosphate fertilizer directly to subgrade before loosening. B. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. 3.2 EXCAVATION FOR TREES AND SHRUBS A. Planting Pits and Trenches: Excavate circular planting pits with sides sloping inward at a 45-degree angle. Excavations with vertical sides are not acceptable. Trim perimeter of P �. bottom leaving center area of bottom raised slightly to support root ball and assist in drainage away from center. Do not further disturb base. Ensure that root ball will sit on undisturbed base soil to prevent settling. Scarify sides of planting pit smeared or smoothed during excavation. 1. Excavate approximately three times as wide as ball diameter. 2. Excavate at least 12 inches (300 min) wider than root spread and deep enough to accommodate vertical roots for bare -root stock. 1_ 3. Do not excavate deeper than depth of the root ball, measured from the root flare to the bottom of the root ball. ,- B. Subsoil and topsoil removed from excavations may be used as planting soil. 3.3 TREE, SHRUB, AND VINE PLANTING A. Before planting, verify that root flare is visible at top of root ball according to ANSI Z60.1. d. B. Remove stem girdling roots and kinked roots. Remove injured roots by cutting cleanly; do not break. [ i__) 01269008 EXTERIOR PLANTS 02930 - 5 01/09 C. Set stock plumb and in center of planting pit or trench with root flare l inch above adjacent finish grades. l . Use planting soil for backfill. 2. Balled and Burlapped: After placing some backfill around root ball to stabilize plant, carefully cut and remove burlap, rope, and wire baskets from tops of root balls and from sides, but do not remove from under root balls. Remove pallets, if any, before setting. Do not use planting stock if root ball is cracked or broken before or during planting operation. 3. Container -Grown: Carefully remove root ball from container without damaging root ball or plant. 4. Fabric Bag -Grown Stock: Carefully remove root ball from fabric bag without damaging root ball or plant. Do not use planting stock if root ball is cracked or broken before or during planting operation. 5. Backfill around root ball in layers, tamping to settle soil and eliminate voids and air pockets. When planting pit is approximately one-half filled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. 6. Place planting tablets in each planting pit when pit is approximately one-half filled; in amounts recommended in soil reports from soil -testing laboratory. Place tablets beside the root ball about 1 inch (25 mm) from root tips; do not place tablets in �. bottom of the hole. 7. Continue backfilling process. Water again after placing and tamping final layer of soil. D. When planting on slopes, set the plant so the root flare on the uphill side is flush with the surrounding soil on the slope; the edge of the root ball on the downhill side will be above the surrounding soil. Apply enough soil to cover the downhill side of the root ball. 3.4 TREE, SHRUB, AND VINE PRUNING A. Remove only dead, dying, or broken branches. Do not prune for shape. B. Prune, thin, and shape trees, shrubs, and vines according to standard professional horticultural and arboricultural practices. Unless otherwise indicated by Architect, do not cut tree leaders; remove only injured, dying, or dead branches from trees and shrubs; and prune to retain natural character. 3.5 PLANTING AREA MULCHING A. Install weed -control barriers before mulching according to manufacturer's written instructions. Completely cover area to be mulched, overlapping edges a minimum of 6 inches and secure seams with galvanized pins. B. Mulch backfilled surfaces of planting areas and other areas indicated. 1. Trees in Turf Areas: Apply organic mulch ring of 3-inch average thickness, with 36- inch radius around trunks or stems. Do not place mulch within 3 inches of trunks or stems. 2. Mineral Mulch in Planting Areas: Apply 3-inch average thickness of mulch over whole surface of planting area, and finish level with adjacent finish grades. Do not place mulch within 3 inches of trunks or stems. 01269008 EXTERIOR PLANTS 02930 - 6 ( 01/09 3.6 PLANT MAINTENANCE A. Maintain plantings by pruning, cultivating, watering, weeding, fertilizing, mulching, restoring planting saucers, resetting to proper grades or vertical position, and performing other operations as required to establish healthy, viable plantings. Spray or treat as required to keep trees and shrubs free of insects and disease. B. Fill in as necessary soil subsidence that may occur because of settling or other processes. Replace mulch materials damaged or lost in areas of subsidence. C. Apply treatments as required to keep plant materials, planted areas, and soils free of pests and pathogens or disease. Use practices to minimize the use of pesticides and reduce hazards. D. Apply pesticides and other chemical products and biological control agents in accordance with authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with Owner's operations and others in proximity to the Work. Notify Owner before each application is performed. E. Protect plants from damage due to landscape operations and operations of other contractors and trades. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged plantings. END OF SECTION 02930 01269008 EXTERIOR PLANTS 02930 - 7 01/09 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes, but is not limited to cast -in place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. B. Cast -in -place concrete includes but is not limited to the following: 1. Concrete Rip -rap. 2. Sign anchors. 3. ADA ramps. 4. Illumination pole foundations. 5. Inlets, headwalls, wingwalls, and aprons. 6. Utility encasements. 7. Cast -in -place manhole bases and manhole riser supports at pipe tee locations. C. Concrete for pavement, sidewalk, curb and gutter, driveways, and alleys shall meet the requirements of Section 02751 - Portland Cement Concrete Pavement. 1.3 SUBMITTALS A. General: Submit the following according to Conditions of the Contract and Division 1 Specification Sections. B. Product data for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, joint systems, curing compounds, and others if requested by Engineer. C. Design Mixes: For each concrete mix. D. Shop drawings for reinforcement detailing fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. Include special reinforcing required for openings through concrete structures. E. Laboratory test reports for concrete materials and mix design test. F. Formwork shop drawings: Prepared by or under supervision of a qualified Professional Engineer detailing fabrication, assembly, and support of formwork. Design and Engineering of formwork are Contractor's responsibility. G. Shoring and Reshoring: Indicated proposed schedule and sequence of stripping formwork, shoring removal and installing and removing reshoring. 01269008 CAST -IN -PLACE CONCRETE 03300 - l 01 /09 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of the following codes, specifications, and standards, except where more stringent requirements are shown or specified: 1. American Concrete Institute (ACI) 301, "Specifications for Structural Concrete for Buildings." 2. ACI 318, "Building Code Requirements for Reinforced Concrete." 3. Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard Practice." 4. American Concrete Institute (ACI) 305R, "Hot Weather Concreting." 5. American Concrete Institute (ACI) 306R, "Cold Weather Concreting." 6. American Concrete Institute (ACI) 306.1, "Standard Specification for Cold Weather Concreting." 7. American Concrete Institute (ACI) 350R, "Environmental Engineering Concrete Structures." 8. American Concrete Institute (ACI) 117, "Specifications for Tolerances for Concrete Construction and Materials." B. Concrete Testing Service: Engage a testing agency acceptable to Owner to perform material evaluation tests and to design concrete mixes. Agency shall be qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated. 1. Personnel conducting field test shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-I or an equivalent certification program. C. Materials and installed Work may require testing and retesting at any time during progress of Work. Tests, including retesting of rejected materials for installed Work, shall be done at Contractor's expense. D. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this project and whose work has resulted in construction with a record of successful in-service performance. E. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94, "Requirements for Production Facilities and Equipment." 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association Certification of Ready Mixed Concrete Production Facilities. PART2-PRODUCTS 2.1 FORM MATERIALS A. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, earth, or another acceptable L material. Provide lumber dressed on at least two edges and one side for tight fit. B. Form Release Agent: Provide commercial formulation form release agent with a maximum of 350 g/L volatile organic compounds (VOCs) that will not bond with, stain, or adversely affect_ concrete surfaces and will not impair subsequent treatments of concrete surfaces. C. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that will leave no metal closer than 1-1/2 inches to the plane of the exposed concrete surface. 1. Provide ties that, when removed, will leave holes not larger than 1 inch in diameter in the concrete surface. i 01269008 CAST -IN -PLACE CONCRETE 03300 - 2 01/09 2. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of the exposed surface. 3. Furnish ties with integral water. Barrier plates to walls indicated to receive damp proofing or waterproofmg. 2.2 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A 615 Grade 60, deformed. B. Epoxy -coated fabricated reinforcing bars ASTM A 775. C. Supports for Reinforcement: Bolsters, chairs and spacers for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Use wire bar -type supports complying with CRSI specifications. 1. For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. 2. For exposed -to -view concrete surfaces where legs of supports are in contact with forms, provide supports with legs that are protected by plastic (CRSI, Class 1) or stainless steel (CRSI, Class 2). 3. Space reinforcing supports at 5'-0" maximum in any direction. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. 1. Use one brand of cement throughout Project unless noted otherwise. B. Fly Ash: ASTM C 618, Type C. C. Normal -Weight Aggregates: ASTM C 33, size 57. D. Water: Potable. E. Admixtures, General: Provide. concrete admixtures that contain not more than 0.1 percent chloride ions. F. Air -Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures. G. Water -Reducing Admixture: ASTM C 494, Type A. H. High -Range Water -Reducing Admixture: ASTM C 494, Type F or Type G. I. Water -Reducing, Accelerating Admixture: ASTM C 494, Type E. J. Water -Reducing, Retarding Admixture: ASTM C 494, Type D. K. Water Proofing Admixture: IPANEX (800) 523-3834. 2.4 CURING COMPOUND A. Liquid -type membrane -forming curing compound with white pigment complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 pounds per square yard when applied at 200 sq. ft./gal. 2.5 RELATED MATERIALS A. Dovetail Anchor Slots: Hot -dip galvanized sheet steel, not less than 0.0336 inch thick with bent tab anchors. Fill slot with temporary filler or cover face opening to prevent intrusion of concrete or debris. - B. Sand Cushion: Clean, manufactured or natural sand with plasticity index of 8 or less. 01269008 CAST -IN -PLACE CONCRETE 03300 - 3 01 /09 1' C. Liquid Membrane -Forming Curing Compound: Liquid -type membrane -forming curing € compound complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 lb/sq.yd. when applied at 200 sq. ft./gal. D. Bonding Agent: Polyvinyl acetate or acrylic base. E. Epoxy Adhesive: ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit Project requirements. }, 2.6 PROPORTIONING AND DESIGNING MIXES A. Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301. For the trial batch method, use an independent testing agency acceptable to Engineer for preparing and reporting proposed mix designs. 1. Do not use the same testing agency as Owner for field quality control testing. B. Submit written reports to Engineer of each proposed mix for each class of concrete at least 15 days _prior to start of Work. Do not begin concrete production until proposed mix designs have been reviewed by Engineer. Do not submit mix designs for other projects or that are over 60 days of age. Do not submit concrete cylinder strength reports from other projects that are older than 45 days, or that are not of the proposed mix design. C. Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: 1. 3000 psi, 28-day compressive strength. 2. Type I cement. 3. Fly Ash: Allow up to 30% of cementitious material. 4. Minimum Slump: 4 inches. 5. Maximum Slump: 6 inches. 6. Maximum Water Cementitious Water Ratio: .55. 7. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless otherwise indicated. D. Water related structures mix design: Provide normal weight concrete with the following properties: 1. 4500 psi, 28-day compressive strength. 2. Type l cement 3. Fly Ash: 30% of total cementitious weight. 4. Minimum slump: 6 inches 5. Maximum slump: 8 inches 6. Maximum water cementitious material ratio:.40 7. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless otherwise indicated. 8. Water proofing admixture. 9. Floor hardener admixture. E. Adjustment to Concrete Mixes: Mix design adjustments may be requested by Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant, as accepted by Engineer. Laboratory test data for revised mix design and strength results must be submitted to and accepted by Engineer before using in Work. 01269008 CAST -IN -PLACE CONCRETE 03300 - 4 O1/09 2.7 ADMIXTURES A. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. B. Use accelerating admixture in concrete slabs placed at ambient temperatures below 50 deg F. C. Use admixtures for water reduction and set accelerating or retarding in strict compliance with manufacturer's directions. D. Use water -reducing admixture in pumped concrete, concrete required to be water tight, and concrete with a water cementitious materials ratio below 0.50. E. Limit water-soluble, chloride ion content in hardened concrete to 0.15 percent by weight of cement. 2.8 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements of ASTM C 94, and as specified. 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1 /2 hours to 75 minutes, and when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. 2.9 FLOWABLE FILL Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 2 sacks per cubic yard. Flowable fill shall be used for backfill in all utility ditches within the right of way, and other areas as specified. PART 3 - EXECUTION 3.1 GENERAL A. Coordinate the installation of joint materials, vapor retarder, and other related materials with placement of forms and reinforcing steel. Before concrete placement operations begin, the substrate shall be fully prepared. Contractor shall be responsible for verifying that all work which will be embedded is complete and necessary inspections have been performed. Pour stops or bulkheads shall be in place and reinforcement shall be secured in proper location. 3.2 FORMS A. General: Design, erect, support, brace, and maintain formwork to support vertical, lateral, static, and dynamic loads that might be applied until concrete structure can support such loads. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances and surface irregularities complying with the following AC1347 limits: 1. Provide Class A tolerances for concrete surfaces exposed to view. 2. Provide Class C tolerances for other concrete surfaces. B. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment, location, grades, level, and plumb work in finished structures. Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required in the Work. Use selected 01269008 CAST -IN -PLACE CONCRETE 03300 - 5 01 /09 I materials to obtain required finishes. Solidly buttjoints and provide backup at joints to prevent cement paste from leaking. C. Fabricate forms for easy removal without hammering or prying against concrete surfaces. t Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like for easy removal. D. Provide temporary openings for clean -outs and inspections where interior area of formwork is inaccessible before and during concrete placement. Securely brace temporary openings and set tightly to forms to prevent losing concrete mortar. Locate temporary openings in forms at inconspicuous locations. E. Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. F. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades providing such items. Accurately place and securely support items built into forms. �m G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before placing concrete. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. ' 3.3 PLACING REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars," for details and methods of reinforcement placement and supports and as specified. I. Avoiding cutting or puncturing vapor retarder during reinforcement placement and concreting operations. Repair damages before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that reduce or destroy bond with concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as approved by Engineer. D. Place reinforcement to maintain minimum coverages as indicated for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. F. Do not weld reinforcing bars unless specifically shown. Where shown on the plans, comply with AWS 131.4. Bars to be welded shall conform to ASTM A706. 3.4 JOINTS A. Construction Joints: Locate and install construction joints so they do not impair strength or appearance of the structure, as acceptable to Engineer. B. Provide keyways at least 1-1/2 inches deep in construction joints in walls and slabs and between walls and footings. Bulkheads designed and accepted for this purpose may be used for slabs. 01269008 CAST -IN -PLACE CONCRETE 03300 - 6 01/09 1.1 C. Place construction joints perpendicular to main reinforcement. Continue reinforcement across construction joints except as indicated otherwise. Do not continue reinforcement through sides of strip placements. D. Use bonding agent on existing concrete surfaces that will be joined with fresh concrete. E. Waterstops: Provide waterstops in construction joints as indicated. Install waterstops to form continuous diaphragm in each joint. Support and protect exposed waterstops during progress of work. Field fabricate joints in waterstops according to manufacturer's printed instructions. F. Isolation Joints in Slabs -on -Grade: Construct isolation joints in slabs -on -grade at points of contact between slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. G. Contraction (Control) Joints in Slabs -on -Grade: Construct contraction joints in slabs -on -grade to form panels of patterns as shown. 3.5 INSTALLING EMBEDDED ITEMS A. General: Set and build into formwork anchorage devices and other embedded items required for other work that is attached to or supported by cast -in -place concrete. Use setting drawings, diagrams, instructions, and directions provided by suppliers of items to be attached. B. Install dovetail anchor slots in concrete structures as indicated on drawings. C. Forms for Slabs: Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and contours in finished surfaces. Provide and secure units to support screed strips using strike -off templates or compacting -type screeds. D. Ends of storm sewer pipe to be embedded in cast -in -place walls shall be in place prior to setting formwork and reinforcement, floor slab inclusive. 3.6 PREPARING FORM SURFACES A. General: Coat contact surfaces of forms with an approved, nonresidual, low-VOC, form -coating compound before placing reinforcement. B. Do not allow excess form -coating material to accumulate in forms or come into contact with in -place concrete surfaces against which fresh concrete will be placed. Apply according to manufacturer's instructions. 1. Coat steel forms with a nonstaining, rust -preventative material. Rust -stained steel formwork is not acceptable. 3.7 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast in. Notify other trades to permit installation of their work. B. General: Comply with ACI 304, "Guide for Measuring, Mixing, Transporting, and Placing Concrete," and as specified. C. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened sufficiently to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation at its final location. I- 01269008 CAST -IN -PLACE CONCRETE 03300 - 7 O1 /09 D. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. 1. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand - spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete complying with ACI 309. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix to segregate. E. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until completing placement of a panel or section. 1. Consolidate concrete during placement operations so that concrete is thoroughly worked around reinforcement other embedded items and into corners. 2. Bring slab surfaces to correct level with a straightedge and strike off. Use bull floats or darbies to smooth surface free of humps or hollows. Do not disturb slab surfaces prior to ' beginning finishing operations. 3. Maintain reinforcing in proper position on chairs during concrete placement. F. Cold -Weather Placement: Comply with provisions of ACI 306 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, - or low temperatures. G. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 1. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 2. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise accepted in mix designs. H. Hot -Weather Placement: When hot weather conditions exist that would impair quality and strength of concrete, place concrete complying with ACI 305R and as specified. 1. Cool ingredients before mixing to maintain concrete temperature at time of placement to below 90 deg F. Mixing water may be chilled or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedding in concrete. 3. Fog spray forms, reinforcing steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without puddles or dry areas. 4. Use water -reducing retarding admixture when required by high temperatures, low humidity, or other adverse placing conditions, as acceptable to Engineer. I. Water may be added to the concrete at the project site, subject to the following conditions: 1. Truck tickets indicate maximum amount of water that can be added without exceeding the maximum specified water/cement ratio. 2. Water is added in a manner to control volume added. _J 3. Concrete is properly re -mixed after addition of water. 4. Inspector is notified, if concrete placement requires inspection. 01269008 CAST -IN -PLACE CONCRETE 03300 - 8 01 /09 j 5. Site added water should be done prior to taking concrete samples for testing. 6. Do not add water to concrete after adding high range water -reducing admixtures to mix. 3.8 FINISHING FORMED SURFACES A. Rough -Formed Finish: Provide a rough -formed finish on formed concrete surfaces not exposed to view in the finished Work or concealed by other construction. This is the concrete surface having texture imparted by form -facing material used, with tie holes and defective areas repaired and patched, and fins and other projections exceeding 1/4 inch in height rubbed down or chipped off. B. Smooth -Formed Finish: Provide a smooth -formed finish on formed concrete surfaces exposed to view or to be covered with a coating material applied directly to concrete, or a covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, painting, or another similar system. This is an as -cast concrete surface obtained with selected form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas with fins and other projections completely removed and smoothed. C. Smooth -Rubbed Finish: Provide smooth -rubbed finish on scheduled concrete surfaces that have received smooth -formed finish treatment not later than 1 day after form removal. 1. Moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike -off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. 3.9 MONOLITHIC SLAB FINISHES A. Float Finish: Apply float finish to monolithic slab surfaces to receive trowel finish and other finishes as specified; slab surfaces to be covered with membrane or elastic waterproofing, membrane or elastic roofing, or sand -bed terrazzo; and where indicated. 1. After screeding, consolidating, and leveling concrete slabs, do not work surface until ready for floating. Begin floating, using float blades or float shoes only, when surface water has disappeared, or when concrete has stiffened sufficiently to permit operation of power -driven floats, or both. Consolidate surface with power -driven floats or by hand -floating if area is small or inaccessible to power units. Finish surfaces to tolerances of F(F) 18 (floor flatness) and F(L) 15 (floor levelness) measured according to ASTM E 1155 . Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. 2. Remove any efflorescence as soon as feasible after its appearance. If the efflorescence hardens, then remove with a mild detergent or a mild acid cleaner. B. Trowel Finish: Apply a trowel finish to monolithic slab surfaces exposed to view and slab surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile, paint, or another thin film -finish coating system. 1. After floating, begin first trowel-fmish operation using a power -driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final hand -troweling operation, free of trowel marks, uniform in texture and appearance, and fmish surfaces to tolerances of F(F) 20 (floor 01269008 CAST -IN -PLACE CONCRETE 03300 - 9 01 /09 } flatness) and F(L) 17 (floor levelness) measured according to ASTM E 1155. Grind smooth any surface defects that would telegraph through applied floor covering system. C. Nonslip Broom Finish: Apply a nonslip broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen concrete surface by brooming with fiber -bristle broom perpendicular to main traffic route. Coordinate required final finish with Engineer before application. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place, and cure concrete as specified to blend with in -place construction. Provide other miscellaneous concrete filling shown or required to complete Work. 3.11 CONCRETE CURING AND PROTECTION A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. In hot, dry, and windy weather protect concrete from rapid moisture loss before and during finishing operations with an evaporation -control material. Apply according to manufacturer's instructions after screeding and bull floating, but before power floating and troweling. B. Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. C. Curing Methods: Cure concrete by curing compound, and moisture -retaining cover curing. D. Apply curing compound on exposed interior slabs and on exterior slabs, walks, and curbs as follows: 1. Apply curing compound to concrete slabs as soon as final finishing operations are complete (within 1 hours and after surface water sheen has disappeared). Apply uniformly in continuous operation by power spray. Recoat areas subjected to rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.12 REMOVING FORMS A. General: Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form -removal operations, and provided curing and protection operations are maintained. 3.13 REUSING FORMS A. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -coating compound as specified for new formwork. B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joint to avoid offsets. Do not use patched forms for exposed concrete surfaces except as acceptable to Engineer. 01269008 CAST -IN -PLACE CONCRETE '03300 - 10 01 /09 H 3.14 CONCRETE SURFACE REPAIRS A. Patching Defective Areas: Repair and patch defective -areas with cement mortar immediately after removing forms, when acceptable to Engineer. B. Mix dry -pack mortar, consisting of one part portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. 1. Cut out honeycombs, rock pockets, voids over 1/4 inch in any dimension, and holes left by tie rods and bolts down to solid concrete but in no case to a depth less than 1 inch. Make edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water, and brush -coat the area to be patched with bonding agent. Place patching mortar before bonding agent has dried. 2. For surfaces exposed to view, blend white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Provide test areas at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike -off slightly higher than surrounding surface. C. Repairing Formed Surfaces: Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Engineer. Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. Flush out form tie holes and fill with dry -pack mortar or precast cement cone plugs secured in place with bonding agent. 1. Repair concealed formed surfaces, where possible, containing defects that affect the concrete's durability. If defects cannot be repaired, remove and replace the concrete. D. Repairing Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for smoothness and verify surface tolerances specified for each surface and finish. Correct low and high areas as specified. Test unformed surfaces sloped to drain for trueness of slope and smoothness by using a template having the required slope. 1. Repair finished unformed surfaces containing defects that affect the concrete's durability. Surface defects include crazing and cracks in excess of 0.01 inch wide or that penetrate to the reinforcement or completely through nonreinforced sections regardless of width, spalling, popouts, honeycombs, rock pockets, and other objectionable conditions. 2. Correct high areas in unformed surfaces by grinding after concrete has cured at least 14 days. 3. Correct low areas in unformed surfaces during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. Proprietary underlayment compounds may be used when acceptable to Engineer. 01269008 CAST -IN -PLACE CONCRETE 03300 - 11 01 /09 } 4. Repair defective areas, except random cracks and single holes not exceeding 1 inch in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose reinforcing steel with at least 3/4 inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials to provide concrete of same type or class as original concrete. Place, compact, and finish to blend with adjacent finished concrete. l Cure in same manner as adjacent concrete. E. Repair isolated random cracks and single holes 1 inch or less in diameter by dry -pack method. Groove top of cracks and cut out holes to sound concrete and clean of dust, dirt, and loose t Particles. Dampen cleaned concrete surfaces and apply bonding compound. Place dry -pack before bonding agent has dried. Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. If random cracks and single holes indicate weeping and leakage under adjacent hydrostatic head, seal with j Avanti International Scotch Seal 5600 urethane, water -activated grout prior to dry packing. F. Perform structural repairs with prior approval of Engineer for method and procedure, using specified epoxy adhesive and mortar. G. Repair methods not specified above may be used, subject to acceptance of Engineer. 3.15 HYDRAULIC LEAKAGE REPAIR A. Joints, embedments and penetrations that exhibit leakage or weeping when under adjacent hydrostatic pressure shall be sealed with Avanti International Scotch Seal 5600 water -activated urethane grout. Procedures and surface finish over urethane grout shall be as approved by the Engineer. 3.16 QUALITY CONTROL TESTING DURING CONSTRUCTION A. Sampling and testing for quality control during concrete placement shall be performed by Contractor as follows: 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. a. Slump: ASTM C 143; one test at point of discharge for each day's pour of each type of concrete; additional tests when concrete consistency seems to have changed. One test for each set of compressive strength cylinders cast. b. Air Content: ASTM C 173, volumetric method for lightweight or normal weight concrete; ASTM C 231, pressure method for normal weight concrete; one for each day's pour of each type of air -entrained concrete. C. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below, when 80 deg F and above, and one test for each set of compressive -strength specimens. One test for each set of compressive strength cylinders cast. d. Compression Test Specimen: ASTM C 31; one set of four standard cylinders for P Y each compressive -strength test, unless otherwise directed. Mold and store cylinders for laboratory -cured test specimens except when field -cured test specimens are required. e. Compressive -Strength Tests: ASTM C 39; one set for each days pour exceeding 5 cu. yd. plus additional sets for each 50 cu. yd. more than the first 25 cu. yd. of each concrete class placed in any one day; one specimen tested at 7 days, two specimens tested at 28 days, and one specimen retained in reserve for later testing if required. { , 01269008 CAST -IN -PLACE CONCRETE 03300 - 12 01 /09 � I 2. When frequency of testing will provide fewer than five strength tests for a given class of concrete, conduct testing from at least five randomly selected batches or from each batch if fewer than five are -used. 3. Strength level of concrete will be considered satisfactory if averages of sets of three consecutive strength test results equal or exceed specified compressive strength and no individual strength test result falls below specified compressive strength by more than 500 psi. B. Test results will be reported in writing to Engineer, ready -mix producer, and Contractor within 24 hours after tests. Reports of compressive strength tests shall contain the Project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-day tests and 28-day tests. C. Additional Tests: The Contractor will make additional tests of in -place concrete when test results indicate specified concrete strengths and other characteristics have not been attained in the structure, as directed by Engineer. The Owner may require the Contractor to conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. D. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or -- b. Samples of concrete for acceptance test cylinders are not representative of concrete in -place in the structure; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his .M1 discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the structure, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the structure. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. 01269008 CAST -IN -PLACE CONCRETE 03300 - 13 01 /09 F' C. Questionable concrete will be considered structurally acceptable ifthe average of . the cores is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified strength. END OF SECTION 03300 H 01269008 CAST -IN -PLACE CONCRETE 03300 - 14 O1/09 11 11- NOTICE TO -CONTRACTOR I The following contains Specifications taken directly from the Texas Department of Transportation's Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, adopted by TxDOT on June 1, 2004; provided for ease of reference and selected as being applicable to this project. In some cases, the provided TxDOT specifications may reference other TxDOT specifications that are not provided here. In the event that the TxDOT specifications provided here contain a reference to TxDOT specifications not provided here, the Contractor should utilize the 2004 version of the Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. 01269008 TXDOT SPECIFICATIONS 01/09 ITEM 300 ASPHALTS, OILS, AND EMULSIONS 300.1. Description. Provide asphalt cements, cutback and emulsified asphalts, performance -graded asphalt binders, and other miscellaneous asphalt materials as specified on the plans. 300.2. Materials. Provide asphalt materials that meet the stated requirements when tested in accordance with the referenced Department, AASHTO, and ASTM test methods. Refer to the Material Inspection Guide (maintained by the Construction Division), Section 11. "Asphalt Inspection, Quality Control and Quality Assurance," for sampling and testing requirements. Acronyms used in this Item are defined in Table 1. Table 1 Acronvms Acronym Definition Test-rocedure�Esignations---------------- ----------- - Dep Tex artment T or R AASHTO D ASTM Polymer Modifier Designations ------------- ---------------- P polymer -modified SBR or L styrene-butadiene rubber (latex) SBS styrene-butadiene-styrene block co -polymer TR tire rubber (from ambient temperature grinding of truck and passenger tires) AC asphalt cement AE asphalt emulsion AE-P asphalt emulsion prime A-R asphalt -rubber C cationic EAP&T emulsified asphalt prime and tack H-suffix harder residue (lowerpenetration) HF high float MC medium -curing MS medium -setting PCE prime, cure, and erosion control PG performance grade RC ra id-curin RS rapid -setting S-suffix stockpile usage SCM special cutback material SS slow -setting A. Asphalt Cement. Asphalt cement must be homogeneous, water -free, and nonfoaming when heated to 347°F, and must meet Table 2 requirements. Table 2 Annh91t Cement Viscosi Grade AC-0.6 AC-1.5 AC-3 AC-S AC-10 Property oTcedu Min Ma Min 7Yia Min 7►ia Min ;Max Min ;Max Viscosity T 202 140°F, poise 40 ; 80 100 200 250 1350 400 ; 600 800 :1,200 275°F, poise 0.4 i - 0.7 i - 1.1 i - 1.4 i - 1.9 i - Penetration, 77°F, 100g, T 49 350 - 250 - 210 - 135 : - 85 : - i 5 sec. Flash point, C.O.C. °F T 48 425 - 425 - 425 - 425 - 450 - , Solubility in trichloroethylene, T 44 99.0 - 99.0 - 99.0 - 99.0 - 99.0 : ,. Spot test ex-509-C Ne Ns . Ne . Neg. Neg. Tests on residue from Thin -Film ' Oven Test: T 179 ; Viscosity, T 202 - :180 - :450 - ; 900 - :1,500 - ;3,0 -140°F; poise Ductility, 77°F 5 cm/min., T 51 100 - 100 - 100 - 100 - 100 - cm k4fAC-0.6 or AC-1.5 ductility -at 77'F is less than 100 cm, material is acceptable if ductility at 60'F is more than 100 cm. B. Polymer -Modified Asphalt Cement. Polymer -modified asphalt cement must be smooth and homogeneous, and comply with the requirements of Table 3. If requested, supply samples of the base asphalt cement and polymer additives. Table 3 Polvmer-Modified Asnhalt Cement Property Test Procedure PoI finer -Modified Viscosity Grade AC-5 w/2% SBR AC-10 w/2% SBR AC-15P AC-20-5TR Min - Max Min ; Max Min j Max Min Max Polymer SBR SBR SBS TR Polymer content, % solids basis Tex-533-C 2.0 1— 2.0 J— 3.0 — 5.0 1— Dynamic shear, G•/sin S, 64°C, 10 rad/s, kPa T 315 — — — — — — 1.0 — Viscosity 140°F, poise 275°F, poise T 202 T 202 700 — — i 7.0 1,300 — — 8.0 1,500 — — i 8.0 2,000 — — I 10.0 Penetration, 77°F 100 g, 5 sec. T 49 120 — 80 — 100 150 75 -, 115 Ductility, 5cm/min., 39.2°F, cm T 51 70 — 60— Elastic recovery, 50°F, % Tex-539-C — — — — 55 — 55 — Softening point, °F T 53 — — — + — — — 120 Polymer separation, 48 hr. Tex-540-C None None None None Flash point, C.O.C., °F T 48 425 — 425 — 425 — 425 — Tests on residue from Thin -Film Oven Test: Retained penetration ratio, 77°F T 179 T 49 — — — — 0.60 1.00 0.60 1.00 Tests on residue from RTFOT aging and pressure aging: Creep stiffness S, -181C, MPa m-value, -18°C Tex-541-C and R 28 T 313 — — — — — — — — — — — — — 300 0.300 — �7 . -.�: ...--! ^• 9 C. Cutback Asphalt. Cutback asphalt must meet the requirements of Tables 4, 5, and 6 for the specified type and grade. If requested, supply samples of the base asphalt cement and polymer additives. Table 4 Ranid-Curing Cutback Asphalt T rade RC-250 RC-800 RC-30M Property ProTced Min i Ma: Min E Mai Min i Ma: Kinematic viscosity, 140°F cSt T 201 250 1 400 $00 i 1 600 3 000 1 6 000 Water, % T 55 0.2 0.2 0.2 Flash poinT,O.C., IF T 79 g0 80 80 Distillation test: T 78 Distillate, percentage by volume of total distillate to 680°F to 437°F 40 75 35 70 20 55 to 500°F 65 E 90 55 i 85 45 i 75 to 600°F 85 = — 80 i — 70 i — Residue from distillation, volume % 70 73 82 Tests on distillation residue: Penetration, 100 g, 5 sec., 77°F T 49 80 120 80 120 80 120 Ductility, 5 cm/min., 77°F, cm T 51 100 — 100 — 100 — Solubility in trichloroethylene, % T 44 99.0 — 99.0 — 99.0 Spot test Tex-509-C Neg. Neg. Neg. Table 5 Medium-C:urinv Vnth9ck Acnhalt Test T rade MC-30 MC-250 MC-800 MC-3000 Property Procedure Mini Ma: Min 1 Max Min ; Max Min i Max Kinematic viscosity, 140°F, cSt T 201 30 60 250 500 800 : 3 00 ; 6000 Water, % T 55 0.2 0.2 0.2 0.2 Flash oint T.O.C. °F T79 ]00 • — I50 • — 150 — 150 Distillation test: T 78 Distillate, percentage by volume of total distillate to 680°F to 437°F — 25 — 10 — — — _ to 500°F 40 70 15 55 — 35 — 15 to 600°F 75 93 60 87 45 80 15 75 Residue from distillation,volume % 50 67 75 — 80 Tests on distillation residue: Penetration, 100 g, 5 sec., 77°F T 49 120 250 120 250 120 250 120 250 Ductility, 5 cm/min., 77°F, cm' T 51 loo : - lo0 : — loo : - loo - Solubility in trichloroethylene, % T 44 99.0 + — 99.01 — 99.0 : — 99.0 : Spot test Tex-509-C Neg. Neg. Neg. Neg. 1. 1t the penetration of residue is more than 200 and the ductility at 77"F is less than 100 cm, the material is acceptable if its ductility at 60°F is more than 100 cm. A Performance -Graded Binders. PG binders must be smooth and homogeneous, show no separation when tested in accordance with Tex-540-C, and meet Table 17 requirements. Separation testing is not required if: • a modifier is introduced separately at the mix plant either by injection in the asphalt line or mixer, • the binder is blended on site in continuously agitated tanks, or • binder acceptance is based on field samples taken from an in -line sampling port at the hot mix plant after the addition of modifiers. Table 17 Performance -Graded Binders Property and Test Method Performance Grade PG 58 PG 64 PG 70 PG 76 PG 82 22 1 -28 1 -34 -16 1 -22 1 -28 1 -34 16 -22 1 -28 -34 -16 -22 -28 -34 -16 .22 -28 Average 7-day max pavement design temperature, oCi < 58 < 64 < 70 < 76 < 82 Min Pavementdesi temperature, °C >-22 >-28 >-34 >-16 1 >-22 1 >-28 1 >-34 >-16 >-22 >-28 1 >-34 >-16 1 >-22 1 >-28 >-34 ORIGINAL BINDER Flash point, T 48 Min °C 230 Viscosity, T 316: Max 3.0 Pa-s test temperature, °C 135 amic shear, T 315: 58 64 70 76 82 G*/sin(S),Min, 1.00 kPa Test temperature @ 10 rad/sec., °C Elastic recovery, D 6084 50°F, % Min 30 30 1 50 30 50 60 30 1 50 60 70 50 60 70 ROLLING THIN-FILM OVEN Tex-541-C Mass loss Tex-541-C, Max % 1.0 Dynamic shear, T 315: 58 64 70 76 82 G*/sin(S), Min, 2.20 kPa Test temperature 10 rad/sec., °C PRESSURE AGING VESSEL PA RESIDUE R 28' PAV aging temperature, °C 100 Dynamic shear, T 315: 25 1 22 1 19 1 28 1 25 22 19 28 25 22 19 28 25 22 19 28 25 22 G*/sin(S), Max, 5000 kPa Test temperature 10 rad/sec. °C Table 17 Performance -Graded Binders Performance Grade PG 58 PG 64 PG 70 PG 76 PG 82 Property and Test Method 22 -28 34 -16 1 -22 1 -28 1 -34 tb T-22 -28 I -34 -16 -22 -28 1 -34 -16 1 -22 1 -28 Average 7-day max pavement design temperature, °C < 58 < 64 < 70 < 76 < 82 Min pavement design temperature, °C >-22 >-28 >-34 >-16 >-22 >-28 >-34 >-16 >-22 >-28 >-34 >-16 >-22 >-28 >-34 >-16 >-22 >-28 Creep stiffness T 313: • - 12 - 18 - 24 -6 - 12 18 - 24 -6 12 18 24 -6 - 12 - 18 - 24 -6 - 12 18 S, max, 300 MPa, m-value, min, 0,300 Test temperature a 60 sec. °C Direct tension, T 314: - 12 - 18 - 24 -6 - 12 - 18 - 24 -6 12 - 18 - 24 -6 12 18 24 -6 - 12 18 Failure strain, min, 1.0% Test temperature 1.0 mm/min. °C 1. Pavement temperatures are estimated from air temperatures using an algorithm contained in a Department -supplied computer program, may be provided by the Department, or by following the procedures outlined in AASHTO MP 2 and PP 28, 2. This requirement may be waived at the Department's discretion if the supplier warrants that the asphalt binder can be adequately pumped, mixed, and compacted at temperatures that meet all applicable safety, environmental, and constructability, requirements. At test temperatures where the binder is a Newtonian fluid, any suitable standard means of viscosity measurement may be used, including capillary T 201 or T 202) or rotational viscome T 316). 3. Viscosity at 135°C is an indicator of mixing and compaction temperatures that can be expected in the lab and field. High values may indicate high mixing and compaction temperatures. Additionally, significant variation can occur from batch to batch. Contractors should be aware that variation could significantly impact their mixing and compaction operations. Contractors are therefore responsible for addressing any constructability issues that may arise. 4. For quality control of unmodified asphalt binder production, measurement of the viscosity of the original asphalt binder may be substituted for dynamic shear measurements of G'/sin(b) at test temperatures where the asphalt is a Newtonian fluid. Any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscome T 316). 5. Silicone beam molds, as described in AASHTO TP 1-93 are acceptable for use. 6. if creep stiffness is below 300 MPa, direct tension test is not required. if creep stiffness is between 300 and 600 MPa, the direct tension failure strain requirement can be used instead of the creep stiffness requirement. The m-value requirement must be satisfied in both cases. ' 300.3. Equipment. Provide all equipment necess to transport, store sample, heat apply, and �' P P � r___, incorporate asphalts, oils, and emulsions. 300.4. Construction. A. Typical Material Use. Table 18 shows typical materials used for specific applications. These are typical uses only. Circumstances may require use of other material. Table 18 Tvpical Material Use Material: Application Twically Used Materials Hot -mixed hot -laid asphalt mixtures PG binders, A-R binders Types 1 and II Surface treatment AC-5, AC-10, AC-5 w/2'/o SBR, AC-10 w/2% SBR AC-15P, AC-20-577, HFRS-2, MS-2, CRS-2, CRS-2H, HFRS-2P, CRS-2P A-R binders Types II and III Surface treatment (cool weather) RS-iP, CRS-lP, RC-250, RC-800, RC-3000, MC-250, MC-800, MC-3000 MC-2400L Precoatin AC-5, AC-10 PG 64-22, SS -I, SS-11-1, CSS-1 CSS-1H Tack coat PG Binders SS-1 CSS-1H EAP&T Fog seal SS-1 SSAH CSS-1 CSS-1H Hot -mixed, colddaid.as halt mixtures AC-0.6 AC-1.5, AC--3 -300 AES 300P CMS=2 _CMS=2S Patching mix MC-800, SCM 1, SCM II AES-300S Recycling AC-0.6, AC-1.5, AC-3, AES-150P, AES-300P, recycling agent, emulsified recycling agent Crack scaling SS-lP, polymer mod AE crack sealant, rubber asphalt crack sealers Class Class B Microsurfacin CSS-1P Prime MC-30 AE-P EAP&T PCE Curing membrane SS-1SS-IH CSS-I CSS-IK PCE Erosion control I SS-1 SS-1H CSS-1 CSS-IK PCE B. Storage and Application Temperatures. Use storage and application temperatures in accordance with Table 19. Store and apply materials at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage. Manufacturer's instructions regarding recommended application and storage temperatures supercede those of Table 19. Table 19 Storage and Annlication Temperatures Application Storage Recommended Maximum Type -Grade Maximum Range, °F Allowable (OF) AC-0.6, AC-1.5, AC-3 200-300 350 350 AC-5, AC-10 275-350 350 350 AC-5 w/2% SBR, AC-10 w/2% SBR, 300-375 375 360 AC-15P, AC-20-5TR RC-250 125-180 200 200 RC-800 170-230 260 260 RC-3000 215-275 285 285 MC-30, AE-P 70-150 175 175 MC-250 125-210 240 240 MC-800, SCM I, SCM II 175-260 275 275 MC-3000, MC-2400L 225-275 290 290 HFRS-2, MS-2, CRS-2, CRS-2H, HFRS-2P, CRS-2P, CMS-2, CMS-2S, 120-160 1-80- -1-80- AES-300, AES-300S, AES-150P, AES-300P SS-1, SS-lH, CSS-1, CSS-lH, PCE, EAP&T, SS-1P, RS-lP, CRS-lP, CSS-lP, recycling agent, emulsified 50-130 140 140 recycling agent, polymer mod AE crack sealant PG binders 275-350 350 350 Rubber asphalt crack sealers (Class A, 350-375 400 - Class B A-R binders Types I,11, and 1II 325-425 425 425 ITEM 416 DRILLED SHAFT FOUNDATIONS 416.1. Description. Construct foundations consisting of reinforced or non -reinforced concrete drilled shafts with or without bell footings. 416.2. Materials. Use materials that meet the requirements of the following Items: • Item 421, "Hydraulic Cement Concrete" • Item 440, "Reinforcing Steel" • Item 448, "Structural Field Welding" Unless otherwise shown on the plans, use concrete for drilled shafts that meets the requirements of Table 1. Table l Concrete for Drilled Shafts Drilled Shaft Type Concrete Non -reinforced Class A Reinforced Class C Slurry and underwater concrete placement Class SS Use coarse aggregate Grade 4, 5, or 6 for drilled shaft concrete in reinforced drilled shafts. Grade 2 or 3 may be used if the shaft is dry and reinforcing steel has a 5-in. minimum clear spacing. Use a water -reducing, retarding admixture in accordance with DMS-4640, "Chemical Admixtures for Concrete," in all concrete when using casing that will be pulled or when placing shafts underwater or under slurry. Use concrete with slump that meets the requirements of Table 2 as determined by Tex-415-A. Table 2 Slump Requirements Minimum Recommended Maximum Placement Type Acceptable Design and Acceptable Placement Placement Placement Slump, in. Slump, in. Slump, in. Dry 5-1/2 6-1/2 7-1/2 Underwater and under slurry 7 8 9 When casing is to be pulled or when concrete is to be placed underwater or under slurry, perform a slump loss test in accordance with Tex-430-A before beginning work. Provide concrete that will maintain a slump of at least 4 in. throughout the entire anticipated time of concrete placement. Time of concrete placement is described in Sections 416.3.F, "Concrete," and 416.3.G, "Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods." Note the temperature of the concrete mix at the beginning of the slump loss test. If concrete temperature at the time of placement into the drilled shaft is more than 10* higher than the slump loss test temperature, do not place the concrete. Use ice or other concrete cooling ingredients to lower concrete temperature, or run additional slump loss tests at the higher temperatures. Slump loss testing will be waived if anticipated time of concrete placement is less than 90 minutes. Use drilling slurry that meets the requirements of Table 3, as determined by Tex-130-E. Table 3 Slur Requirements Before Introduction Sampled from the Bottom of the into the Excavation Excavation before Concretin Specific Sand Specific Viscosity Sand Gravity Content Gravity seconds Content <1.10 <1% 51.15 <45 56% i' Use mineral slurry consisting of processed bentonite or attapulgite clays mixed with clean fresh water. Do not -use PHPA (partially hydrolized polyacrylamide) polymeric slurry or any other fluid composed primarily of a polymer solution Before placing concrete, sample slurry from the bottom of the hole, and test it in accordance with Tex-]30-E. Use a pump or air lift to remove slurry that does not meet the requirements of Table 3 while adding fresh clean slurry to the top of the hole to maintain the slurry level. Continue this operation until the slurry sampled from the bottom of the hole meets the requirements. 416.3. Construction. Place the shaft to within the following tolerances. • Vertical plumbness — 1 in. per 10 ft. of depth. • Center of shaft located under column — 1 in. of horizontal plan position. • Center of shaft located under footing — 3 in. of horizontal plan position. Complete the embankment at bridge ends before installing drilled shafts that pass through the fill. Refer to Item 423, "Retaining Walls," for provisions for drilled shafts passing through the structural volume of retaining walls. A. Excavation. The plans indicate the expected depths and elevations for encountering satisfactory bearing material. Excavate as required for the shafts and bell footings through all materials encountered to the dimensions-and-elevations-shawn-on the plans or required by the site -conditions. Removal -of man-made obstructions not shown on the plans will be paid for in accordance with Article 9.4, "Payment for Extra Work." If satisfactory founding material is not encountered at plan elevation, adjust the bottom of the shaft or alter the foundation, as determined by the Engineer, to satisfactorily comply with design requirements. Blasting is not allowed for excavations. If caving conditions are encountered, stop drilling and adopt a construction method that stabilizes the shaft walls. Do not excavate a shaft within 2 shaft diameters (clear) of an open shaft excavation, or one in which concrete has been placed in the preceding 24 hours. Dispose of material excavated from shafts and bells and not incorporated into the fmished project. Dispose of excavated material in accordance with the plans and with federal, state, and local laws. Provide suitable access, lighting, and equipment for proper inspection of the completed excavation and for checking the dimensions and alignment of shafts and bell excavation. B. Core Holes. If directed, take cores to determine the character of the supporting materials. Use a method that will result in recovery of an intact sample adequate for judging the character of the founding material. Such cores should be at least 5 ft. deeper than the proposed founding grade or a depth equal to the diameter of the shaft, whichever is greater. Take these cores when the excavation is approximately complete. C. Casing. Use casing when necessary to prevent caving of the material or to exclude ground water. Provide casing with an outside diameter not less than the specified diameter of the shaft. Use casing strong enough to withstand handling stresses and pressures of concrete and of the surrounding earth or water, and that is watertight, smooth, clean, and free of accumulations of hardened concrete. Drill the portion of the shaft below the casing as close as possible to the specified shaft diameter. The portion of — shaft below the casing may be as much as 2 in. smaller than the specified shaft diameter. Use construction methods that result in a minimal amount of disturbed soil being trapped outside the casing. This does not apply to temporary undersized casings used to protect workers inside shafts or to drilled shafts designed for point bearing only. Do not leave any casing in place unless authorized or shown on the plans. Do not extract casing until after placing the concrete to an appropriate level. Maintain sufficient concrete in the casing at all times to counteract soil and water pressure. Before and during concrete placement, rotate or move the casing up or down a few inches if necessary to facilitate extraction of the casing. D. Requirements for Slurry Displacement Method. Unless otherwise shown on the plans, the slurry _ displacement method may be used to construct drilled shafts. Use this method to support the sides of the excavation with processed mineral slurry that is then displaced by concrete to form a continuous concrete shaft. Do not use casing other than surface casing. Do not use surface casing longer than 20 ft. without approval. Do not extract the surface casing until after placing the concrete. i For slurry mixed at the project site, pre -mix it in a reservoir of sufficient capacity to fill the excavation and for recovery of the slurry during concrete placement. Do not mix slurry in the shaft excavation or other hole. Allow adequate time for hydration of the slurry prior to introduction into the excavation. During and after drilling maintain a head of slurry in the shaft excavation at or near ground level or higher as necessary to counteract ground water pressure. Just before placing reinforcing steel, use an air lift or proper size cleanout bucket to remove any material that may have fallen from the sides of the excavation or accumulated on the bottom after the completion of drilling. Use a cleanout bucket if material is too large to be picked up with an air lift. If concrete placement is not started within 4 hours of the completion of the shaft excavation, reprocess the hole with the auger as directed. Then clean the bottom with an air lift or cleanout bucket, and check the slurry at the bottom of the hole for compliance with the slung requirements of Article 416.2, "Materials" If the slurry forms a gel before concrete placement, agitate the congealed slurry to liquefaction just before concrete placement and whenever directed. Recover and dispose of all slurry as approved by the Engineer, and in accordance with all federal, state, and local laws. Do not discharge slurry into or in close proximity to streams or other bodies of water. E. Reinforcing Steel. Completely_ assemble the cage -of -reinforcing -steel, -and place_itas_a_unit_immediatelybefore concrete placement. The cage consists of longitudinal bars and lateral reinforcement (spiral reinforcement, lateral ties, or horizontal bands). If overhead obstacles prevent placement of the cage as a single unit, connect individual segments with couplers or by lapping steel as approved. If the shaft is lengthened beyond plan length, extend the reinforcing steel cage as follows, unless directed otherwise: • For shafts supporting structures other than bridges, extend the cage to the bottom. • For bridge shafts with plan lengths of less than 25 ft., extend the cage to 25 ft. or to the bottom, whichever is shorter. • For bridge shafts with plan lengths at least 25 ft. that are lengthened less than 33% of plan length, extending the cage is not necessary. • For bridge shafts with plan lengths at least 25 ft. that are lengthened more than 33% of plan length, extend the cage as directed. If the cage does not reach the bottom of the shaft, it may be suspended, or a portion of the longitudinal steel may be extended to support the cage on the bottom of the shaft. Bars used to extend or support the cage may be lap spliced or welded by a qualified welder. Place the extension at the bottom of the shaft. If using spiral reinforcement, tie it to the longitudinal bars at a spacing of at most 24 in., or as required for a stable cage. Do not weld lateral reinforcement to longitudinal bars unless otherwise shown on the plans. Center the reinforcing steel cage in the excavation using approved centering devices. Use enough devices to hold the cage in position along its entire length. Do not use square concrete spacer blocks in cased shafts. Support or hold down the cage to control vertical displacement during concrete placement or extraction of the casing. Use support that is concentric with the cage to prevent racking and distortion of the steel. Check the elevation of the top of the steel cage before and after concrete placement or after casing extraction when casing is used. Downward movement of the steel up to 6 in. per 20 ft. of shaft length and upward movement of the steel up to 6 in. total are acceptable. Maintain the minimum length of steel required for lap with column steel. Use dowel bars if the proper lap length is provided both into the shaft and into the column. Locate and tie all dowel bars into the cage before placing concrete or insert dowel bars into fresh, workable concrete. Locate and tie anchor bolts when required prior to placement of concrete. Use templates or other devices to assure accurate placement of anchor bolts. F. Concrete. Perform all work in accordance with requirements of Item 420, "Concrete Structures." Mass concrete placement requirements do not apply to drilled shafts. Form portions of drilled shaft that project above natural ground. Remove loose material and accumulated seep water from the bottom of the excavation before placing concrete. If water cannot be removed, place concrete using underwater placement methods. i", Place concrete as soon as possible after all excavation is complete and reinforcing steel is placed. Provide workable concrete that does not require vibrating or rodding. Vibrate formed portions of drilled shafts. Place concrete continuously for the entire length of the -shaft. For dry shafts of 24 in. or smaller diameter, limit free fall of concrete to 25 ft. Use a suitable tube or tremie to prevent segregation of materials. Use a tube or tremie in sections to provide proper discharge and to permit raising as the placement progresses. For dry shafts over 24 in. diameter, concrete can be allowed to free fall an unlimited distance if it does not strike the reinforcing cage or sides of the hole during placement. When free fall is used, provide a hopper with a minimum 3-ft.-long drop tube at the top of the shaft to direct concrete vertically down the center of the shaft. Do not use a shovel or other means to simply deflect the concrete discharge from the truck. For cased shafts, maintain a sufficient head of concrete at all times above the bottom of the casing to overcome hydrostatic pressure. Extract casing at a slow, uniform rate with the pull in line with the axis of the shaft. Monitor the concrete level in the casing during extraction. Stop the extraction and add concrete to the casing as required to ensure a completely full hole upon casing removal. The elapsed time from the mixing of the first concrete placed into the cased portion of the shaft until the completion of extraction of the casing must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2, "Materials." If the elapsed time is exceeded, modify the concrete mix, the construction procedures, or both for subsequent shafts. Cure the top surface and treat any construction joint area in accordance with Item 420, "Concrete Structures." G. Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods. Place concrete -on -the same -lay -that the shaft is excavated and as soon as possible after -all -excavation is complete and reinforcing steel is placed. Use an air lift or cleanout bucket of the proper size to clean the bottom of the excavation prior to placing the reinforcing steel cage and concrete. Place concrete through a closed tremie or pump it to the bottom of the excavation. Initially seal the tremie or pump line to positively separate the concrete from the slurry or water. Place concrete continuously from the beginning of placement until the shaft is completed. If using a tremie, keep it full of concrete and well submerged in the previously placed concrete at all times. Raise the tremie as necessary to maintain the free flow of concrete and the stability of any casing used. If using a pump, keep the discharge tube submerged in the previously placed concrete at all times. Place additional concrete to ensure the removal of any contaminated concrete at the top of the shaft. At the completion of the pour, allow the top portion of concrete to flush completely from the hole until there is no evidence of slurry or water contamination. Do not attempt to remove this concrete with shovels, pumps or other means. Level the top of shaft with hand tools as necessary. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or in close proximity to streams or other bodies of water. For pours over water, provide a collar or other means of capturing slurry and the top portion of concrete flushed from the shaft. If concrete placement is interrupted due to withdrawal of the submerged end of the tremie or pump discharge tube before completion, remove the tube, reseal it at the bottom, penetrate with the tube into the concrete already placed by at least 5 ft., and recharge it before continuing. The elapsed time from the mixing of the first concrete placed until the completion of concrete placement, including extraction of the casing, must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2, "Materials" If the elapsed time is exceeded, modify the concrete mix, the construction procedures, or both for subsequent shafts. H. Test Load. If required, test load shafts in accordance with Item 405, "Foundation Test Load." ITEM 610 ROADWAY ILLUMINATION ASSEMBLIES 610.1. Description. • Installation. Furnish, fabricate, and erect roadway illumination assemblies. • Relocation. Remove and relocate existing roadway illumination assemblies. • Removal. Remove existing roadway illumination assemblies. 610.2. Materials. Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: • Item 441, "Steel Structures" • Item 442, "Metal for Structures" • Item 445, "Galvanizing" • Item 446, "Cleaning and Painting Steel" • Item 449, "Anchor Bolts" • Item 620", "Electrical Conductors." Furnish light fixtures from new materials that comply with DMS-11010, "Roadway Illumination Light Fixtures." Provide light fixtures from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified roadway illumination light fixture manufacturers. Provide shop drawings of the complete assembly in accordance with the plans. Hot -dip galvanize fabricated pole sections and associated parts in accordance with Item 445, "Galvanizing." Punch or drill holes in steel parts or members, when allowed, before galvanizing. Paint poles, when shown on the plans, in accordance with Item 446, "Cleaning and Painting Steel." 610.3. Construction. Perform work in accordance with the details shown on the plans and the requirements of this Item. Sample fixtures for testing in accordance with Tex- 1110-T. Use established industry and utility safety practices when installing, relocating, or removing poles or luminaires located near overhead or underground utilities. Consult with the appropriate utility company before beginning work. Prevent scarring or marring of the poles, mast arms, and fixtures. Replace damaged components. Repair damaged galvanizing in accordance with Section 445.3.D, "Repairs." Repair damaged painted areas of a roadway illumination assembly in accordance with Item 446, "Cleaning and Painting Steel." Stake, install, and align each roadway illumination assembly as shown on the plans. The Department may shift an assembly's location, if necessary, to secure a more desirable location or to avoid conflict with utilities. A. Installation. Fabricate and install roadway illumination assembly components in accordance with the details, dimensions, and requirements shown on the plans. Do not use screw -in type foundations. Install anchor bolts and coat anchor bolt threads in accordance with Item 449, "Anchor Bolts." Erect structures after foundation concrete has attained its design strength as required on the plans and Item 421, "Hydraulic Cement Concrete." Tighten anchor bolts for poles with shoe bases in accordance with Item 449, "Anchor Bolts." Do not place grout between base plate and foundation. Test installed roadway illumination assemblies in accordance with Item 616, "Performance Testing of Lighting Systems." B. Relocation. Relocate roadway illumination assembly components in accordance with the details, dimensions, and requirements shown on the plans. Do not use screw -in type foundations. Install existing structures on new foundations in accordance with Section 610.3.A, "Installation." Do not place grout between base plate and foundation. Test installed roadway illumination assemblies in accordance with Item 616, "Performance Testing of Lighting Systems." Disconnect and remove conductors from abandoned circuits. Remove abandoned conduit or ducts to a point 6 in. below final grade. Reconnect conduit, ducts, and conductors to be reused. Replace damaged conduit, ducts, and conductors. I Unless otherwise shown on the plans, remove abandoned concrete foundations and replace surfacing in accordance with Section 610.3.C, "Removal." Do not remove existing concrete bridge lighting brackets. Furnish and install new internal conductors, fused and unfused connectors, and lamps. Furnish and install new transformer bases that meet AASHTO and plan requirements when relocating transformer base poles. Destroy existing transformer bases to prevent reuse. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. C. Removal. Remove roadway illumination assembly components in accordance with established industry and utility safety practices. Remove transformer bases from transformer base poles. Remove luminaires and mast arms from the pole shaft. Stockpile pole shafts, mast arms, and assembly hardware at a location designated by the Department. Pole shafts, mast arms, and assembly hardware will remain Department property unless otherwise shown on the plans or directed. Disconnect and remove conductors from abandoned circuits. Remove abandoned conduit and ducts to a point 6 in. below final grade. Destroy existing transformer bases to prevent reuse. Remove -abandoned -concrete foundations to a point 2 ft-belaw_final grade-Backfill the -hole -with material -.hat is equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. Do not remove existing concrete bridge lighting brackets. Accept -ownership of unsalvageable materials and dispose of4n-accordance with -federal, state, and local regulations. ITEM 618 CONDUIT 618.1. Description. Furnish and place conduit. 1 618.2. Materials. Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of Item 622, "Duct Cable." When specified in the plans, provide: • rigid metal (RM) conduit that is hot -dip galvanized inside and outside with a minimum of 1.5 oz. per square foot of a zinc coating in accordance with Item 445, "Galvanizing"; • electrical metallic tubing (EMT) and intermediate metal conduit (IMC) that is steel, galvanized on the outside, and protected on the inside with a suitable corrosion -resistant material; • polyvinyl chloride (PVC) conduit that meets the requirements of NEMA Standard TC-2, UL 651, and the NEC; • high -density polyethylene (HDPE) conduit without factory -installed conductors that meets the requirements of Item 622, "Duct Cable"; or i • flexible conduit that is liquid -tight. Furnish conduit from new materials that comply with DMS-11030, "Conduit." Provide conduit from manufacturers prequalified_by_the Department. The Traffic -Operations Division -maintains a list of prequalified electrical conduit manufacturers. Unless otherwise shown on the plans, fabricate fittings such as junction boxes and expansion joints from a material similar to the connecting conduit. Use watertight fittings. Do not use set screw and pressure -cast fittings. Steel compression fittings are permissible. When using HDPE conduit, provide fittings that are UL-listed as electrical conduit connectors or thermally fused using an electrically heated wound wire resistance welding method. Use red 3-in. 4-mil polyethylene underground warning tape that continuously states "Caution Buried Electrical Line Below." 618.3. Construction. Place conduit in accordance with the lines, grades, details, and dimensions shown on the plans or as directed. Install conduit a minimum of 18 in. deep underground unless otherwise shown on the plans. Meet the requirements of the NEC when installing conduit. Secure and support conduit placed for concrete encasement in such a manner that the alignment will not be disturbed during placement of the concrete. Cap ends of conduit and close box openings before concrete is placed. Ream conduit to remove burrs and sharp edges. Use a standard conduit cutting die with a 3/4-in. taper per foot when conduit is threaded in the field. Fasten conduit placed on structures with conduit straps or hangers as shown on the plans or as directed. Fasten conduit within 3 ft. of each box or fitting and at other locations shown on the plans or as directed. Use metal conduit clamps that are galvanized malleable or stainless steel unless otherwise shown on the plans. Use 2-hole type clamps for 2-in. diameter or larger conduit. Fit PVC and HDPE conduit terminations with bushings or bell ends. Fit metal conduit terminations with a grounding type bushing, except conduit used for duct cable casing that does not terminate in a ground box and is not exposed at any point. Conduit terminating in threaded bossed fittings does not need a bushing. Prior to installation of conductors or final acceptance, pull a spherical template having a diameter of at least 75% of the inside diameter of the conduit through the conduit to ensure that the conduit is free from obstruction. Cap or plug empty conduit placed for future use. Perform trench excavation and backfilling as shown on the plans or as directed and in accordance with Item 400, "Excavation and Backfill for Structures." Excavation and backfilling will be subsidiary to the installation of the conduit. Jack and bore as shown on the plans or as directed, and in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe." l Place warning tape approximately 10 in. above trenched conduit. Where existing surfacing is removed for placing. conduit, repair by backfilling with material equal in composition and density to the surrounding areas and by replacing any removed surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent+ condition. Mark conduit locations as directed. U In ITEM 620 ELECTRICAL CONDUCTORS 620.1. Description. Furnish and place electrical conductors, except conductors specifically covered by other Items. 620.2. Materials. Provide new materials that comply with the details shown on the plans and the requirements of this Item. Use stranded insulated conductors that are rated for 600 volts; approved for wet locations; and marked in accordance with UL, NEC, and CSA requirements. Furnish electrical conductors in accordance with DMS-1 1040, "Electrical Conductors." Provide electrical conductors from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified electrical conductor manufacturers. Ensure that all grounding conductors size AWG No. 8 and larger are stranded, except for the grounding electrode conductor, which will be a solid conductor. Use white insulation for grounded (neutral) conductors, except that grounded conductors AWG No. 8 and larger maybe black with_white-tape inaric_in_g_at-ever-y acccessiblelonation.-Domoi use.w1ite insulation or -marking -for -any other conductor except control wiring specifically shown on the plans. Ensure that insulated grounding conductors are green except that insulated grounding conductors AWG No. 8 and larger may be black with green tape marking at every accessible -location. Do not use green insulation -or -marking for any other conductor except control wiring specifically shown on the plans. 620.3. Construction. Splice conductors only in junction boxes, ground boxes, and transformer bases, and in poles and structures at the hand holes. Splice as shown on the plans. Do not exceed the manufacturer's recommended pulling tension. Use lubricant as recommended by the manufacturer. Install conductors in accordance with the NEC. Make insulation resistance tests on the conductors prior to making final connections, and ensure that each continuous run of insulated conductor has a minimum DC resistance of 5 megohms when tested at 1,00-0 volts DC. The Engineer may require verification testing of all or part of the conductor system. The Engineer will witness these verification tests. Replace conductors exhibiting an insulation resistance of less than 5 megohms. ITEM 624 GROUND BOXES 624.1. Description. Construct, furnish, and install ground boxes complete with lids. 624.2. Construction and Materials. Provide new materials that comply with the details shown on the plans and meet the following requirements: • Construct cast -in -place concrete ground boxes and aprons in accordance with Item 421, "Hydraulic Cement Concrete," and Item 440, "Reinforcing Steel." • Provide fabricated precast polymer concrete ground boxes, and precast concrete ground boxes that comply with DMS-11070, "Ground Boxes." • Construct a concrete apron, when shown on the plans, in accordance with Item 421, "Hydraulic Cement Concrete," and Item 440, "Reinforcing Steel." Provide ground boxes from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified ground box manufacturers. ITEM 628 ELECTRICAL SERVICES 628.1. Description. • Installation. Furnish and install complete and independent points of electrical service. • Removal. Remove electrical services. 628.2. Materials. Provide materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: • Item 441, "Steel Structures" • Item 445, "Galvanizing" • Item 449, "Anchor Bolts" • Item 618, "Conduit" • Item 620, "Electrical Conductors" • Item 627, "Treated Timber Poles" • Item 656, "Foundations for Traffic Control Devices." For the installation of electrical services, use new materials that meet the requirements of the NEC, UL, CSA, and NEMA, and that comply with DMS-I 1080, "Electrical Services." Furnish electrical services from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified electrical service manufacturers. 628.3. Construction. Perform work in accordance with the details shown on the plans and the requirements of this Item. A. Installation. Ensure components of the electrical service meet the requirements of the Electrical Detail Standards. Follow NEC and local utility company requirements when installing the electrical equipment. Coordinate the utility companies' work for providing service. B. Removal. Coordinate removal with the appropriate utility company before beginning work. Before the removal of the electrical service, disconnect and isolate any existing electrical service equipment in accordance with the utility company's requirements. Use established industry and utility safety practices while removing electrical service equipment near any overhead utilities. Remove existing electrical service support a minimum of 2 ft. below finish grade unless otherwise shown on the plans. Repair the remaining hole by backfilling with material equal in composition and density to the surrounding area. Replace any surfacing such as asphalt pavement or concrete riprap with like material to equivalent condition. Disconnect conductors and remove them from the conduit or duct. Cut off all protruding conduit or duct 6 in. below finish grade. Abandoned conduit or duct need not be removed unless shown on the plans. Reconnect duct cable, conductors, and conduit to be reused when shown on the plans. Make all splices in ground boxes unless otherwise shown on the plans. Accept ownership of unsalvageable materials, and dispose of them in accordance with federal, state, and local regulations. ITEM 636 ALUMINUM SIGNS 636.1. Description. • Installation. Furnish, fabricate, and erect aluminum signs. Sign supports are provided for under other Items. • Replacement. Replace existing signs on existing sign supports. • Refurbishing. Refurbish existing aluminum signs on existing sign supports. 636.2. Materials. A. Sign Blanks. Furnish sign blank substrates in accordance with DMS-7110, "Aluminum Sign Blanks," and in accordance with the types shown on the plans. Use single -piece sheet -aluminum substrates for Type A (small) signs and extruded aluminum substrates for Type G (ground -mounted) or Type O (overhead -mounted) signs. B. Sign Face Reflectorization. Reflectorize the sign faces with flat surface reflective sheeting. Furnish sheeting that meets DMS-8300, "Sign Face Materials." Use reflective sheeting from the same manufacturer for the entire face of a sign. C. Sign Messages. Fabricate sign messages to the sizes, types, and colors shown on the plans. Use sign message material from the same manufacturer for the entire message of a sign. • Ensure that the screened -messages have clean, sharp edges and exhibit uniform color and reflectivity. Prevent runs, sags, and voids. Furnish screen inks in accordance with DMS-8300. • Fabricate colored, transparent film legend and reflectorized sheeting legend from materials that meet DMS-8300. • Fabricate nonreflectorized-sheeting legend from materials that meet DMS-8300. • Furnish Type A aluminum signs required as part of a message in conformance with the plans and in accordance with this Item. D. Hardware. Use galvanized steel, stainless steel, or dichromate -sealed aluminum for bolts, nuts, washers, lock washers, screws, and other sign assembly hardware. Use plastic or nylon washers to avoid tearing the reflective sheeting. Furnish steel or aluminum products in accordance with DMS-7120, "Sign Hardware." When dissimilar metals are used, select or insulate metals to prevent corrosion. E. Sampling. The Engineer will sample in accordance with Tex-726-1. 636.3. Construction. A. Fabrication. 1. Sign Blanks. Furnish sign blanks to the sizes and shapes shown on the plans and that are free of buckles, warps, burrs, dents, cockles, or other defects. Do not splice individual extruded aluminum panel. Complete the fabrication of sign blanks, including the cutting and drilling or punching of holes, before cleaning and degreasing. After cleaning and degreasing, ensure that the substrate does not come into contact with grease, oils, or other contaminants before the application of the reflective sheeting. 2. Sheeting Application. Apply sheeting to sign blanks in conformance with the recommended procedures of the sheeting manufacturer. Clean and prepare the outside surface of extruded aluminum flanges in the same manner as the sign panel face. Minimize the number of splices in the sheeting. Overlap the lap -splices by at least 1 /4 in. Use butt splices for Type D and Type E reflective sheeting. Provide a 1-ft. minimum dimension for any piece of sheeting. Do not splice sheeting for signs fabricated with transparent screen inks or colored transparent films. 3. Sign Assembly. Assemble extruded aluminum signs in accordance with the details shown on the plans. Sign face surface variation must not exceed 1/8 in. per foot. Surface misalignment between panels in multi - panel signs must not exceed 1/16 in. at any point. 4. Decals. Code and apply sign identification decals in accordance with Item 643, "Sign Identification Decals." €.. B. Storage and Handling. Ship, handle, and store completed sign blanks and completed signs so that corners, edges, and faces are not damaged. Damage to the sign face that is not visible when viewed at a distance of �- 50 ft., night or day, will be acceptable. Replace unacceptable signs. Store all finished signs off the ground and in a vertical position until erected. Store finished signs 60 in. by 60 in. or smaller in a weatherproof building. Larger signs may be stored outside. C. Cleaning. Before shop inspection, wash completed signs with a biodegradable cleaning solution acceptable to the manufacturers of the sheeting, colored transparent film, and screen ink to remove grease, oil, dirt, smears, streaks, finger marks, and other foreign material. Wash again before fmal inspection after erection. D. Installation. Install signs as shown on the plans or as directed. E. Replacement. Remove the existing signs from the existing supports and replace with new signs, including mounting hardware, as shown on the plans. F. Refurbishing. Refurbish existing signs by providing and installing new messages and mounting hardware. Install new reflectorized legend and supplemental signs as shown on the plans. G. Unsalvageable Material. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. ITEM 644 SMALL ROADSIDE SIGN SUPPORTS AND ASSEMBLIES 644.1. Description. Installation. Furnish, fabricate, and erect small roadside sign assemblies consisting of the signs, sign supports, foundations, and associated mounting hardware. Relocation. Relocate existing small roadside sign assemblies, and furnish and fabricate materials as required. Removal. Remove existing small roadside sign assemblies. 644.2. Materials. Furnish all materials unless otherwise shown on the plans. Furnish only new materials. Furnish and fabricate materials in accordance with the following Items and with details shown on the plans: • Item 421, "Hydraulic Cement Concrete" • Item 440, "Reinforcing Steel" • Item 441, "Steel Structures" • Item 442, "Metal for Structures" • Item 445;-"Galvanizing" • Item 634, "Plywood Signs" • Item 636, "Aluminum Signs" • Item 643, "Sign Identification Decals" • Item 656, "Foundations for Traffic Control Devices." Use galvanized steel, stainless steel, dichromate sealed aluminum, or other materials shown on the plans for pipe, bolts, nuts, washers, lock washers, screws, and other sign assembly hardware. When dissimilar metals are used, select or insulate the metals to prevent corrosion. 644.3. Construction. Install foundations in accordance with Item 656, "Foundations for Traffic Control Devices." Plumb sign supports. Do not spring or rake posts to secure proper alignment. Use established -safety practices when working near underground or overhead utilities. Consult the appropriate utility company before beginning work. A. Fabrication. Fabricate sign supports in accordance with Item 441, "Steel Structures." Ensure that all components fit properly. Verify the length of each post for each sign before fabrication to meet field conditions and sign -mounting heights shown on the plans. Galvanize fabricated parts in accordance with Item 445, "Galvanizing." Punch or drill any holes in steel parts or members before the parts or members are galvanized. Repair any steel part or member on which the galvanizing has been damaged during assembly, transit, erection, or welding in accordance with Section 445.3.1), "Repairs." B. Installation. Locate sign supports as shown on the plans, unless directed to shift the sign supports within design guidelines to secure a more desirable location or to avoid conflict with utilities and underground appurtenances. Stake sign -support locations for verification by the Engineer. Install stub posts of the type, spacing, orientation, and projection shown on the plans. Remove and replace posts damaged during installation at the Contractor's expense. Connect the upper post sections to the stub post sections as shown on the plans. Torque connection bolts as shown on the plans. Attach signs to support assemblies in accordance with the plans and pertinent Items. C. Relocation. Unless otherwise shown on the plans, reuse the existing supports and shorten or lengthen them as required. Obtain approval before lengthening existing supports. Furnish and install new breakaway stub posts in new foundations for relocated signs. Erect the supports on the new breakaway stub posts, and attach the signs to the supports. Attach signs to support assemblies in accordance with the plans and pertinent Items. Remove existing foundations to be abandoned in accordance with Section 644.3.D, "Removal." D. Removal. Remove existing concrete foundations that are to be abandoned to 2 ft. below finish grade. Backfill the remaining hole with material equal in composition and density to the surrounding area. Replace any surfacing with like material to equivalent condition. E. Handling and Storage. Handle and store existing signs or portions of signs removed so that they are not damaged. Prevent any damage to the various sign assembly components. Replace any portion of the sign damaged by the Contractor designated for reuse or salvage, including messages removed. Stockpile all removed sign components that will be reused or that become the property of the Department at designated locations. Accept ownership of unsalvageable materials, and dispose of them in accordance with federal, state, and local regulations. F. Cleaning. After the sign has been installed, wash the entire sign with a biodegradable cleaning solution acceptable to the sheeting and screen ink manufacturers to remove dirt, grease, oil smears, streaks, finger marks, and other foreign materials. ITEM 656 FOUNDATIONS FOR TRAFFIC CONTROL DEVICES 656.1. Description. Construct concrete foundations for small roadside signs, traffic signal controllers, pedestal poles, roadside flashing beacon assemblies, and other small traffic control devices. 656.2. Materials. Ensure materials and construction methods conform to the requirements of this Item and the pertinent requirements of the following Items: • Item 400, "Excavation and Backfill for Structures" • Item 416, "Drilled Shaft Foundations" • Item 420, "Concrete Structures" • Item 42I, "Hydraulic Cement Concrete" • Item 432, "Rpprap" • Item 440, "Reinforcing Steel" • Item 441, "Steel Structures" • Item 442; "Metal for Structures" • Item 445, "Galvanizing" • Item 447, "Structural Bolting" • Item 449, "Anchor Bolts" • Item 618, "Conduit." Use Class A concrete for nonreinforced drilled shafts. Use Class C concrete for reinforced drilled shafts. Use Class B concrete or polymer concrete composed of borosilicate glass fiber, catalyzed polyester resin, and aggregate for traffic signal controller foundations. Use drilled shaft or galvanized steel screw -in type foundations for roadside flashing beacon assemblies. Use reinforcing steel when required. 656.3. Construction. Stake and install foundations as shown on the plans. The Department may shift the foundation locations within design guidelines where necessary to secure a more desirable location or to avoid conflict with utilities. Use established industry and utility safety practices when working near underground or overhead utilities. Consult the appropriate utility prior to beginning work. Hold anchor bolts in place with templates during concrete placement. Hold embedded items such as conduit or other hardware in place during concrete placement with templates or other approved means. Cap conduits before placing concrete. Ream conduit to remove burrs and sharp edges. Install bell ends or bushings on the conduit. Carefully align foundation, posts, and anchor bolts. Do not spring or rake posts or anchor bolts. Remove the top template after concrete has achieved initial set. Keep forms and other bracing intact until the concrete has cured at least one curing day. Allow concrete for pedestal poles and roadside flashing beacon assemblies to cure at least 7 days before placing bases and poles on the foundation unless otherwise permitted in writing. Allow concrete for traffic signal controller foundations and small roadside signs to cure at least 4 days before placing cabinets and posts on the foundation unless otherwise permitted. Provide an ordinary surface finish to the concrete foundation extending above ground in accordance with Section 420.4.M, "Ordinary Surface Finish." Place concrete riprap around the foundation in accordance with the plans. Backfill disturbed surface with material equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. n ITEM 662 WORK ZONE PAVEMENT MARKINGS 662.1. Description. Furnish, place, and maintain work zone pavement markings. 662.2. Materials. Provide thermoplastic, paint and beads, raised pavement markers, prefabricated pavement markings, temporary flexible reflective roadway marker tabs, or other approved materials for work zone pavement markings. Purchase all pavement marking materials on the open market. Supply materials meeting: • DMS4200, "Pavement Markers (Reflectorized)," • DMS4300, "Traffic Buttons," • DMS-8240, "Permanent Prefabricated Pavement Markings," • DMS-8241, "Removable Prefabricated Pavement Markings," • DMS-8242, "Temporary Flexible -Reflective Road Marker Tabs," • DMS-8200, "Traffic Paint," • DMS-8220, "Hot Applied Thermoplastic," and • DMS-8290, "Glass Traffic Beads." A. Nonremovable Markings. Use hot -applied thermoplastic or permanent prefabricated pavement markings for nonremovable markings. Paint and beads or other materials are not allowed for nonremovable markings unless shown on the plans. B. Removable and Short -Term Markings. Use raised pavement markers, removable prefabricated pavement markings, temporary flexible reflective roadway marker tabs, or other approved materials for removable and short-term markings. Do not use hot -applied thermoplastic or traffic paint for removable markings. Use removable prefabricated pavement markings on the final pavement surface when the plans specify removable markings. _ 662.3. Construction. Apply pavement markings in accordance with the following Items: • Item 666, "Reflectorized Pavement Markings" • Item 668, "Prefabricated Pavement Markings" • Item 672, "Raised Pavement Markers." A. Placement. Install longitudinal markings on pavement surfaces before opening to traffic. Maintain lane alignment traffic control devices and operations until markings are installed. Install markings in proper alignment in accordance with the TMUTCD and as shown on the plans. Short-term markings will be allowed when standard markings (removable or nonremovable) cannot be placed before opening to traffic, if shown on the plans or directed. When short-term markings are allowed for opening to traffic, place longitudinal standard markings no later than 14 calendar days after the placement of the surface. When inclement weather prohibits placement of markings, the 14-day period may be extended until weather permits proper application. Place standard longitudinal markings no sooner than 3 calendar days after the placement of a surface treatment, unless otherwise shown on the plans. Apply thermoplastic markings to a minimum thickness of 0.060 in. (60 mils). When paint and beads are allowed, apply to a minimum dry thickness of 0.012 in. (12 mils). Place short-term markings in proper alignment with the location of the final pavement markings. Remove and replace short-term markings not in alignment at the Contractor's expense. For removable placements, use of raised pavement markers to simulate longitudinal markings is at the Contractor's option. Use side -by -side raised pavement markers to simulate longitudinal lines wider than 4 in. Do not use raised pavement markers for words, symbols, shapes, or diagonal or transverse lines. R. Marking Removal. Remove markings that conflict with succeeding markings in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers." Remove short-term markings that interfere or conflict with final marking placement immediately before placing final pavement markings, unless otherwise directed. Remove the remainder of the short-term markings before final acceptance. 1 Leave as little evidence as possible of the marking when removing marking materials. C. Performance Requirements. All markings must be visible from a distance of at least 300 ft. in daylight conditions and from a distance of at least 160 ft. in nighttime conditions, illuminated by automobile low -beam headlight. Determine visibility distances using an automobile traveling on the roadway under dry conditions. Maintain the markings for 30 calendar days after installation. The end of the 30-day maintenance period does not relieve the contractor from the performance deficiencies requiring corrective action identified during the 30- day period. if markings fail to meet the requirements of this Item during the 30-day period, remove and replace them at the Contractor's expense. The 30-calendar day performance requirement will begin again after replacement of the markings. The daytime and nighttime reflected color of the markings must be distinctly white or yellow. The markings must exhibit uniform retroreflective characteristics. IV # au [SS41 REFLECTORIZED PAVEMENT MARKINGS 666.1. Description. Furnish and place reflectorized pavement markings. 666.2. Materials. A. Type 1 Marking Materials. Furnish in accordance with DMS-8220, "Hot Applied Thermoplastic." B. Type II Marking Materials. Furnish in accordance with DMS-8200, "Traffic Paint." C. Glass Traffic Beads. Furnish drop -on glass beads conforming to DMS-8290, "Glass Traffic Beads." 1. Type I Markings. Furnish Type III drop -on glass beads. Furnish Type II or double -drop of Type II and Type III drop -on glass beads where each type bead is applied separately in equal portions (by weight), only when specified in the plans. When furnishing a double -drop system, apply the Type III beads before applying the Type II beads. 2. Type 11 Markings. Furnish Type III drop -on glass beads or other beads specified on the plans. D. Labeling. Use clearly marked containers that indicate color, mass, material type, manufacturer, and batch number. 666.3. Equipment. A. General Requirements. Use equipment that: • is maintained in satisfactory condition, meets or exceeds the requirements of the National Board of Fire Underwriters and the RRC for this application, • uses an automatic bead dispenser attached to the pavement marking equipment, and • can provide continuous mixing and agitation of the pavement marking material. Provide a hand-held thermometer capable of measuring the temperature of the marking material when applying Type I material. B. Material Placement Requirements. Use equipment that can place: • at least 40,000 ft. of 4-in. solid or broken markings per day at the specified thickness; • linear markings up to 8 in. wide in a single pass; • markings other than solid or broken lines; • a center -line and no -passing barrier -line configuration consisting of 1 broken line with 2 solid lines at the same time to the alignment, spacing, and thickness shown on the plans, for 3-line application; • white line from both sides; • lines with clean edges, uniform cross section and thickness, and reasonably square ends; • skip lines between 10 and 10-1/2 ft., an approximate stripe -to -gap ratio of I to 3, and a stripe -gap cycle between 39-1/2 ft. and 40-1/2 ft., automatically; • beads uniformly and almost instantly on the marking as the marking is being applied; • beads uniformly during the application of all lines (each line must have an equivalent bead yield rate and embedment); and • double -drop bead applications using both Type II and Type III beads from separate independent bead applicators, if double -drop bead application is used. 666.4. Construction. Place markings before opening to traffic unless short-term or work zone markings are allowed. A. General. Obtain approval for the sequence of work and estimated daily production. On roadways already open to traffic, place markings with minimal interference to the operations of that roadway. Use traffic control as shown on the plans or as approved. Protect all markings placed under open -traffic conditions from traffic damage and disfigurement. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed, and have guide locations verified. Use material for guides that will not leave a permanent mark on the roadway. Apply markings on pavement that is completely dry and passes the following tests:.. • Type I Marking Application —Place a sample of Type I marking material on a piece of tarpaper placed on the pavement. Allow the material to cool to ambient temperature, and then inspect the underside of the t tarpaper in contact with the pavement. Pavement will be considered dry if there is no condensation on the tarpaper. • Type II Marking Application —Place a 1-sq. ft. piece of clear plastic on the pavement, and weight down the edges. The pavement is considered dry if, when inspected after 15 min., no condensation has occurred on the underside of the plastic. i Apply markings: • that meet the requirements of Tex-828-13, • using widths and colors shown on the plans, • at locations shown on the plans, • in proper alignment with the guides without deviating from the alignment more than 1 in. per 200 ft. of roadway or more than 2 in. maximum, • without abrupt deviations, • free of blisters and with no more than 5% by area of holes or voids, • with uniform cross section and thickness, • with clean and reasonably square ends, • that are reflectorized, and • using personnel skilled and experienced with installation of pavement markings. Remove all applied markings that are not in alignment or sequence as stated in the plans or as stated in the specifications at the Contractor's expense in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers," except for measurement and payment. B. Surface Preparation. Unless otherwise shown on the plans, prepare surfaces in accordance with this section. 1. Cleaning for New Asphalt Surfaces and Retracing of All Surfaces. For new asphalt surfaces (less than 3 years old) and retracing of all surfaces, air -blast or broom the pavement surface to remove loose material, unless otherwise shown on the plans. A sealer for Type I markings is not required unless otherwise shown on the plans. 2. Cleaning for Old Asphalt and Concrete Surfaces (Excludes Retracing). For old asphalt surfaces (more than 3 years old) and all concrete surfaces, clean in accordance with Item 678, "Pavement Surface Preparation for Markings," to remove curing membrane, dirt, grease, loose and flaking existing construction markings, and other forms of contamination. 3. Sealer for Type 1 Markings. For asphalt surfaces more than 3 years old or for concrete, apply a pavement sealer before placing Type I markings on locations that do not have existing markings, unless otherwise approved. The pavement sealer may be either a Type Il marking or an acrylic or epoxy sealer unless otherwise shown on the plans. Follow the manufacturer's directions for application of acrylic or epoxy .. sealers. When the sealer becomes dirty after placement, clean by washing or in accordance with Section 666.4.B.1, "Cleaning for New Asphalt Surfaces and Retracing of All Surfaces," as directed. Place the sealer in the same configuration and color (unless clear) as the Type I markings unless otherwise shown on the plans. C. Application. Apply markings during good weather unless otherwise directed. If markings are placed at Contractor option when inclement weather is impending and the markings are damaged by subsequent precipitation, the Contractor is responsible for all costs associated with replacing the markings if required. 1. Type I Markings. Place the Type I marking after the sealer cures. Apply within the temperature limits recommended by the material manufacturer. If during a spray application, operations cease for 5 min. or longer, flush the spray head by spraying marking material into a pan or similar container until the material being applied is at the recommended temperature. Apply on clean, dry pavements passing the moisture test described in Section 666.4.A, "General," and with a surface temperature above 50°F when measured in accordance with Tex-829-13. r Apply Type I markings with a minimum thickness of • 0.100 in. (100 mils) for new markings and retracing water -based markings on surface treatments involving Item 316, "Surface Treatments," or Item 318, "Hot Asphalt -Rubber Surface Treatments," • 0.060 in. (60 mils) for retracing on thermoplastic pavement markings, or • 0.090 in. (90 mils) for all other Type I markings. The maximum thickness for Type I markings is 0.180 in. (180 mils). Measure thickness for markings in accordance with Tex-854-13 using the tape method. 2. Type I1 Markings. Apply on surfaces with a minimum surface temperature of 50°F. Apply at least 20 gal. per mile on concrete and asphalt surfaces and at least 22 gal. per mile on surface treatments for a solid 4-in. line. Adjust application rates proportionally for other widths. When Type I1 markings are used as a sealer for Type I markings, apply at least 15 gal. per mile using Type 11 drop -on beads. 3. Bead Coverage. For Type I and Type 11 markings, provide a uniform distribution of beads across the surface of the stripe, with 40 to 60% bead embedment. D. Performance Period. All markings and replacement markings must meet the requirements of Tex-828-B for at least 30 calendar days after installation. Unless otherwise directed, remove pavement markings that fail to meet requirements, and replace at the Contractor's expense. Replace failing markings within 30 days of notification. ITEM 668 PREFABRICATED PAVEMENT MARKINGS 668.1. Description. Furnish and place prefabricated pavement markings. 668.2. Materials. Furnish prefabricated pavement marking materials meeting the requirements of DMS-8240, "Permanent Prefabricated Pavement Markings." Store all materials in a weatherproof enclosure and prevent damage during storage. 668.3. Construction. A. General. Obtain approval for the sequence of work and estimated daily production. Before the end of each working day, remove all waste generated from the jobsite. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed, and have guide locations verified. Use guide material that will not leave a permanent mark on the roadway. Plac-e-pavement mar-ktngs�-in-alignment-w-ith-the-guides-without-leviatingfrom-the-alignment more-than-l-in-per 200 ft. of roadway or more than 2 in. maximum and with no abrupt deviations. B. Placement Limitations. Do not place pavement -marking materials between September 30 and March 1 unless otherwise permitted. 1. Moisture. Apply material to pavement that is completely dry. Pavement will be considered dry if, on a sunny day after 15 min., no condensation occurs on the underside of a 1-ft.-square piece of clear plastic that has been placed on the pavement and weighted on the edges. 2. Temperature. Follow pavement and ambient air temperature requirements recommended by the material manufacturer. If the material manufacturer establishes no temperature requirements, do not place material if -- the pavement temperature is below 607 or above 1207. C. Dimensions. Place markings in accordance with the color, length, width, shape, and configuration shown on the plans. Locate alignment as shown on the plans or as directed. D. Methods. Place all material in accordance with the material manufacturer's instructions, unless otherwise directed. In addition to the manufacturer's instructions, place materials in accordance with the surface condition, moisture, and temperature requirements of this Item. E. Surface Preparation. Prepare surface by any approved cleaning method that effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. Abrasive or water -blast cleaning is not required unless shown on the plans. Blast -clean, when required, in accordance with Item 678, "Pavement Surface Preparation for Markings." Prepare surfaces further after cleaning by sealing or priming as recommended by the pavement marking material manufacturer or as directed. Use adhesive, when required, of the type and quality recommended by the pavement marking material manufacturer. Do not clean concrete pavement surfaces by grinding. F. Performance Requirements. 1. Adhesion. Markings do not lift, shift, smear, spread, flow, or tear by traffic action. 2. Appearance. Markings present a neat, uniform appearance that is free of excessive adhesive, ragged edges, and irregular lines or contours. 3. Visibility. Markings -have uniform and distinctive retroreflectance when inspected in accordance with Tex-828-B. G. Performance Period. All markings and replacement markings must meet the requirements of this Item for at least 15 calendar days after installation. Remove all pavement markings that fail to meet requirements and replace at the Contractor's expense. Replace failing markings within 30 days of notification. ITEM 672 RAISED PAVEMENT MARKERS 672.1. Description. Furnish and install raised pavement markers. 672.2. Materials. A. Markers. Furnish raised pavement markers meeting the requirements of the following Department Material Specifications: • Jiggle Bar Tile. DMS4100, "Jiggle Bar Tile," types I -A, II -A -A, W, and Y. • Reflectorized Pavement Markers. DMS4200, "Pavement Markers (Reflectorized)," types I-A,1-C,1-R, II -A -A, and II-C-R. • Traffic Buttons. DMS4300, "Traffic Buttons," types I -A, I-C, I-R, II -A -A, II-C-R, W, and Y. Round or oval unless otherwise specified in the plans. • Plowable Reflectorized Pavement Markers. DMS4210, "Pavement Markers (Plowable Reflectorized)," types I -A, I-C, I-R, II -A -A, and 11-C-R. The -following are -descriptions for -each -type -of -raised -pavement -marker - Type l-A. Type I -A must contain an approach face that retro-reflects amber light. The body, other than the retro-reflective face must be yellow. •—--T-ype I-C. Type I-C must contain -an -approach face-that-retro-reflects white light. The body, other than the retro-reflective face must be white or silver -white. • Type I-R. Type I-R must contain a trailing face that retro-reflects red light. The body, other than the retro- reflective face must be white or silver -white. • Type II -A -A. Type II -A -A must contain two retro-reflective faces (approach and trailing) each that retro- reflect amber light. The body, other than the retro-reflective faces, must be yellow. • Type II-C-R. Type II-C-R must contain two retro-reflective faces, an approach face that retro-reflects white light and a trailing face that retro-reflects red light. The body, other than the retro-reflective faces, must be white or silver -white. • Type W. Type W has a white body and no reflective faces. • Type Y. Type Y has a yellow body and no reflective faces. B. Adhesives. Furnish adhesives that conform to the following requirements: • DMS-6100, "Epoxies and Adhesives." • DMS-6130, "Bituminous Adhesive for Pavement Markers." C. Sampling. The Engineer will sample in accordance with Tex-729-1. 672.3. Construction. Remove existing raised pavement markers in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers" (except for measurement and payment). Furnish raised pavement markers for each class from the same manufacturer. Place raised pavement markers on the new asphaltic concrete surface or surface treatment only after the new surface has aged at least 14 days. When shown on the plans, prepare all surfaces in accordance with Item 678, "Pavement Surface Preparation for Markings." Ensure that the bond surfaces are free of dirt, curing compound, grease, oil, moisture, loose or unsound pavement markings, and any other material that would adversely affect the adhesive bond. Establish pavement marking guides to mark the lateral location of raised pavement markers as shown on the plans and as directed. Do not make permanent marks on the roadway for the guides. Place raised pavement markers in proper alignment with the guides. Acceptable placement deviations are shown on the plans. Remove raised pavement markers placed out of alignment or sequence, as shown on the plans or stated in this specification, at Contractor's expense, in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers" (except for measurement and payment). Use the following adhesive materials for placement of raised pavement markers unless otherwise shown on the , plans:' • epoxy adhesive for plowable reflectorized pavement markers. • bituminous adhesive for jiggle bar tile; reflectorized pavement markers described in DMS-4200, "Pavement Markers (Reflectorized)' ; and traffic buttons on bituminous pavements. • epoxy adhesive for jiggle bar tile, reflectorized pavement markers described in DMS4200, and traffic buttons on hydraulic cement concrete pavements. Apply adhesives in sufficient quantity to: • ensure that 100% of the bonding area of raised pavement markers is in contact with the adhesive, and • ensure that raised pavement markers, except for plowable markers, are seated on a continuous layer of adhesive and not in contact with the pavement surface. Apply adhesives in accordance with manufacturer's recommendations unless otherwise required by this Article. Apply bituminous adhesive only when pavement temperature and raised pavement marker temperature are 40T or higher. Do not heat bituminous adhesive above 400°F. Agitate bituminous adhesive to ensure even heat distribution. Machine -mix epoxy adhesive. Furnish raised pavement markers free of rust, scale, dirt, oil, grease, moisture, and contaminants that might adversely affect-the-adhesivp_bond. Place raised pavement markers immediately after the adhesive is applied and ensure proper bonding. Do not use adhesives or any other material that impairs the functional retro-reflectivity of the raised pavement markers. ITEM 678 PAVEMENT SURFACE PREPARATION FOR MARKINGS 678.1. Description. Prepare pavement surface areas before placement of pavement markings and raised pavement markers. Item 677, "Eliminating Existing Pavement Markings or Markers," governs complete removal of existing markings. 678.2. Materials. Use a commercial abrasive -blasting medium capable of producing the specified surface cleanliness. Use potable water, when water is required. 678.3. Equipment. Furnish and maintain equipment in good working condition. Use moisture and oil traps in air compression equipment to remove all contaminants from the blasting air and prevent the deposition of moisture, oil, or other contaminants on the roadway surface. 678.4. Construction. Prepare pavement surface of sufficient area for the pavement markings or raised pavement markers shown on the plans. Remove all contamination and loose material. Avoid damaging the pavement surface. When existing pavement markings are present, remove loose and flaking material. Approved pavement surface preparation methods are sweeping, air blasting, flail milling, and blast cleaning unless otherwise specified on the plans. For concrete pavement surfaces, in addition to the above, air blast after the removal of contamination or existing material and just prior to placing the stripe. Perform the air blasting with a compressor that is capable of generating compressed air at a minimum of 150 cfm and 100 psi using 5/16-in. or larger hosing for the air blast. Contaminants up to 0.5 sq. in. may remain if they are not removed by the following test, performed just before application of markings: Step 1. Air -blast the surface to be tested, to simulate blasting during application of markings. Step 2. Firmly press a 10-in.-long, 2-in.-wide strip of monofilament tape onto the surface, leaving approximately 2 in. free. Step 3. Grasp the free end and remove the tape with a sharp pull.