HomeMy WebLinkAboutResolution - 2011-R0124 - Construction Contract - Duininck Inc.- Quaker Ave. Widening - 03_22_2011Resolution No. 2011-RO124
March 22, 2011
Item No. 5.7
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, Construction Contract No.
9918 for Quaker Avenue widening from 114`h Street to FM 1585 per ITB 11-9918-FO, by
and between the City of Lubbock and Duininck, Inc. of Lubbock, Texas, and related
documents. Said Contract is attached hereto and incorporated in this resolution as if fully
set forth herein and shall be included in the minutes of the City Council.
(Passed by the City Council on March 22, 2011
—1711
kJ�» '03wV '1
TOM MARTIN, MAYOR
ATTEST:
e 6�" - g - D��c
Re e a Garza, City Secretary
(APPROVED AS TO CONTENT:
Marsha Reed, P.E., Chief Operations Officer
APPROVED AS TO FORM:
Weaver, Assistant City Attorney
xcdocs/RES.Contract-Duininck, Inc.
Earch 4, 2011
ADDENDUMS ISSUED
1
1
ADDENDUM # I
ITB 11-9918-FO
Reconstruction and Widening of
Quaker Avenue from 114th Street
to F.M.1585
DATE ISSUED: FEBRUARY 9, 2011
PREVIOUS CLOSE DATE: FEBRUARY 14, 2011 @ 3:00 P.M.
NEW CLOSE DATE: MARCH 1, 2011 @ 3:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid. Where
any item called for in the ITB documents is supplemented here, the original requirements, not affected by
this addendum, shall remain in effect. Bidders attention is invite to review the following:
1. The close date has been extended until March 1, 2011 @ 3:00 P.M.
2. Bidders must submit the "REVISED" BID SUBMITTAL FORM.
3. General Instructions to Bidders, Section 32.1 have been revised.
32 BID AWARD
32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item
on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the
City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award
the bid based on the total bid for Bid Items 1 throuZh 90 plus the sum of any Alternate Bids or
Options the City may select.
Felix Orta, Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806)775-2164 or Email to FOrtaL&Mylubbock.us .
THANK YOU,
FeCix Orta
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's
responsibility to advise the City of Lubbock Director of Purchasing and Contract Management if any language,
requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single
source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract
Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made.
P.O. Box 2000 ■ 1625 13`b Street ■ Lubbock, TX 79457 ■ 806.775.3150 ■ Purchasing and Contract Management
REVISED -BID SUBMITTAL FORM
UNIT PRICE BID CONTRACT
DATE:
PROJECT NUMBER: ITB 11-9918-FO, Reconstruction and Widening of Quaker Avenue from 114th Street
to F.M. 1585
`°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 Reconstruction and Widening of Quaker Avenue from
114th Street to F.M. 1585, 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.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work within the time stated and for the prices stated below.
BASE BID:
ROADWAY IMPROVEMENTS - Items 1 through 59
ITEM
DESCRIPTION
UNIT
ESTIMATED
UNIT
EXTENDED
NO.
QUANTlTY
PRICE
AMOUNT
Remove Storm Drain Pipe, (Corrigated Metal
1
Pipe), including neat removal of existing drain
LF
46
$
$
pipe and proper disposal, per linear foot.
Remove Concrete Pavement, including neat
2
removal of existing concrete pavement and
SY
326
$
$
disposal of concrete, per square yard.
_proper
Remove Concrete (Driveway/Alley), including
3
neat removal of existing driveways and alleys
SY
28
$
$
and proper disposal of concrete, per square
yard.
Remove Concrete (Curb and Gutter), including
4
neat removal of existing curb and gutter and
LF
1 875
$
$
proper disposal of concrete, per linear foot.
'
Remove Concrete (Wheelchair Ramp),
including neat removal of existing wheelchair
5
sidewalk ramp and proper disposal of concrete,
SY
88
$
$
per square yard.
N
Remove Asphalt Paving and/or Stabilized
Base, including neat removal of existing
6
paving materials and proper disposal or
SY
18,085
$
$
disposition, per square yard.
Remove Small Signs and/or Small Sign
Assemblies, including neat removal of existing
7
small signs and/or assemblies including
EA
8
$
$
foundations and proper disposal or disposition,
per each sign and/or assembly.
Topsoil (4")(Furnish and Place), including
securing necessary sources and royalties,
furnishing topsoil; excavation at the source,
8
loading, hauling, stockpiling and placing;
SY
13,650
$
$
watering; rolling; and equipment, labor,
materials, tools, and incidentals, by the square
and complete in place.
Embankment (Roadway), including borrow
material as required, placement and density
9
control to lines and grades shown on drawings,
CY
14 295
$
$
as well as any incidental work, per cubic yard
'
as shown on this bid form.
Excavation (Roadway), to lines and grades
10
shown on drawings, as well as any incidental
CY
12,962
$
$
work, per cubic yard as shown on this bid
form.
Excavation (Channel), to lines and grades
11
shown on drawings, as well as any incidental
CY
544
$
$
work, per cubic yard as shown on this bid
form.
Special Excavation (Roadway), excavate,
remove, use, or dispose of materials as
required for suitable subgrade material,
12
including borrow material as required,
CY
1000
$
$
placement and density control to lines and
'
grades shown on drawings, as well as any
incidental work, per cubic yard as shown on
this bid form.
Fill (Channel), including borrow material as
required, placement and density control to
13
lines and grades shown on drawings, as well as
CY
3 080
$
$
any incidental work, per cubic yard as shown
'
on this bid form.
Concrete Stabilized Base, includes furnishing
portland cement, mixing with subgrade
14
material, placement and density control to
SY
1000
$
$
lines and grades shown on drawings, as well as
'
any incidental work, per square yard.
3
Surface Treatment (Bond Breaker), including
surface preparation, furnishing, preparing,
hauling and placing Aggregate and Asphalt;
15
removing existing pavement markers and
SY
51,014
$
$
excess aggregate; rolling; cleaning up
stockpiles; and equipment, labor, tools and
incidentals, as complete in place, per square
yard.
Hot Mix Asphalt Pavement (HMAC)(TY D)
16
(2.0"), including necessary materials, shaping,
SY
1 890
$
$
density controlled placement, complete and in
'
lace, per square yard.
Hot Mix Asphalt Pavement (HMAC)(TY B)
17
(6"), including necessary materials, shaping,
SY
1 890
$
$
density controlled placement, complete and in
'
lace, per square yard.
Hot Mix Asphalt Pavement (HMAC)(ASB)
(6")(TEMPORARY PAVING), for placement
18
and removal, including necessary materials,
SY
7,730
$
$
shaping, density controlled placement,
complete and in place, per square yard.
Concrete Paving (Continuously Reinforced)
19
(9"), including necessary materials and
SY
51,014
$
$
placement, complete and in place, per square
yard -
Concrete Riprap(5"), including necessary
20
materials for placement of concrete riprap,
SY
1960
$
$
including toe wall foundation, complete and in
'
lace, per square yard.
Stone Riprap (Dry)(Protection), including
21
necessary materials for placement of riprap,
CY
160
$
$
complete and in place including filter fabric,
per cubic yard.
24-Inch Concrete Curb and Gutter, including
necessary materials, joining, forming,
22
finishing, and placement of stand-alone or
LF
490
$
$
monolithic curb and gutter, complete and in
place, per linear foot as measured along the
gutter line.
24-Inch Sawtooth Curb and Gutter, including
necessary materials, joining, forming,
23
finishing, and placement of stand-alone or
LF
184
$
$
monolithic curb and gutter, complete and in
lace, per linear foot.
Concrete Sidewalk (5"), including necessary
24
materials for placement of concrete sidewalks,
SY
371
$
$
complete and in place, per square yard.
Concrete Sidewalk Ramp (In radius - w/ flared
25
sides), including necessary materials for
EA
8
$
$
placement of ramps, complete and in place, per
each.
Concrete Alley Returns and Driveways (6"),
26
including necessary materials for placement of
SY
1 103
$
$
concrete alley returns and driveways, as
'
complete and in place, per square yard.
Flowable Backfill, including necessary
materials for placement of flowable backfill
27
for trench, hole, or other void to lines and
CY
500
$
$
grades shown on drawings, as well as any
incidental work, per cubic yard.
Adjusting Manholes, including materials,
28
including backfill as required, and for
EA
11
$
$
excavation, tools, equipment, labor and
incidentals, per each manhole adjusted.
Adjusting Valve Boxes, including materials,
29
including backfill as required, and for
EA
16
$
$
excavation, tools, equipment, labor and
incidentals, per each valve adjusted.
Reinforced Concrete Box Culvert (8'x4'),
30
including necessary materials, furnished and
LF
484
$
$
installed, complete and in place including
excavation and backfillin , per linear foot.
Concrete Headwall (Parallel Wing), including
31
necessary materials, furnished and installed,
EA
2
$
$
complete and in place, per each.
Drill Shaft (Roadway Illumination Pole)(30"
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;
32
furnishing and placing concrete, including
LF
336
$
$
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
Tans.
Illumination Pole Assembly (TY SA)(40T-
8)(.25 KW)S: Payment will be made at the unit
33
price bid per each roadway illumination
EA
56
$
$
assembly installed, including furnishing,
installing, and testing luminaries, per each
Conduit (PVC)(SCHD 40) (2 IN)(TRENCH),
including full compensation for furnishing and
installing conduit; trenching/excavating, and
furnishing and placing backfill; replacing
34
pavement structure, sod, riprap, curbs, or other
LF
16,270
$
$
surface; marking location of conduit;
furnishing and installing fittings, junction
boxes, and expansion joints; and equipment,
labor, tools and incidentals, complete and in
lace, per linear foot.
61
Conduit (PVC)(SCHD 80)(2 IIN)(BORE),
including full compensation for furnishing and
installing conduit; jacking, boring, and
furnishing and placing backfill; replacing
35
pavement structure, sod, riprap, curbs, or other
LF
1 195
$
$
surface; marking location of conduit;
'
furnishing and installing fittings, junction
boxes, and expansion joints; and equipment,
labor, tools and incidentals, complete and in
lace, per linear foot.
Elec Conductor (No. 6) (BARE), including
36
fumishing, installing, and testing electrical
LF
12,115
$
$
conductors and for equipment, labor, tools, and
incidentals, per linear foot.
Elec Conductor (No. 6) (INSULATED),
37
including furnishing, installing, and testing
LF
24,230
$
$
electrical conductors and for equipment, labor,
tools, and incidentals, per linear foot.
Ground Box Ty A, complete in place,
38
including furnishing and placing gravel
EA
61
$
$
bedding, all labor and materials, per each.
Elec Service Ty A (240/480) 060 (NS) SS(E)
SP(0): This price is full compensation for
furnishing and installing paying all fees,
39
permits and other costs, making arrangements
EA
2
$
$
with the utility company for all work and
materials provided by the utility company,
complete in place, per each
Ground Box Ty 1 (ITS), complete in place,
40
including furnishing and placing gravel
EA
1
$
$
bedding, all labor and materials, per each.
Ground Box Ty D w/apron, complete in place,
41
including furnishing and placing gravel
EA
18
$
$
bedding, all labor and materials, per each.
Pavement Markings (4") (White) (Broken)
42
(Thermoplastic), including necessary
LF
7 550
$
$
materials, furnished and installed, complete
'
and in place, per linear foot.
Pavement Markings (4") (White) (Solid)
43
(Thermoplastic), including necessary materials
LF
640
$
$
and incidentals, furnished and installed,
complete and in place, per linear foot.
Pavement Markings (8") (White) (Solid)
44
(Thermoplastic), including necessary
LF
1330
$
$
materials, furnished and installed, complete
'
and in place, per linear foot.
Pavement Markings (24") (White) (Solid)
(Thermoplastic), including necessary materials
45
and incidentals, fiunished and installed,
LF
302
$
$
complete and in place, per linear foot.
Pavement Markings (4") (Yellow) (Broken)
46
(Thermoplastic), including necessary materials
LF
2,550
$
$
and incidentals, furnished and installed,
'
com lete and in lace, per linear foot.
Pavement Markings (4") (Yellow) (Solid)
47
(Thermoplastic), including necessary materials
LF
10,250
$
$
and incidentals, furnished and installed,
complete and in place, per linear foot.
Raised Reflectorized Pavement Markers (CL
48
B)(Type I-C), including necessary materials
EA
491
$
$
and incidentals, furnished and installed,
complete and in place, per each.
Traffic Button (4")(Type W), including
49
necessary materials and incidentals, furnished
EA
300
$
$
and installed, complete and in place, per each.
Traffic Button (4")(Type Y), including
50
necessary materials and incidentals, furnished
EA
9,910
$
$
and installed, complete and in place, per each.
Raised Reflectorized Pavement Markers (CL
51
B)(Type H-A-A), including necessary
EA
4 530
$
$
materials and incidentals, furnished and
'
installed, complete and in place, per each.
Raised Reflectorized Pavement Markers (CL
52
B)(Type II-C-R), including necessary materials
EA
3 230
$
$
and incidentals, furnished and installed,
'
complete and in place, per each.
Pavement Markings (Arrow) (White)
(Thermoplastic), including necessary materials
53
and incidentals, furnished and installed,
EA
26
$
$
complete and in place, per each.
Small Sign Assemblies, including necessary
materials, furnished and installed, complete
and in place. The unit price bid shall includes
54
sign, post, concrete base, plaque, accessories,
EA
19
$
$
excavation, filling, backfilling, and all
incidentals necessary to complete the work, per
each sign complete in place.
Permanent Seed, including necessary materials
and equipment for placement of seed and
55
establishment of grass from the seed,
SY
17,260
$
$
vegetative watering and weed control,
complete in place, per square yard.
Grass Sod, including necessary materials and
equipment for placement and establishment of
56
grass sod adjacent to structures, vegetative
SY
650
$
$
watering and weed control, complete in place,
_per square yard.
Barricades and Traffic Control Devices,
57
including furnishing and installation of
MO
15
$
$
materials and removal thereof, per month.
7
SWPPP / Temporary Erosion Control,
including necessary materials and coordination
58
for compliance with storm water regulations
LS
1
$
$
and ordinances, furnished and installed,
continuously monitored, complete and in
lace, per lump sum.
Mobilization, including costs associated with
59
move -in related equipment and labor per lump
LS
1
$
$
sum
SUBTOTAL BASE BID, ITEMS (1-59)
$
(In case ofa discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.)
WATER IMPROVEMENTS - Items 60 through 78
ITEM
DESCRIPTION
UNIT
ESTIMATED
UNIT
EXTENDED
NO.
QUANTITY
PRICE
AMOUNT
60
Mobilization/Demobilization, move-in/move-
LS
1
$
$
out related costs, complete, for the lump sum.
Furnish and install heavy polyethylene
61
warning tape with trace wire, complete in
LF
3,436
$
$
lace, er linear foot.
Furnish and install OSHA approved trench
62
safety system for utility lines as required, per
LF
3,436
$
$
linear foot.
Furnish and install Class D ductile iron fittings
63
and associated appurtenances, complete in
TN
6.15
$
$
lace, per ton.
64
Furnish and install standard fire hydrant
EA
4
$
$
packages, complete in place, per each.
Furnish and install 8" C900 DR 18 PVC water
65
line, including all labor, material and
LF
395
$
$
equipment, complete in place, per linear foot.
Furnish and install 10"C900 DR 18 PVC water
66
line, including all labor, material and
LF
31
$
$
equipment, complete in place, per linear foot.
Furnish and install 12"C900 DR 18 PVC water
67
line, including all labor, material and
LF
2,520
$
$
equipment, complete in place, per linear foot.
Furnish and install 16"C905 DR 18 PVC water
68
line, including all labor, material and
LF
490
$
$
equipment, complete in place, per linear foot.
Furnish and install 8" gate valve and box,
69
including all appurtenances, complete in place,
EA
16
$
$
per each.
Furnish and install 10" gate valve and box,
70
including all appurtenances, complete in place,
EA
1
$
$
per each.
Furnish and install 12" gate valve and box,
71
including all appurtenances, complete in place,
EA
5
$
$
per each.
Furnish and install 16" gate valve and box,
72
including all appurtenances, complete in place,
EA
7
$
$
er each.
73
10" proposed water line tie-in, complete in
EA
1
$
$
place, per each.
74
12" proposed water line tie-in, complete in
EA
1
$
$
place, per each.
75
16" proposed water line tie-in, complete in
EA
11
$
$
place, per each.
Furnish and install 20" steel casing in bore,
76
including all appurtenances, complete in place,
LF
120
$
$
Der linear foot.
Furnish and install 24" steel casing in bore,
77
including all appurtenances, complete in place,
LF
90
$
$
per linear foot.
Furnish and install 30" steel casing in bore,
78
including all appurtenances, complete in place,
LF
90
$
$
er linear foot.
SUBTOTAL BASE BID, ITEMS (60-78)
$
(In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.)
.RF.WFR TMPRnVFMFNT� - Ttemc 79 thrrntgh 90
ITEM
DESCRIPTION
UNIT
ESTIMATED
UNIT
EXTENDED
NO.
QUANTITY
PRICE
AMOUNT
Mobilization/Demobilization, including move-
79
in/move-out related costs, complete, for the
LS
1
$
$
lump sum.
Furnish and install heavy polyethylene
80
warning tape with trace wire, complete in
LF
666
$
$
place, per
linear foot.
Furnish and install OSHA approved trench
81
safety system for utility lines as required, per
LF
666
$
$
linear foot.
82
Tie-in existing sanitary sewer line, complete in
EA
1
$
$
place, per each.
Furnish and install standard coated or
83
fiberglass manhole (0-6' depth), complete in
EA
4
$
$
lace, per each.
Furnish and install extra depth to standard
84
coated or fiberglass manhole, complete in
VF
26
$
$
lace, per vertical foot.
Furnish and install 6" SDR 26 PVC sanitary
85
sewer line (10-12' depth), complete in place,
LF
40
$
$
per linear foot.
Z
86
Furnish and install 6" SDR 26 PVC sanitary
LF
2
$
$
sewer plug, complete in place, per linear foot.
Furnish and install 8" SDR 26 PVC sanitary
87
sewer line (10-12' depth), complete in place,
LF
21
$
$
per linear foot.
88
Furnish and install 8" SDR 26 PVC sanitary
LF
1
$
$
sewer plug, complete in place, per linear foot.
Furnish and install 18" SDR 26 PVC sanitary
89
sewer line (18-22' depth), complete in place,
LF
605
$
$
per linear foot.
Furnish and install 30" steel casing in bore
90
(12-24' depth), including all appurtenances,
LF
90
$
$
complete in place, per linear foot.
SUBTOTAL BASE BID, ITEMS (79-90)
$
(In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.)
OVERALL TOTAL $
ROADWAY ITEMS 1 -59 + WATER ITEMS 60-78 + SEWER ITEMS 79-90
Bidder's Initials
10
ALTERNATE BID -Items 91 through 101:
ITEM
DESCRIPTION
UNIT
ESTIMATED
UNIT
EXTENDED
NO.
QUANTITY
PRICE
AMOUNT
Excavation (Channel), to lines and grades
91
shown on drawings, as well as any incidental
CY
1200
$
$
work, per cubic yard as shown on this bid form.
'
Surface Treatment (One Course Seal), including
surface preparation, furnishing, preparing,
hauling and placing Pre -Coated Aggregate and
92
Asphalt; removing existing pavement markers
SY
14,188
$
$
and excess aggregate; rolling; cleaning up
stockpiles; and equipment, labor, tools and
incidentals, as complete in place, per square
yard.
Hot Mix Asphalt Pavement (HMAC)(TY D)
93
(2.0"), including necessary materials, shaping,
SY
3 183
$
$
density controlled placement, complete and in
'
lace, per square yard.
94
(6"), including necessary materials, shaping,
SY
3 183
$
$
density controlled placement, complete and in
'
lace, per square yard.
Pavement Markings (4") (White) (Solid)
(Thermoplastic), including necessary materials
95
and incidentals, furnished and installed,
LF
4,100
$
$
complete and in place, per linear foot.
Pavement Markings (8") (White) (Solid)
96
(Thermoplastic), including necessary materials,
LF
1 130
$
$
furnished and installed, complete and in place,
'
per linear foot.
Pavement Markings (24") (White) (Solid)
(Thermoplastic), including necessary materials
97
and incidentals, furnished and installed,
LF
60
$
$
complete and in place, per linear foot.
Pavement Markings (4") (Yellow) (Solid)
98
(Thermoplastic), including necessary materials
LF
8 370
$
$
and incidentals, furnished and installed,
'
complete and in place, per linear foot.
Pavement Markings (12") (Yellow) (Solid)
(Thermoplastic), including necessary materials
99
and incidentals, furnished and installed,
LF
1,050
$
$
complete and in place, per linear foot.
Raised Reflectorized Pavement Markers (CL
100
B)(Type H-A-A), including necessary materials
EA
430
$
$
and incidentals, furnished and installed,
complete and in place, per each.
11
Pavement Markings (Arrow) (White)
101
(Thermoplastic), including necessary materials
EA
4
$
$
and incidentals, furnished and installed,
complete and in place, per each.
ALTERNATE BASE BID, ITEMS (91-101)
$
(In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.)
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 220(TWO HUNDRED AND TWENTY)
WORKING DAYS FOR SUBSTANTIAL COMPLETION thereafter as stipulated in the specifications and other
contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,085 (ONE
THOUSAND & EIGHTY FIVE) for each working 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.
Liquidated damages is the reasonable amount of anticipated or actual damages for each day the completion of
work is delayed, generally not enforceable under Texas common law if damages are intended to serve as a penalty or are
far in excess of the amount of damages that may be reasonably forecast. The basis for liquidated damages of $1,085 per
day is Resident Project Rep. $940 per day, Engineer $89 per day CADD Operator $30 per day and Clerical $26 per day.
Contractors are required under Texas Local Government Code § 252.044 to provide in the full amount of the contract
price payment bonds for public works contracts more than $50,000 and performance bonds for public works contracts
more than $100,000, and the City withholds 5% of each progress payment as security for completion of the project.
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
Bidder's Initials
12
ADDENDUM #2
ITB I1-9918-FO
Reconstruction and Widening of
Quaker Avenue from 114th Street
to F.M.1585
DATE ISSUED: FEBRUARY 24, 2011
CLOSE DATE: MARCH 1, 2011 @ 3:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid. Where any
item called for in the ITB documents is supplemented here, the original requirements, not affected by this
addendum, shall remain in effect. Bidders attention is invited to review the following:
1. Bidders must submit the "REVISED" BID SUBMITTAL FORM.
2. General Instructions to Bidders, Section 32.1 have been revised.
32 BID AWARD
32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on
a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of
Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based
on the total bid for Bid Items 1 through 91 plus the sum of any Alternate Bids or Options the City
may select.
3. CHANGES TO BID TABS:
• Item 73 — Added an 8" inch proposed water line tie in to the bid tabs. This item is already
included in the plans but was inadvertently omitted from the bid tabs.
• Item 79 — (Previously listed as Item 78) is changed to 90 Linear Feet (LF) from 90 Each (EA).
These changes increased the total bid items to 102 items.
4. CHANGES TO PLAN SPECIFICATIONS:
4.1. Addendum changing the Specifications regarding the sulfate soundness test from 12% to 18%:
Section 02751, "Portland Cement Concrete Pavement," 2.12 "Concrete Materials," Paragraph CA:
"Coarse aggregate shall have a maximum loss of 18% when subjected to 5 cycles of magnesium
sulfate soundness test or a maximum loss of 12% when subjected to 5 cycles of a sodium sulfate
soundness test (ASTM C-88)."
Section 02751, "Portland Cement Concrete Pavement", 2.20 "Concrete Mixes," Paragraph E. La:
"Test certificates from an approved laboratory on all proposed aggregate. Certificates shall indicate
material source, gradation, and loss from 5 cycle magnesium sulfate soundness test (not to
exceed 18%) or the loss from 5 cycles of sodium sulfate soundness test (not to exceed 12%)."
P.O. Box 2000 ■ 1625 13`h Street ■ Lubbock, TX 79457 ■ 806.775.3150 ■ Purchasing and Contract Management
4.2. Addendum revising the ASR specification. r
Section 02751. "Portland Cement Concrete Pavement," 2.12 "Concrete Materials," Paragraph C.7.b:
"If the expansion at 16 days is greater than 0.10%, tests of combined materials shall be made in
accordance with ASTM C 1260 or ASTM C 1567 using the aggregates, cementitious materials,
and/or specific reactivity reducing chemicals in the proportions proposed for the mixture design. If
the expansion of the proposed combined materials test specimens, tested in accordance with ASTM
C 1260 or ASTM C 1567, does not exceed 0.10% at 30 days from casting, the proposed combined
materials will be accepted. If the expansion of the proposed combined materials test specimens is
greater than 0.10% at 30 days, the aggregates will not be accepted unless adjustments to the
combined materials mixture can reduce the expansion to less than 0.10% at 30 days. The
Contractor may continue to make adjustments to the mix design until the test produces a
passing result. If for some reason a Contractor cannot meet the specification by making
adjustments to the mix design. then the Contractor shall look at the option of using a new
aggregate source. New aggregates shall be evaluated and tested."
Explanation and Clarification of this specification requirement: As the specification states, the
Contractor can first test the coarse and fine aggregates individually. If testing indicates that either/or
both of the coarse and fine aggregates are individually above the 0.10% expansion requirement, then
the specification allows the Contractor to test the fine and coarse aggregates combined. If this test
indicates the combined test results are below the 0.10% expansion, then by specification, the
Contractor is not required to perform any other testing and may proceed with the submitted
materials.
If after testing the combined aggregates, the test results do not meet the 0.10% maximum expansion,
then the Contractor has the flexibility of adjusting the materials mixture to reduce the expansion.
One method is to use an optimized gradation. Another option is to adjust the coarse and fine
percentages, change the type of cement, and/or add reactivity reducing chemicals, etc. The
specification allows the Contractor to be in control of the method used to reduce the alkali
expansion. After the Contractor makes an adjustment to the mix, a test will be run to ensure the
expansion percentage falls below 0.10%. The Contractor may continue to make adjustments to the
mix design until the test produces a passing result. If for some reason a Contractor cannot meet the
specification by making adjustments to the mix design, then as a last resort, the Contractor shall
look at the option of using a new aggregate source. Recent past project experience has shown that
local aggregate supplies may be utilized to meet this ASR requirement.
4.3. Addendum clarifying the requirement for the age of the concrete mix design.
Section 02751. "Portland Cement Concrete Pavement," 1.5 "Submittals," Paragraph C:
"Design Mixes: Mix design shall not be in excess of 30 days old without the Engineer's approval."
A concrete mix design is not required every 30 days. The concrete mix design is to be submitted at
the time of the first trial batch for the proposed concrete that will be placed on the job. Once this
mix design is approved and is shown to meet the specified requirements, the contractor does not
have to re -submit a new mix design unless materials change and/or unless problems occur that the
current approved design cannot address, and/or unless there are batching issues that require
adjustments to the settings at the batch plant that would require a new mix design. The 30 day
requirement will allow the contractor to submit an approved concrete mix design from another
project, providing that design is not more than 30 days old in its use and providing the materials
specified in that design are readily available. The intent of this specification is to make certain that a
concrete mix design accurately reflects the materials that will be used on this particular project. It
does not allow previously approved designs that were based on older material sources that have
been used up, and that will not be available on this project.
2
4.4. Addendum clarifying an expressed concern regarding the Engineer's authority to shut down a
concrete plant by modifying two specifications:
Parkhill, Smith & Cooper, Inc. (PSC) will be the Owner's Representative on this paving project. As
the Owner's Representative, PSC does not have the authority to issue a stop -work order, cannot
shut down a concrete plant, and cannot require the Contractor to stop production, without the
express consent of the Owner. If a decision is made to issue a stop -work order, the directive will
come to the Contractor directly from the Owner, and not from PSC. PSC will inform and make
recommendations to the Owner if the materials or methods do not conform to the plans or
specifications. The Owner will have sole discretion and authority on all decisions regarding stop -
work orders and/or for halting the placement of materials on the project.
The following specifications are being changed to clarify this fact. Should other wording
within these specifications be found that suggest the Engineer has the authority to suspend the
contractor's work, then it is to be understood by this clarification that the Engineer does not
- have this authority, and only the Owner has this authority.
Section 02751. "Portland Cement Concrete Pavement," 3.13 "Field Quality Control," Paragraph C:
"Job -Control Strength: Unless otherwise shown on the plans or permitted by the Engineer, use 7-day
job -control strength testing in accordance with ASTM C 78. When a job -control concrete strength
test value is more than 10% below the required job -control strength or when 3 consecutive job -
control strength values fall below the required job -control strength, investigate the strength test
procedures, the quality of materials, the concrete production operations, and other possible problem
areas to determine the cause. Take necessary action to correct the problem, including redesign of the
concrete mix if needed. The Owner may suspend concrete paving if the Contractor is unable to
identify, document, and correct the cause of low strength test values in a timely manner. If any job -
control strength is more than 15% below the required job -control strength, the Engineer will
evaluate the structural adequacy of the pavements. When directed, remove and replace pavements
found to a structurally inadequate at no additional cost.
Item 421, "Hydraulic Cement Concrete," Section 421.4, Para"a h G.5:
"Adequacy and Acceptance of Concrete: The Engineer will sample and test the fresh and hardened
concrete for acceptance. The test results will be reported to the Contractor and the concrete supplier.
For any concrete that fails to meet the required strengths as outlined below, investigate the quality
of the materials, the concrete production operations, and other possible problem areas to determine
- the cause. Take necessary actions to correct the problem including redesign of the concrete mix. The
Owner may suspend all concrete operations under the pertinent Items if the Contractor is unable to
identify, document, and correct the cause of the low strengths in a timely manner. Resume concrete
operations only after obtaining approval for any proposed corrective actions."
Felix Orta, Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806)775-2164 or Email to FOrta@Mylubbock.us .
THANK YOU,
Fe Cix Orta
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 Citv of Lubbock Director of Purchasing and Contract Management if anv
laneua¢e. reouirements, etc., or anv combinations thereof inadvertently restricts or limits the reouirements stated in this
ITB to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing
and Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications
will be made.
REVISED -BID SUBMITTAL FORM
UNIT PRICE BID CONTRACT
DATE:
PROJECT NUMBER: ITB 11-9918-FO, Reconstruction and Widening of Quaker Avenue from 114th Street
to F.M. 1585
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 Reconstruction and Widening of Quaker Avenue from
114th Street to F.M. 1585, 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.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work within the time stated and for the prices stated
below.
BASE BID:
ROADWAY IMPROVEMENTS - Items 1 through 59
ITEM
DESCRIPTION
UNIT
ESTIMATED
UNIT
EXTENDED
NO.
QUANTITY
PRICE
AMOUNT
Remove Storm Drain Pipe, (Corrigated Metal
1
Pipe), including neat removal of existing drain
LF
46
$
$
pipe and proper disposal, per linear foot.
Remove Concrete Pavement, including neat
2
removal of existing concrete pavement and
SY
326
$
$
proper disposal of concrete, per square yard.
Remove Concrete (Driveway/Alley), including
3
neat removal of existing driveways and alleys
SY
28
$
$
and proper disposal of concrete, per square
yard.
Remove Concrete (Curb and Gutter), including
4
neat removal of existing curb and gutter and
LF
1,875
$
$
proper disposal of concrete, per linear foot.
Remove Concrete (Wheelchair Ramp),
5
including neat removal of existing wheelchair
SY
88
$
$
sidewalk ramp and proper disposal of concrete,
per square yard.
C!
Remove Asphalt Paving and/or Stabilized
Base, including neat removal of existing
6
paving materials and proper disposal or
SY
18,085
$
$
disposition, per square yard.
Remove Small Signs and/or Small Sign
Assemblies, including neat removal of existing
7
small signs and/or assemblies including
EA
8
$
$
foundations and proper disposal or disposition,
per each sign and/or assembly.
Topsoil (4")(Furnish and Place), including
securing necessary sources and royalties,
furnishing topsoil; excavation at the source,
8
loading, hauling, stockpiling and placing;
SY
13,560
$
$
watering; rolling; and equipment, labor,
materials, tools, and incidentals, by the square
and complete in place.
Embankment (Roadway), including borrow
material as required, placement and density
9
control to lines and grades shown on drawings,
CY
14 295
$
$
as well as any incidental work, per cubic yard
'
as shown on this bid form.
Excavation (Roadway), to lines and grades
10
shown on drawings, as well as any incidental
CY
12,962
$
$
work, per cubic yard as shown on this bid
form.
Excavation (Channel), to lines and grades
11
shown on drawings, as well as any incidental
CY
544
$
$
work, per cubic yard as shown on this bid
form.
Special Excavation (Roadway), excavate,
remove, use, or dispose of materials as
required for suitable subgrade material,
12
including borrow material as required,
CY
1000
$
$
placement and density control to lines and
'
grades shown on drawings, as well as any
incidental work, per cubic yard as shown on
this bid form.
Fill (Channel), including borrow material as
required, placement and density control to
13
lines and grades shown on drawings, as well as
CY
3 080
$
$
any incidental work, per cubic yard as shown
'
on this bid form.
Concrete Stabilized Base, includes furnishing
portland cement, mixing with subgrade
14
material, placement and density control to
SY
1 000
$
$
lines and grades shown on drawings, as well as
'
any incidental work, per square yard.
5
Surface Treatment (Bond Breaker), including
surface preparation, furnishing, preparing,
hauling and placing Aggregate and Asphalt;
15
removing existing pavement markers and
SY
51,014
$
$
excess aggregate; rolling; cleaning up
stockpiles; and equipment, labor, tools and
incidentals, as complete in place, per square
yard.
Hot Mix Asphalt Pavement (HMAC)(TY D)
16
(2.0"), including necessary materials, shaping,
SY
1 890
$
$
density controlled placement, complete and in
'
lace, per square yard.
Hot Mix Asphalt Pavement (HMAC)(TY B)
17
(6"), including necessary materials, shaping,
SY
1 890
$
$
density controlled placement, complete and in
'
lace, per square yard.
Hot Mix Asphalt Pavement (HMAC)(ASB)
(6")(TEMPORARY PAVING), for placement
18
and removal, including necessary materials,
SY
7,730
$
$
shaping, density controlled placement,
complete and in place, per square yard.
Concrete Paving (Continuously Reinforced)
19
(9"), including necessary materials and
SY
51,014
$
$
placement, complete and in place, per square
yard.
Concrete Riprap(5"), including necessary
20
materials for placement of concrete riprap,
SY
1960
$
$
including toe wall foundation, complete and in
'
lace, per square yard.
Stone Riprap (Dry)(Protection), including
21
necessary materials for placement of riprap,
CY
160
$
$
complete and in place including filter fabric,
per cubic yard.
24-Inch Concrete Curb and Gutter, including
necessary materials, joining, forming,
22
finishing, and placement of stand-alone or
LF
490
$
$
monolithic curb and gutter, complete and in
place, per linear foot as measured along the
gutter line.
24-Inch Sawtooth Curb and Gutter, including
necessary materials, joining, forming,
23
finishing, and placement of stand-alone or
LF
184
$
$
monolithic curb and gutter, complete and in
lace, per linear foot.
Concrete Sidewalk (5"), including necessary
24
materials for placement of concrete sidewalks,
SY
371
$
$
complete and in place, per square yard.
Concrete Sidewalk Ramp (In radius - w/ flared
25
sides), including necessary materials for
EA
8
$
$
placement of ramps, complete and in place, per
each.
Concrete Alley Returns and Driveways (6"),
26
including necessary materials for placement of
SY
1 103
$
$
concrete alley returns and driveways, as
'
com lete and in place, per square yard.
Flowable Backfill, including necessary
materials for placement of flowable backfill
27
for trench, hole, or other void to lines and
CY
500
$
$
grades shown on drawings, as well as any
incidental work, per cubic yard.
Adjusting Manholes, including materials,
28
including backfill as required, and for
EA
11
$
$
excavation, tools, equipment, labor and
incidentals, per each manhole adjusted.
Adjusting Valve Boxes, including materials,
29
including backfill as required, and for
EA
16
$
$
excavation, tools, equipment, labor and
incidentals, per each valve adjusted.
Reinforced Concrete Box Culvert (8'x4'),
30
including necessary materials, furnished and
LF
484
$
$
installed, complete and in place including
excavation and backfillin , per linear foot.
Concrete Headwall (Parallel Wing), including
31
necessary materials, furnished and installed,
EA
2
$
$
complete and in place, per each.
Drill_ Shaft (Roadway Illumination Pole)(30"
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;
32
furnishing and placing concrete, including
LF
336
$
$
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.
Illumination Pole Assembly (TY SA)(40T-
8)(.25 KW)S: Payment will be made at the unit
33
price bid per each roadway illumination
EA
56
$
$
assembly installed, including furnishing,
installing, and testing luminaries, per each
Conduit (PVC)(SCHD 40) (2 IN)(TRENCH),
including full compensation for furnishing and
installing conduit; trenching/excavating, and
furnishing and placing backfill; replacing
34
pavement structure, sod, riprap, curbs, or other
LF
16,270
$
$
surface; marking location of conduit;
furnishing and installing fittings, junction
boxes, and expansion joints; and equipment,
labor, tools and incidentals, complete and in
lace, per linear foot.
7
Conduit (PVC)(SCHD 80)(2 IIN)(BORE),
including full compensation for furnishing and
installing conduit; jacking, boring, and
furnishing and placing backfill; replacing
35
pavement structure, sod, riprap, curbs, or other
LF
1 195
$
$
surface; marking location of conduit;
'
furnishing and installing fittings, junction
boxes, and expansion joints; and equipment,
labor, tools and incidentals, complete and in
place,per linear foot.
Elec Conductor (No. 6) (BARE), including
36
furnishing, installing, and testing electrical
LF
12,115
$
$
conductors and for equipment, labor, tools, and
incidentals, per linear foot.
Elec Conductor (No. 6) (INSULATED),
37
including furnishing, installing, and testing
LF
24,230
$
$
electrical conductors and for equipment, labor,
tools, and incidentals, per linear foot.
Ground Box Ty A, complete in place,
38
including furnishing and placing gravel
EA
61
$
$
bedding, all labor and materials, per each.
Elec Service Ty A (240/480) 060 (NS) SS(E)
SP(0): This price is full compensation for
furnishing and installing paying all fees,
39
permits and other costs, making arrangements
EA
2
$
$
with the utility company for all work and
materials provided by the utility company,
complete in place, per each
Ground Box Ty 1 (ITS), complete in place,
40
including furnishing and placing gravel
EA
1
$
$
bedding, all labor and materials, per each.
Ground Box Ty D w/apron, complete in place,
41
including furnishing and placing gravel
EA
18
$
$
bedding, all labor and materials, per each.
Pavement Markings (4") (White) (Broken)
42
(Thermoplastic), including necessary
LF
7,550
$
$
materials, furnished and installed, complete
and in place, per linear foot.
Pavement Markings (4") (White) (Solid)
43
(Thermoplastic), including necessary materials
LF
640
$
$
and incidentals, furnished and installed,
complete and in place, per linear foot.
Pavement Markings (8") (White) (Solid)
44
(Thermoplastic), including necessary
LF
1330
$
$
materials, furnished and installed, complete
'
and in place, per linear foot.
Pavement Markings (24") (White) (Solid)
(Thermoplastic), including necessary materials
45
and incidentals, furnished and installed,
LF
302
$
$
complete and in place, per linear foot.
Pavement Markings (4") (Yellow) (Broken)
46
(Thermoplastic), including necessary materials
LF
2 550
$
$
and incidentals, furnished and installed,
'
com fete and in place, per linear foot.
Pavement Markings (4") (Yellow) (Solid)
47
(Thermoplastic), including necessary materials
LF
10,250
$
$
and incidentals, furnished and installed,
complete and in place, per linear foot.
Raised Reflectorized Pavement Markers (CL
48
B)(Type I-C), including necessary materials
EA
491
$
$
and incidentals, furnished and installed,
complete and in place, per each.
Traffic Button (4")(Type W), including
49
necessary materials and incidentals, famished
EA
300
$
$
and installed, complete and in place, per each.
Traffic Button (4")(Type Y), including
50
necessary materials and incidentals, famished
EA
9,910
$
$
and installed, complete and in place, per each.
Raised Reflectorized Pavement Markers (CL
51
B)(Type II -A -A), including necessary
EA
4 530
$
$
materials and incidentals, furnished and
'
installed, complete and in place, per each.
Raised Reflectorized Pavement Markers (CL
52
B)(Type II-C-R), including necessary materials
EA
3 230
$
$
and incidentals, furnished and installed,
'
complete and in place, per each.
Pavement Markings (Arrow) (White)
(Thermoplastic), including necessary materials
53
and incidentals, furnished and installed,
EA
26
$
$
complete and in place, per each.
Small Sign Assemblies, including necessary
materials, furnished and installed, complete
and in place. The unit price bid shall includes
54
sign, post, concrete base, plaque, accessories,
EA
19
$
$
excavation, filling, backfilling, and all
incidentals necessary to complete the work, per
each sign complete in place.
Permanent Seed, including necessary materials
and equipment for placement of seed and
55
establishment of grass from the seed,
SY
17,260
$
$
vegetative watering and weed control,
complete in place, per square yard.
Grass Sod, including necessary materials and
equipment for placement and establishment of
56
grass sod adjacent to structures, vegetative
SY
650
$
$
watering and weed control, complete in place,
per square yard.
Barricades and Traffic Control Devices,
57
including famishing and installation of
MO
15
$
$
materials and removal thereof, per month.
6
SWPPP / Temporary Erosion Control,
including necessary materials and coordination
58
for compliance with storm water regulations
LS
1
$
$
and ordinances, furnished and installed,
continuously monitored, complete and in
lace, per lump sum.
Mobilization, including costs associated with
59
move -in related equipment and labor per lump
LS
1
$
$
sum
SUBTOTAL BASE BID, ITEMS (1-59)
$
In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.)
WATER IMPROVEMENTS - Items 60 through 79
ITEM
DESCRIPTION
UNIT
ESTIMATED
UNIT
EXTENDED
NO.
QUANTITY
PRICE
AMOUNT
60
Mobilization/Demobilization, move-in/move-
LS
1
$
$
out related costs, complete, for the lump sum.
Furnish and install heavy polyethylene
61
warning tape with trace wire, complete in
LF
3,436
$
$
lace, per linear foot.
Furnish and install OSHA approved trench
62
safety system for utility lines as required, per
LF
3,436
$
$
linear foot.
Furnish and install Class D ductile iron fittings
63
and associated appurtenances, complete in
TN
6.15
$
$
lace, per ton.
64
Furnish and install standard fire hydrant
EA
4
$
$
packages, complete in place, per each.
Furnish and install 8" C900 DR 18 PVC water
65
line, including all labor, material and
LF
395
$
$
equipment, complete in place, per linear foot.
Furnish and install 10"C900 DR 18 PVC water
66
line, including all labor, material and
LF
31
$
$
equipment, complete in place, per linear foot.
Furnish and install 12"C900 DR 18 PVC water
67
line, including all labor, material and
LF
2,520
$
$
equipment, complete in place, per linear foot.
Furnish and install 16"C905 DR 18 PVC water
68
line, including all labor, material and
LF
490
$
$
equipment, complete in place, per linear foot.
Furnish and install 8" gate valve and box,
69
including all appurtenances, complete in place,
EA
16
$
$
per each.
Furnish and install 10" gate valve and box,
70
including all appurtenances, complete in place,
EA
1
$
$
er each.
Furnish and install 12" gate valve and box,
71
including all appurtenances, complete in place,
EA
5
$
$
per each.
10
Furnish and install 16" gate valve and box,
72
including all appurtenances, complete in place,
EA
7
$
$
er each.
73
8" proposed water line tie-in, complete in
EA
7
$
$
lace, er each.
74
10" proposed water line tie-in, complete in
EA
1
$
$
place, per each.
75
12" proposed water line tie-in, complete in
EA
2
$
$
place, per each.
76
16" proposed water line tie-in, complete in
EA
3
$
$
place, per each.
Furnish and install 20" steel casing in bore,
77
including all appurtenances, complete in place,
LF
120
$
$
per linear foot.
Furnish and install 24" steel casing in bore,
78
including all appurtenances, complete in place,
LF
90
$
$
er linear foot.
Furnish and install 30" steel casing in bore,
79
including all appurtenances, complete in place,
LF
90
$
$
per linear foot.
SUBTOTAL BASE BID, ITEMS (60-79)
$
(In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will betaken.)
SEWER IMPROVEMENTS - Items 80 through 91
ITEM
DESCRIPTION
UNIT
ESTIMATED
UNIT
EXTENDED
NO.
QUANTITY
PRICE
AMOUNT
Mobilization/Demobilization, including move-
80
in/move-out related costs, complete, for the
LS
1
$
$
lump sum.
Furnish and install heavy polyethylene
81
warning tape with trace wire, complete in
LF
666
$
$
place, per
linear foot.
Furnish and install OSHA approved trench
82
safety system for utility lines as required, per
LF
666
$
$
linear foot.
83
Tie-in existing sanitary sewer line, complete in
EA
1
$
$
place, per each.
Furnish and install standard coated or
84
fiberglass manhole (0-6' depth), complete in
EA
4
$
$
lace, per each.
Furnish and install extra depth to standard
85
coated or fiberglass manhole, complete in
VF
26
$
$
lace, per vertical foot.
Furnish and install 6" SDR 26 PVC sanitary
86
sewer line (10-12' depth), complete in place,
LF
40
$
$
per linear foot.
11
87
Furnish and install 6" SDR 26 PVC sanitary
EA
2
$
$
sewer plug, complete in place, per each.
Furnish and install 8" SDR 26 PVC sanitary
88
sewer line (10-12' depth), complete in place,
LF
21
$
$
per linear foot.
89
Furnish and install 8" SDR 26 PVC sanitary
EA
1
$
$
sewer plug, complete in place, per each.
Furnish and install 18" SDR 26 PVC sanitary
90
sewer line (18-22' depth), complete in place,
LF
605
$
$
per linear foot.
Furnish and install 30" steel casing in bore
91
(12-24' depth), including all appurtenances,
LF
90
$
$
complete in place, per linear foot.
SUBTOTAL BASE BID, ITEMS (80-91)
$
(In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.)
OVERALL TOTAL $
ROADWAY ITEMS 1 -59 + WATER ITEMS 60-79 + SEWER ITEMS 80-91
Bidder's Initials
12
ALTERNATE BID - Items 92 through 102:
ITEM
DESCRIPTION
UNIT
ESTIMATED
UNIT
EXTENDED
NO.
QUANTITY
PRICE
AMOUNT
Excavation (Channel), to lines and grades
92
shown on drawings, as well as any incidental
CY
1200
$
$
work, per cubic yard as shown on this bid form.
'
Surface Treatment (One Course Seal), including
surface preparation, furnishing, preparing,
hauling and placing Pre -Coated Aggregate and
93
Asphalt; removing existing pavement markers
SY
14,188
$
$
and excess aggregate; rolling; cleaning up
stockpiles; and equipment, labor, tools and
incidentals, as complete in place, per square
yard.
Hot Mix Asphalt Pavement (HMAC)(TY D)
94
(2.0"), including necessary materials, shaping,
SY
3 183
$
$
density controlled placement, complete and in
'
lace, per square yard.
Hot Mix Asphalt Pavement (HMAC)(TY B)
95
(6"), including necessary materials, shaping,
SY
3 183
$
$
density controlled placement, complete and in
'
lace, per square yard.
Pavement Markings (4") (White) (Solid)
(Thermoplastic), including necessary materials
96
and incidentals, furnished and installed,
LF
4,100
$
$
complete and in place, per linear foot.
Pavement Markings (8") (White) (Solid)
97
(Thermoplastic), including necessary materials,
LF
1 130
$
$
furnished and installed, complete and in place,
'
per linear foot.
Pavement Markings (24") (White) (Solid)
(Thermoplastic), including necessary materials
98
and incidentals, furnished and installed,
LF
60
$
$
complete and in place, per linear foot.
Pavement Markings (4") (Yellow) (Solid)
99
(Thermoplastic), including necessary materials
LF
8 370
$
$
and incidentals, furnished and installed,
'
complete and in place, per linear foot.
Pavement Markings (12") (Yellow) (Solid)
(Thermoplastic), including necessary materials
100
and incidentals, furnished and installed,
LF
1,050
$
$
complete and in place, per linear foot.
Raised Reflectorized Pavement Markers (CL
101
B)(Type H-A-A), including necessary materials
EA
430
$
$
and incidentals, furnished and installed,
complete and in place, per each.
13
Pavement Markings (Arrow) (White)
102
(Thermoplastic), including necessary materials
EA
4
$
$
and incidentals, furnished and installed,
complete and in place, per each.
TOTAL ALTERNATE BASE BID, ITEMS (92-102)
$
(In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.)
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 220(TWO HUNDRED AND
TWENTY) WORKING DAYS FOR SUBSTANTIAL COMPLETION thereafter as stipulated in the
specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages
the sum of $1,085 (ONE THOUSAND & EIGHTY FIVE) for each working 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.
Liquidated damages is the reasonable amount of anticipated or actual damages for each day the completion
of work is delayed, generally not enforceable under Texas common law if damages are intended to serve as a penalty
or are far in excess of the amount of damages that may be reasonably forecast. The basis for liquidated damages of
$1,085 per day is Resident Project Rep. $940 per day, Engineer $89 per day CADD Operator $30 per day and
Clerical $26 per day. Contractors are required under Texas Local Government Code § 252.044 to provide in the full
amount of the contract price payment bonds for public works contracts more than $50,000 and performance bonds
for public works contracts more than $100,000, and the City withholds 5% of each progress payment as security for
completion of the project.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in
the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of THIRTY (30)
calendar days after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined
the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the
work on which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check
or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%)
of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required
insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award
of the contract to him
Bidder's Initials
14
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of Dollars
($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the
event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract
documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business
days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond
shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all
contract documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code
252.043(a), a competitive sealed bid that has been
opened may not be changed for the purpose of
correcting an error in the bid price. THEREFORE,
ANY CORRECTIONS TO THE BID PRICE MUST
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Authorized Signature
(Printed or Typed Name)
Company
Address
City, County
State Zip Code
Telephone: -
Fax: -
FEDERAL TAX ID or SOCIAL SECURITY No.
EMAIL:
M/WBE Firm: Woman Black American I I Native American
Hispanic American I Asian Pacific American I I Other (Specify)
15
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE
CITY OF LUBBOCK
SPECIFICATIONS FOR
Reconstruction and Widening of Quaker Avenue
from 114'h Street to F.M. 1585
ITB 11-9918-FO
CONTRACT: 9918
PROJECT NUMBER: 92229
Plans & Specifications may be obtained from
THE REPRODUCTION COMPANY
www.thereproductioncompany.com
Phone: (806) 763-7770
CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE
Contractor Checklist
Before submitting your bid, please ensure you have completed and included the following documents in the
order they are listed. The contractor is only to submit (1) one original copy of every item listed.
�! Carefully read and understand the plans and specifications and properly complete the BID
SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by
typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds
himself on acceptance of his bid to execute a contract and any required bonds, according to
the accompanying forms, for performing and completing the said work within the time
stated and for the prices stated below. In case of a discrepancy between the Unit Price and the
Extended Total for a Bid item, the Unit Price will be taken."Include corporate seal and
Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID
number or Owner's SOCIAL SECURITY number.
2. __�% Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to
provide a bid surety WILL result in automatic rejection of your bid.
3. r' Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT.
This must include the signature of the agent or broker. Contractor's signature must be original.
4. Clearly mark the bid number, title, due date and time and your company name and address on the
outside of the envelope or container.
Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management
Office prior to the deadline. Late bids will not be accepted.
6. m� Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT.
This must include the signature of the agent or broker. Contractor's signature must be original.
Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be
explained in detail and submitted with Bid.
r
Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's
FEDERAL TAX ID number or Owner's SOCIAL SECURITY number.
9. °� Complete and submit the LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
10. _ _ 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 SUBMITTTAL.
DUININCK, INC.
(Type or Print Company Flame)
1
2.
3.
i_
_ 4.
5.
- 6.
7.
8.
9.
10
11
fs
f;
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
LIST OF SUB -CONTRACTORS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
DAVIS BACON WAGE DETERMINATIONS
SPECIFICATIONS
3
NOTICE TO BIDDERS
ITB 11-9918-FO
Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of
Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City
Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 P.M. on February 14, 2011 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:
Reconstruction and Widening of Quaker Avenue from 1141h Street to F.M. 1585
After the expiration of the time and date above first written, said sealed bids will be opened in the
Purchasing and Contract Management Conference Room 204 and publicly read aloud. It is the sole
responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and Contract
Management Office for the City of Lubbock, before the expiration of the date above first written.
Bids are due at 3:00 P.M. on February 14, 2011 and the City of Lubbock City Council will consider
the bids on March 3, 2011 at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may
be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The
successful bidder will be required to furnish a performance bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price
exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with
Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said
contract price exceeds $50,000. Said statutory bonds should be issued by a company carrying a current Best
Rating of "A" or better. THE BONDS MUST IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS
AWARDED.
Bidders are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a
reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less
than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and
execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract
to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL
SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF
THE BID SUBMITTAL. THE ESTIMATED BUDGET FOR THE CONSTRUCTION OF THIS
PROJECT IS $6,020,000.
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 3, 2011 at 10:00 A.M. in the City Hall, Council
Chambers, 1625 131h ST Lubbock, TX 79401.
Bidders may view the plans and specifications without charge at The Reproduction Company, 2102
Avenue Q, Lubbock, Texas 79405 or at www.thereproductioncompany.com. ONE SET OF PLANS AND
SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE
REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770.
4
r
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) calendar days after the opening of bids.
Additional sets of plans and specifications may be obtained at the bidder's expense.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem
wages included in the contract documents on file in the office of the Purchasing and Contract Management
Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each
bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and
the requirements contained therein concerning the above wage scale and payment by the contractor of the
prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids
in response to this invitation and will not be discriminated against on the grounds of race, color, sex,
disability, or national origin in consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid
meetings and bid openings are available to all persons regardless of disability. If you require special
assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to
Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
'Marta .Alvarez
DIRECTOR OR PURCHASING AND
CONTRACT MANAGEMENT
E
5
t
GENERAL INSTRUCTIONS TO BIDDERS
1 BID DELIVERY TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Reconstruction and
Widening of Quaker Avenue from 114th Street to F.M. 1585per the attached specifications and
contract documents. Sealed bids will be received no later than 3:00 P.M. on February 14, 2011 at the
office listed below. Any bid received after the date and hour specified will be rejected and returned
unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or
container plainly labeled in the lower left-hand corner: "ITB 11-9918-FO, Reconstruction and
Widening of Quaker Avenue from 114th Street to F.M. 1585" and the bid opening date and time.
Bidders must also include their company name and address on the outside of the envelope or container.
Bids must be addressed to:
Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management
Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder
does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
PRE -BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid
meeting will be held February 3. 2011 at 10:00 A.M. in the City Hall. Council Chambers. 1625
13th ST Lubbock TX 79401. All persons attending the meeting will be asked to identify themselves and
the prospective bidder they represent.
2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The
City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do
not attend the pre -bid meeting.
ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over
the Internet at www.bidsyne.com. We strongly suggest that you check for any addenda a minimum of
forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET
ACCESS may use computers available at most public libraries.
3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Purchasing and Contract Management Office. At the request of
the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be
substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract
Management Office. Such addenda issued by the Purchasing and Contract Management Office will be
available over the Internet at www.bidsync.com and will become part of the bid package having the same
binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR
INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the
request must be submitted in writing and must be received by the City of Lubbock Purchasing and
Contract Management Office no later than five (5) calendar days before the bid closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment or interpretation that is not in writing. Only information
I
supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB �-
should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt
of this ITB with any individuals, employees, or representatives of the City and any information that may
have been read in any news media or seen or heard in any communication facility regarding this bid
should be disregarded in preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
EXAMINATION OF DOCUMENTS AND REOUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
comply, in every detail, with all provisions and requirements of the Invitation to Bid.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall
be given to the Purchasing and Contract Management Office and a clarification obtained before the
bids are received, and if no such notice is received by the Purchasing and Contract Management
Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the
work to be included and has provided sufficient sums in its bid to complete the work in accordance
with these plans and specifications. If bidder does not notify Purchasing and Contract
Management Office before bidding of any discrepancies or omissions, then it shall be deemed for all
purposes that the plans and specifications are sufficient and adequate for completion of the project.
It is further agreed that any request for clarification must be submitted no later than five (5)
calendar days prior to the bid closing date.
BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline
to release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld
from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction.
In the event a public information request is received for a portion of your bid that you have marked as
being confidential information, you will be notified of such request and you will be required to justify
your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the
Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or
a court of competent jurisdiction that such information is in fact not privileged and confidential under
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such
information will be made available to the requester.
6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open
Records Act.
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.
i
t_
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their bid submittal how they would utilize local resources.
9 CONFLICT OF INTEREST
9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with
any employee, official or agent of the City of Lubbock.
9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered,
conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment,
advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of
discretion concerning this bid.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
1 1 PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice
to Bidders.
12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be
the bidder's responsibility to advise the Purchasing and Contract Management Office if any lan ug_age,
requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in
this ITB to a single source. Such notification must be submitted in writing and must be received by the
City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before
the bid closing date. A review of such notifications will be made.
12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR
ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO
BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR
DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
Felix Orta, Senior Buyer
City of Lubbock
Purchasing and Contract Management
1625 I P Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: forta@mylubbock.us
Bidsync: www.bidsNnc.com
13 TIME AND ORDER FOR COMPLETION
i_; 13.1 The construction covered by the contract documents shall be substantially completed within 220 (TWO
HUNDRED AND TWENTY) WORKING DAYS FOR SUBSTANTIAL COMPLETION from the
date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder.
t
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the work
contemplated by the contract documents. In the event the City requires a progress schedule to be
submitted, and it is determined by the City that the progress of the work is not in accordance with the
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to ensure completion of the project within the time specified.
14 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
15 AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to
execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
16 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately
until incorporated into the project. The presence or absence of a representative of the City on the site will not
relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and
methods set forth in the contract documents provide minimum standards of quality, which the Owner believes
necessary to procure a satisfactory project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner,
a written general guarantee which shall provide that the Contractor shall remedy any defects in the work,
and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects
appear within ONE year from date of final acceptance of the work as a result of defective materials or
workmanship, at no cost to the Owner (City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination, as
the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will
be recognized and accommodated and will not, in any way, result in hardware, software or firmware
failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate
the procedures it intends to follow in order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-
contractor or any third party involved in the creation or development of the products and services to be
delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and
under this Contract including, but not limited to, its right pertaining to termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in this
Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the
Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or
any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related
contract documents for use during construction. Plans and specifications for use during construction will only be 1
�i
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
1- - 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
10
deem necessary to protect their property from injury. Such notice, however, shall not relieve the f -,
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 t"
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. 1
Lit
25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN
THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE
CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE
ENGINEER AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW,
OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM
THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR
PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S
RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE E
INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE
FOR EACH SUBCONTRACTOR THE ADDITIONAL INSURED ENDORSEMENT P-1
SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
26 LABOR AND WORKING HOURS
26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate that must be paid on this project shall not be less
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.
J
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a
diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on Sunday or holidays, the Contractor
must notify the Owner's Representative not less than three full working days prior to the weekend or i
_ a
11
holiday he desires to do work and obtain written permission from the Owner's Representative to do such
work. The final decision on whether to allow construction work requiring an inspector on Sunday or
holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without
discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a
record showing the name and occupation of each worker employed by the Contractor or subcontractor
in the construction of the public work and the actual per diem wages paid to each worker. This record
shall be open at all reasonable hours to inspection by the officers and agents of the City. The
Contractor must classify employees according to one of the classifications set forth in the schedule of general
prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall
forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer,
workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic
is paid less than the wages assigned to his particular classification as set forth in the schedule of general
prevailing rate of per diem wages included in these contract documents
28 PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
29 PREPARATION FOR BID
29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be
correctly filled in, stating the price in numerals for which he intends to do the work contemplated or
furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten.
In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be
taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid
price.
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: Duininck Incorporated
29.3.2 Bid for ITB 11-9918-FO, Reconstruction and Widening of Quaker Avenue from 114th
Street to F.M. 1585
29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
29.5 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.
12
30
31
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: I
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bonds (if required).
(e) Contract Agreement. -
(0 General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations
deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall
furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be
deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the
bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the
contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs with
City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar
municipal and similar non -municipal current and completed projects for the past three (3) years for review. This
list shall include the names of supervisors and type of equipment used to perform work on these projects. In
addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work
on this project in compliance with City of Lubbock specifications herein.
32 BID AWARD
32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid
Items 1 through 84 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.
13
33
32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be
cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti -Trust violations.
32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. In connection with the performance of work, the
Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY
AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR
PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED
BY THE REQUIREMENTS OF THIS INVITATION TO BID.
ANTI -LOBBYING PROVISION
33.1 DURING THE PERIOD BETWEEN BID SUBMISSION DATE AND THE CONTRACT
AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL
NOT DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK
CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF
LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED
INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS.
33.2 This provision is not meant to preclude bidders from discussing other matters with City Council
members or City staff. The 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 ITB
process. Its purpose is to stimulate competition, prevent favoritism and secure the best work and
materials at the lowest practicable price, for the best interests and benefit of the taxpayers and
property owners. Violation of this provision may result in rejection of the bidder's proposal.
34 PREVAILING WAGE RATES
34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage
Rates, with respect to the payment of prevailing wage rates for the construction of a public work,
including a building, highway, road, excavation, and repair work or other project development or
improvement, paid for in whole or in part from public funds, without regard to whether the work
is done under public supervision or direction. A worker is employed on a public work if the
worker is employed by the contractor or any subcontractor in the execution of the contract for the
project
34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not
less than the general prevailing rate of per diem wages for the work of a similar character in the
locality in which the work is performed, and not less than the general prevailing rate of per diem
wages for legal holiday and overtime work.
34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to
and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the
U. S. Department of Labor web site at the following web address to obtain the rates to be used in
Lubbock County:
http://www.gpo.gov/davisbaconlailstates.btml
14
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.
15
BID SUBMITTAL FORM
REVISED -BID SUBMITTAL FORM
UNIT PRICE BID CONTRACT
DATE: It{G r-r=k 1; lcm /t
PROJECT NUMBER: ITB 11-9918-FO, Reconstruction and Widening of Quaker Avenue from 114th Street
to F.M. 1585
Bid of DUININCKf INC. (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 Imitation to Bid for the Reconstruction and Widening of Quaker Avenue from
Vj 114th Street to F.M. 1585, 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,
LJ 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.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work within the time stated and for the prices stated
below.
BASE BID:
ROADWAY IMPROVEMENTS - Items 1 through 59
ITEM
DESCRIPTION
UNIT
ESTIMATED
UNIT
EXTENDED
NO.
QUANTITY
PRICE
AMOUNT
Remove Storm Drain Pipe, (Corrigated Metal
1
Pipe), including neat removal of existing drain
LF
46
$
$ t ��
2er disposal, per linear foot.
pipe and pLo
Remove Concrete Pavement, including neat
2
removal of existing concrete pavement and
SY
326
$
$g5 to
proper disposal of concrete, per square yard.
j
Remove Concrete (Driveway/Alley), including
3
neat removal of existing driveways and alleys
SY
28
$ ( o
$ �O 4-a
and proper disposal of concrete, per square
yard.
Remove Concrete (Curb and Gutter), including
4
neat removal of existing curb and gutter and
LF
1,875
proper di s osal of concrete, per linear foot.
Remove Concrete (Wheelchair Ramp),
5
i including neat removal of existing wheelchair
sidewalk ramp and proper disposal of concrete,
SY
1
88
(
r
per square yard.
{
4
R
Remove Asphalt Paving and/or Stabilized
Base, including neat removal of existing
6
paving materials and proper disposal or
SY
18,085
$ 3. g®
$ 7.2
disposition, per square yard.
Remove Small Signs and/or Small Sign
Assemblies, including neat removal of existing
7
small signs and/or assemblies including
EA
8
$ '00
S
foundations and proper disposal or disposition,
1W,
per each sign and/or assembly.
Topsoil (4")(Furnish and Place), including
securing necessary sources and royalties,
furnishing topsoil; excavation at the source,
6S
a6
8
loading, hauling, stockpiling and placing;
SY
13,560
$ -Z
$ 3q,
watering; rolling; and equipment, labor,
t
materials, tools, and incidentals, by the square
and complete in place,
Embankment (Roadway), including borrow
material as required, placement and density
9
control to lines and grades shown on drawings,
CY
14,295
$
$ a°
��;
as well as any incidental work, per cubic yard'
as shown on this bid form.
Excavation (Roadway), to lines and grades
10
shown on drawings, as well as any incidental
CY
12,962
S�
$ j p
�°
$ NOW.—
W ,
work, per cubic yard as shown on this bid
form.
Excavation (Channel), to lines and grades
11
shown on drawings, as well as any incidental
CY,
544
$ US
s+
$ '4, `
work, per cubic yard as shown on this bid
form.
Special Excavation (Roadway), excavate,
remove, use, or dispose of materials as
required for suitable subgrade material,
12
including borrow material as required,
CY
1,000
placement and density control to lines and
grades shown on drawings, as well as any
incidental work, per cubic yard as shown on
this bid form.
Fill (Channel), including borrow material as
required, placement and density control to
] 3
lines and grades shown on drawings, as well as
CY
3,080
a�
$ {y
$` �;��
any incidental work, per cubic yard as shown
.
on this bid form -
Concrete Stabilized Base, includes furnishing
portland cement, mixing with subgrade
14
material, placement and density control to
SY
1,000
_
lines and grades shown on drawings, as well as
any incidental work, per square yard.
0-9
DUININCK, INC.
Surface Treatment (Bond Breaker), including
surface preparation, furnishing, preparing,
hauling and placing Aggregate and Asphalt;
15
removing existing pavement markers and
SY
51,014
$
$
excess aggregate; rolling; cleaning up
t
stockpiles; and equipment, labor, tools and
incidentals, as complete in place, per square
yard.
Hot Mix Asphalt Pavement (HMAC)(TY D)
16
(2.0"), including necessary materials, shaping,
SY
1,890
$
$ ao
°� �•
density controlled placement, complete and in
10.10
y�
lace, per square yard.
Hot Mix Asphalt Pavement (HMAC)(TY B)
17
(6"), including necessary materials, shaping,
density in
SY
1,890
$
11, 0
$ U
!31 31i4
controlled placement, complete and
.
lace, per square yard.
e
Hot Mix Asphalt Pavement (1-iMAC)(11SB)
(6")(TEMPORARY PAVING), for placement
18
and removal, including necessary materials,
SY
7,730
$ •%A
shaping, density controlled placement,
t
complete. and in place, per square yard.
Concrete Paving (Continuously Reinforced)
so
�0•
l9
(9"), including necessary materials and
SY
51,014
$ t.�$
!� s
$
placement, complete and in place, per square
yard.
Concrete Riprap(5"), including necessary
20
materials for placement of concrete riprap,
SY
1,960
$ Sa
�'t
$ °2
1 �O,�
including toe wall foundation, complete and in
lace, per square yard.
Stone Riprap (Dry)(Protection), including
21
necessary materials for placement of riprap,
CY
160
$ g
t0
$
complete and in place including filter fabric,
t
per cubic yard.
24-Inch Concrete Curb and Gutter, including
necessary materials, joining, forming,
22
finishing, and placement of stand-alone or
LF
490
f(�
monolithic curb and gutter, complete and in
place, per linear foot as measured along the
putter line.
24-Inch Sawtooth Curb and Gutter, including
necessary materials, joining, forming,
'�
23
finishing, and placement of stand-alone or
LF
184
$�
monolithic curb and gutter, complete and in
lace, per linear foot.
Concrete Sidewalk (5"), including necessary
24
materials for placement of concrete sidewalks,
in
SY
371
5_0
CO
complete and place, per square yard.
i
Concrete Sidewalk Ramp (In radius - w/ flared
25
sides); including necessary materials for
EA
8
$i3.�
$���.��
placement of ramps, complete and in place, per
each.
b1J1JVJJVC1C
C,
Concrete Alley Returns and Driveways (6"),
26
including necessary materials for placement of
SY
1,103
$ _
$ °
(® T 7�.
concrete alley returns and driveways, ash
complete and in place, per square ard.
Foowable Backfill, including necessary
materials for placement of flowable backfill
a
27
for trench, hole, or other void to lines and
CY
500
`
grades shown on drawings, as well as any
r
incidental work, per cubic yard.
Adjusting Manholes, including materials,
28
including backfill as required, and for
EA
11
$ 71
excavation, tools, equipment, labor and
incidentals, per each manhole adjusted.
Adjusting Valve Boxes, including materials,
29
including backfill as required, and for
excavation, tools, equipment, labor and"
EA
16
$ &0
-
incidentals per each valve adjusted.
Reinforced Concrete Box Culvert (8'x4'),
30
including necessary materials, furnished and
LF
484
$
S In
installed, complete and in place including
t
excavation and baekfillin , per linear foot.
Concrete Headwall (Parallel Wing), including
31
necessary materials, furnished and installed,
EA
2
S l{ppp°
$t
complete and in place, per each.
Drill Shaft (Roadway Illumination Pole)(30"
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;
32
furnishing and placing concrete, including
LF
336
S
$
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
fans.
Illumination Pole Assembly (TY SA)(40T-
8)(.25 KW)S., Payment will be made at the unit
33
price bid per each roadway illumination
EA
56
$
assembly installed, including furnishing,
installing, and testing luminaries, per each
Conduit (PVC)(SCHD 40) (2 11N)(TRENCH),
including full compensation for famishing and
installing conduit; trenching/excavating, and
furnishing and placing backfill; replacing
34
pavement structure, sod, riprap, curbs, or other
LF
16,270
$ �
S 575 �l
surface; marking location of conduit;
furnishing and installing fittings, junction
boxes, and expansion joints; and equipment,
labor, tools and incidentals, complete and in
lace, per linear foots
":3 t
1
buff il,4
C
Conduit (PVC)(SCHD 80)(2 IN)(BORE),
including full compensation for furnishing and
installing conduit; jacking, boring, and
furnishing and placing backfill; replacing
35
pavement structure, sod, riprap, curbs, or other
LF
1,195
yp
$ `►j .—
S �e
I(�l
surface; marking location of conduit;
furnishing and installing fittings, junction
boxes, and expansion joints; and equipment,
labor, tools and incidentals, complete and in
lace, per linear foot.
Elec Conductor (No. 6) (BARE), including
36
famishing, installing, and testing electrical
LF
12,115
$ 1
S ( �� 25
conductors and for equipment, labor, tools, and
,
incidentals, per Iinear foot.
Elec Conductor (No. 6) (INSULATED),
37
including furnishing, installing, and testing�a
LF
24;230
$
$
electrical conductors and for equipment, labor,
tools, and incidentals, per linear foot.
Ground Box Ty A, complete in place,
6®
r3P
38
including furnishing and placing gravel
EA
61
$ q OO
$ A`i qCo
bedding,all labor and materials, per each.
Elee Service Ty A (240/480) 060 (NS) SS(E)
SP(0). This price is full compensation for
furnishing and installing paying all fees,
39
permits and other costs, making arrangements
EA
2
$ 3,.�
S g'
with the utility company for all work and
'
materials provided by the utility company,
complete in place, per each
Ground Box Ty I (ITS), complete in place,
00
e�
40
including furnishing and placing gravel
EA
I
$ ts�
$ s,t—00 •
bedding, all labor and materials, per each.
�
Ground Box Ty D w/apron, complete in place,
41
including furnishing and placing gravel
EA
18
$ L475.
S
bedding, all labor and materials, per each.
Pavement Markings (4") (White) (Broken)
42
(Thermoplastic), including necessary
LF
7,550
$ 0. 45
$ -2&I't.
materials, furnished and installed, complete
and in place, per linear foot.
Pavement Markings (4") (White) (Solid)
43
(Thermoplastic), including necessary materials
LF
640
$
$t9-
and incidentals, furnished and installed,
complete and in place, per linear foot.
Pavement Markings (8") (White) (Solid)
44
(Thermoplastic), including necessary
LF
1,330
materials, furnished and installed, complete
and in place, per linear foot.
Pavement Markings (24") (White) (Solid)
(Thermoplastic), including necessary materials
A9
45
and incidentals, furnished and installed,
LF
302
$ s .
complete and in place, per linear foot.
8
Pavement Markings (4") (Yellow) (Broken)
46
(Thermoplastic), including necessary materials
LF
2,550
S 0.UZ
S ..
and incidentals, furnished and installed,
t,'�
complete and in place, per linear foot.
Pavement Markings (4") (Yellow) (Solid)
47
(Thermoplastic), including necessary materials
and incidentals, furnished and installed,��.
LF
10,250
$O."s
$ O°
complete and in lace, per linear foot.
Raised Reflectorized Pavement Markers (CL
48
B)(Type I-C), including necessary materials
EA
491
tS
$
$ 1
and incidentals, furnished and installed,
Fyl„
com lete and in place, per each.
Traffic Button (4")(Type W), including
49
necessary materials and incidentals, furnished
EA
300
$ ��
$ 460
and installed, complete and in place, per each.
Traffic Button (4")(Type Y), including
�
50
necessary materials and incidentals, furnished
EA
9,910
$
$ 2 la�g�.�a
$
and installed complete and in lace, per each.
Raised Reflectorized Pavement Markers (CL
51
B)(Type H-A-A), including necessary
EA
4, 530
$ �, t
$ � �
materials and incidentals, furnished and
f#.
installed, complete and in place, per each.
Raised Reflectorized Pavement Markers (CL
52
B)(Type II-C-R), including necessary materials
EA
3,230
$.t
$ 10,04.5P
and incidentals, furnished and installed,
complete and in place, per each,
Pavement Markings (Arrow) (White)
(Thermoplastic), including necessary materials
53
and incidentals, furnished and installed,
EA
26
$ tS .
$+� t� • """
complete and in place, per each.
Small Sign Assemblies, including necessary
materials, furnished and installed, complete
and in place. The unit price bid shall includes
54
sign, post, concrete base, plaque, accessories,
EA
19
$
$ �y • �g
excavation, filling, backfilling, and all
incidentals necessary to complete the work, per
each sign complete in place.
Permanent Seed, including necessary materials
and equipment for placement of seed and
55
establishment of grass from the seed,
5Y
17,260
$ , =
$
vegetative watering and weed control,
r
complete in place, per square yard.
Grass Sod, including necessary materials and
equipment for placement and establishment of
a�
®�
56
grass sod adjacent to structures, vegetative
SY
650
$ 'C
0
watering and weed control, complete in place,
'
per square yard.
Barricades and Traffic Control Devices,
d�
57
includina furnishing and installation of
X-1O
15
5if.W.
$
materials and removal thereof, per month.
t)Uf '/VCk, /
SWPPP / Temporary Erosion Control,
including necessary materials and coordination
58
for compliance with storm water regulations
and ordinances, furnished and installed,
LS
1
$ � �ZZ`
a®
$ q 'W' , ---
continuously monitored, complete and in
lace, per lump sum.
Mobilization, including costs associated with
-_k$o pm 6*
r
59
move -in related equipment and labor per lump
LS
1
$
$ j 000 . "
sum
t
SUBTOTAL BASE BID, ITEMS (1-59)
$ is
0 y,,,
(In case ota discrepancy between the Unit Price and the extended total tot a bid item, the unit price will be taken.)
WATER 1MPROVEMFNTS - items 60 through 79
ITEM
DESCRIPTION
UNIT
ESTIMATED
UNIT
EXTENDED
NO.�
QUANTITY
PRICE
AMOUNT
60
Mobilization/Demobilization, move-in/move-
LS
1
$ $taoo,
$
out related costs, complete, for the lump sum.
Furnish and install heavy polyethylene
61
warning tape with trace wire, complete in
LF
3,436
$Q
d'
$
lace, per linear foot.
Furnish and install OSHA approved trench
62
safety system for utility lines as required, per
LF
3,436
S j.
$b •°
linear foot.
+
Furnish and install Class D ductile iron fittings
63
and associated appurtenances, complete in
TN
6.15
$ ,;gyp
lace, per ton.
c
I
64
Furnish and install standard fire hydrant
EA
4
$
$
packages, complete in place, per each.
�t004,
tuj, t)eD
Furnish and install 8" C900 DR 18 PVC water
65
line, including all labor, material and
LF
395
$
$
e ui ment, complete in place, per linear foot.
Furnish and install 10"C900 DR 18 PVC water
66
line, including all labor, material and
LF
31
$ �¢
$
-is, as
10
equipment, complete in lace per linear foot.
�`
at
Furnish and install 12"C900 DR 18 PVC water
67
line, including all labor, material and
LF
2,520
S
$1
equipment, complete in place, per linear foot.
Furnish and install 16"C905 DR 18 PVC water
68
line, including all labor, material and
LF
490
$ 0. 00
equipment, complete in place, per linear foot.
t
Furnish and install 8" gate valve and box,
69
including all appurtenances, complete in place,
EA
16
$60
$ >traj €IG0,
per each.
Furnish and install 10" gate valve and box,
70
including all appurtenances, complete in place,
EA
1
$ �(�
S
per each.
Furnish and install 12" gate valve and box,
71
including all appurtenances, complete in place,
EA
5
$�
S l ®gyp
per each.
t
10
`l C.
Furnish and install 16" gate valve and box,
72
including all appurtenances, complete in place,
EA
7
$ �9 too.
$ W) boo
per each.
1
73
$" proposed water line tie-in, complete in
EA
7
�" s1Q�
$ Vol $esG, gg
lace, per each.
74
10" proposed water line tie-in, complete in
EA
1
$
$
place, per each.
J IM
i
75
12" proposed water line tie-in, complete in
EA
2
$
$ �a
place, per each.+,�•
76
16" proposed water line tie-in, complete in
EA
3
$ e�
$
place, per each.t��t�t3-
Furnish and install 20" steel casing in bore,
77
including all appurtenances, complete in place,
LF
120
S
S a00
er linear foot.
t
Furnish and install 24" steel casing in bore,
78
including all appurtenances, complete in place,
LF
90
$
foot..�°
1
er linear foot.
Furnish and install 30" steel casing in bore,
79
including all appurtenances, complete in place,
LF
90
$ i�
$
per linear foot.
SUBTOTAL BASE BID, ITEMS (60-79)
$��!j,
(In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.)
SEWER IMPROVEMENTS - Items 80 through 91
ITEM
DESCRIPTION
UNIT
ESTIMATED
UNIT
EXTENDED
NO.
QUANTITY
PRICE
AMOUNT
Mobilization/Demobilization, including move-
80
in/move-out related costs, complete, for the
LS
1
S
$ too. fa
Jump sum.
1t1mag
Furnish and install heavy polyethylene
81
warning tape with trace wire, complete in
LF
666
$9-'0
$ lock 21,
place, per
linear foot.
.
Furnish and install OSHA approved trench
82
safety system for utility lines as required, per
LF
666
$ 1
$
linear foot.
a�
t
83
Tie-in existing sanitary sewer line, complete in
EA
1
$
$
place, per each.
goo.
� l ��•�
Furnish and install standard coated or
84
fiberglass manhole (0-6' depth), complete in
E-A
4
S� c�gp
S 160fa ,
lace, per each.
t
t
Furnish and install extra depth to standard
85
coated or fiberglass manhole, complete in
VF
26
�t
lace, r vertical foot.
Furnish and install 6" SDR 26 PVC sanitary
86
sewer line (10-12' depth), complete in place,
LF
40
$ Ift
IS
i
per linear foot.
#
87
Furnish and install 6" SDR 26 PVC sanitary
in
EA
2
$ �,
I �Q.
$
3C313.
sewer plug, complete place, per each.
Furnish and install 8" SDR 26 PVC sanitary
88
sewer line (10-12' depth), complete in place,
LF
21
$
$ +�
per linear foot.
89
Furnish and install 8" SDR 26 PVC sanitary
EA
1
$
$ "
��
sewer plug, complete in place, per each.
Furnish and install 18" SDR 26 PVC sanitary
90
sewer line (18-22' depth), complete in place,
LF
605
$
$ 10
`
per linear foot.
1
Furnish and install 30" steel casing in bore
91
(12-24 depth), including all appurtenances
LF
90
$
$
complete in lace, per linear foot.
SUBTOTAL BASE BID, ITEMS (80-91)
$ 1 t (�
(in case of a discrepancy between the Unit Price and the extended total for a bid item. the unit price will betaken.)
OVERALL TOTAL $
ROADWAY(ITEMS 1 -59 + WATER ITEMS 60-79 + SEWER ITEMS 80-91
Bidder's Initials
12
Nc
ALTERNATE BID - Items 92 through 102:
ITEM
DESCRIPTION
UNIT
ESTIMATED
UNIT
EXTENDED
NO.
UANTITY
PRICE
AMOUNT
Excavation (Channel), to lines and grades
shown on drawings, as well as any incidental92
bid form.
CY
1,200
$� 15
$
work, per cubic yard as shown on this
100
Surface Treatment (One Course Seal), including
surface preparation, furnishing, preparing,
hauling and placing Pre -Coated Aggregate and
Asphalt; removing existing pavement markers
SY
14,188
qr.
$ .®-
$ !Lb
and excess aggregate; rolling; cleaning up
(0,
stockpiles; and equipment, labor, tools and
001(of*
incidentals, as complete in place, per square
yard.
Hot Mix Asphalt Pavement (HMAC)(TY D)
94
(2.0"), including necessary materials, shaping,
SY
3,183
$�'�
$
density controlled placement, complete and in
a
lace, pet square yard.
t
Hot Mix Asphalt Pavement (I-IMAC)(TY B)
95
(6"), including necessary materials, shaping,
SY
3,183
$
$JaR
density controlled placement, complete and in
,lot'A'A6 .
lace, per square yard.
1
Pavement Markings (4") (White) (Solid)
(Thermoplastic), including necessary materials
��"
96
and incidentals, furnished and installed,
LF
4,100
$
$
complete and in place, per linear foot.
t
Pavement Markings (8") (White) (Solid)
97
(Thermoplastic), including necessary materials,
LF
1,130
$
b9
furnished and installed, complete and in place,
per linear foot.
Pavement Markings (24") (White) (Solid)
(Thermoplastic), including necessary materials
,
o�
98
and incidentals, furnished and installed,
LF
60
$
S
complete and in place, per linear foot.
Pavement Markings (4") (Yellow) (Solid)
99
(Thermoplastic), including necessary materials
LF
8,370
S . q
$ �' SD
and incidentals, furnished and installed,,
com lete and in place, per linear foot.
Pavement Markings (12") (Yellow) (Solid)
(Thermoplastic), including necessary materials
100
and incidentals, furnished and installed,
LF
1,050
00
$ —
S 3 t sa,
complete and in place, per linear foot.
.
Raised Reflectorized Pavement Markers (CL
101
B)(Type II -A -A), including necessary materials
incidentals, furnished installed,
EA
430
$
$ [ 2,90
and and
complete and in place, per each.
13
1'
Pavement Markings (Arrow) (White)
102
(Thermoplastic), including necessary materials
EA
4
$ a6
o
S _
and incidentals, furnished and installed
complete and in place, per each.
TOTAL ALTERNATE BASE BID, ITEMS (92-102)
(In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.)
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 220(TWO HUNDRED AND
TWENTY) WORKING DAYS FOR SUBSTANTIAL COMPLETION thereafter as stipulated in the
specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages
the sum of $1,085 (ONE THOUSAND & EIGHTY FIVE) for each working 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.
Liquidated damages is the reasonable amount of anticipated or actual damages for each day the completion
of work is delayed, generally not enforceable under Texas common law if damages are intended to serve as a penalty
or are far in excess of the amount of damages that may be reasonably forecast. The basis for liquidated damages of
$1,085 per day is Resident Project Rep. $940 per day, Engineer $89 per day CADD Operator $30 per day and
Clerical $26 per day. Contractors are required under Texas Local Government Code § 252.044 to provide in the full
amount of the contract price payment bonds for public works contracts more than $50,000 and performance bonds
for public works contracts more than $100,000, and the City withholds 5% of each progress payment as security for
completion of the project.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in
the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of THIRTY (30)
calendar days after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined
the plans, specifications and contract documents pertaining to the work covered by this bid, and lie further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the
work on which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check
or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%)
of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required
insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award
of the contract to him
A� Bidder's Initials
14
Enclosed:rith this bid is a Cashier's Check or Certified Check for ;/ Dollars
($ r�1Y )`Y or a Bid Bond in the sum of a Dollars ($ �" , which
it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by
the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the
required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification
of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidder .
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 FORti1 PRIOR
TO BID OPENING.
,03 NlNC'
(Seal if id rr ion)
ATTE 6 _
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No. Date R
Addenda No. _X ��
Date
Addenda No. Date
Addenda No. _ Date
.r�I� '
�;wi ice.
- ..
VICE
(Printed or Typed Name)
-D N1WM-Ii9►Q,-
Company P.O. BOX 735
Address
ENTOi
City-, County
State Zip Code
Telephone: $ ,'.?/• Q �? 416
Fax: f-/ 7yf, I 9" _
FEDERAL TAX ID or SOCIAL SECURITY No.
If
MAIL: Pe- , In e�dA,l ,,n
VI/1VBE Finn: Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
12
BID BOND
KNOW ALL MEN BY THESE PRESENTS: That we Duininck , Inc.
4701 Hwy 377, Roanoke, Texas 76262
Principal,
and CONTINENTAL CASUALTY COMPANY, 5201 EDEN AVE. Surety, are held and firmly
STE 300, MINNEAPOLIS MN 55440-2315 bound unto
the City of Lubbock, Texas Obligee,
in the sum of five percent of the total amount of the bid
Dollars (**5***)
for the payment of which we bind ourselves, our legal representatives, successors and assigns,
jointly and severally, firmly by these presents.
WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract
for Reconstruction and Widening of Quaker Avenue from 114th Street to
FM 1585, TTB 11-9918-FO
NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within
such time as may be specified, enter into the contract in writing and give such bond or bonds as
may be specified in the bidding or contract documents with surety acceptable to Obligee; or if
Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of
such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to
remain in full force and effect. Do
Signed, sealed and dated February 14, 2011
Duininck, Inc.
Principal dr
By:
Ryan Duininck, Vice President
CONTINENTAL CASUALTY COMPANY
Surety
By: (Seal)
Myron Mulder, Attorney -in -fact
G-23054-C
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called
"the CNA Companicel, are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois,
and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint
Wes G Wieberdink, Linda K Ryks, Roger Ahrenholz, Myron Mulder, Individually
of Prinsburg, MN, their true and lawful Attorneys) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their
behalf bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and
A the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly
adopted, as indicated, by the Boards of Directors of the insurance companies.
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be
hereto affixed on this 24th day of September, 2009,
�� w;r tusua ,OP
SEAL �
tool ItA)tt�
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
j2A& 4A �_U. I-t(wov-o
Jac yne 9, Belcastro Senior Vice President
State of Illinois, County of Cook, ss:
On this 24th day of September, 2009, before me personally came Jacquelyne M. Belcastro to me known, who, being by me duly sworn, did depose
and say: that she resides in the City of Chicago, State of Illinois; that she is a Senior Vice President of Continental Casualty Company, an Illinois
insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading,
Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance
companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of
Directors of said insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of
said insurance companies.
tSEAL
EM., r
NM
HCOMPLOW4TATROMOM
3
My Commission Expires September 17, 2013 Eliza Price Notary Public
CERTIFICATE
1, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby
certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of
the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of
the said insurance companies this _ 3 4 tla__ day of 1~'��t^- r 2 01 1
r�4ycasta�,�
u SEAS.
Joe'? r#
Form F6853-5/2009
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
Mary A. ika kis Assistant Secretary
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 to the City meeting all of the requirements defined in this bid.
RYAN DIJININCK VICE PRESIDENT
Contras (Original Signature) Contractor(Print)
CONTRACTOR'S FIRM NAME: fJVININCK, INC.
(Print or Type)
CONTRACTOR'S FIRM ADDRESS:
P.O. BOX 735
- Phb tt s E, TE � a
Name of
_ A, Ll_ f
Agent / Broker (Signature)
Address of Agent/Broker:',/'
City/State/Zip: .__._ dd4 c2.!'
Agent/Broker Telephone Number: ( 9-7-;-Z)Bo
Dater
VOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid and award the contract
to another contractor. If you have any questions concerning these requirements, please contact the Purchasing
and Contract Management Office for the City, of Lubbock at (806) 775-3150,
BID 11-9918-FO, Reconstruction and Widening of Quaker Avenue from 114th Street to F.M. 1585
��NZ1
Ir
SAFETY RECORD QUESTIONNAIRE ®'
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section
252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for
accurately determining the safety record of a bidder prior to awarding bids on City contracts.
The definition and criteria for determining the safety record of a bidder for this consideration shall be:
The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The
City may consider any incidents invol-ving worker safety or safety of the citizens of the City of Lubbock, be it
related or caused by environmental, mechanical, operational, supervision or any other cause or factor.
Specifically, the City may consider, among other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against. the bidder for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within
the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S.
Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental
Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Comrission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, suspension revocations of state or federal licenses or registrations, fines
assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final
orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted from bodily harm or death.
d. 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 infonnation from bidders so that City of Lubbock may consider the safety records of potential
contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3)
questions and submit them with their bids:
QUESTION ONE
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citati 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 infonnation 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.
Bidder's Initials
OL'ESTION TWO
04 j f���
C1' NO
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO
If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION THREE
Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted from serious bodily injury or death? /
YES NO }fit
If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire shall be
investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected.
Signatur
R1'AI� QtlII�iNGi� VICE PRESIDENT
Title
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or
making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are
suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of
$50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $50,000 or more and all sub -recipients must certify that their organization and
its principals are not suspended or debarred by a Federal agency.
Before an award of $50,000 or more can be made to your finn, you must certify that your organization and its principals
are not suspended or debarred by a Federal agency.
1, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or
debarred by a Federal agency.
DUININCK, INC.
COMPANY N
FEDERAL TAX ID or SOCIAL SECURI7`Y No. �����4;26(!�
Signature of Company
v RYAN DUININCK VICE PRESIDENT
Printed name of company official signing above:
Date
3
LIST OF SUB -CONTRACTORS
No Text
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
BID 11-9918-FO, Reconstruction and Widening of Quaker Avenue from 114th Street to F.M. 1585
LIST" OF SUB CONTRACTORS
Company Name
Location
Services Provided
"T*
tpke h-OQti�C:L.
�CLCliCd�
t
taoAt[�a`�
(�t�u�JVff
[la,roieloli
�AcreAe fl kwar'&
ef{�
.t' r l.al es (X A \ ,'A!4kfA
uL � dg 1 y _
�
4�
11 t : La a op •1_ �i
Company DU1NiNCK, INC.
_ P.O. BOX 735
Address ROANOKE, TE: � b�62
, TC')
Cty,TFXAS County
State Zip Code
Telephone: /.L -
Fax: -
Minority Owned
Yes
No
0
ll-"
❑
Jd�
11
❑
1
❑
❑
❑
❑
❑
❑
Cl
❑
7
❑
❑
❑
❑
0
❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL,
IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO
BID 11-9918-FO, Reconstruction and Widening of Quaker Avenue from 114th Street to F.M. 1585
FINAL LIST OF SUB CONTRACTORS
Minority Owned
Company Name A Location Services Provided Yes No
colll,�dars �lllt/- c ,T�< ° 4--
2. e 5 a✓ ' ° X
3.
4. ,e =/ i c ��o� ! �jr� f!' 1 Ga,/ °
5. °
6. ❑ ❑
7. c 0 aooe"r �e— ° X
9.
10. �+f �e a � �° 40A 4?V5x,y ��� ❑ !"
11. ❑ ❑
12. ❑ ❑
13. ❑ ❑
14. ❑ ❑
15. ❑ ❑
16. ❑ ❑
DUININCK, INC.
Company P.O. BOX 735
Address ROANOKE• Z
City, County
7-ext-S
State Zip Code
Telephone: * 7 - / -
Fax: S/ 7 - ! ` S�
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
3
PAYMENT BOND
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
' OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that
Princival(sJ, as Princival(s), and
DUININCK, INC.
(hereinafter called the
(hereinafter called the Surety(s), as Suret s), are h ld firml bo d to the -City of Lubbock (hereinafter
called the Obligee), in the amount of vc !/%eia�, c r ,
a.
lawful money of the United States for tl;d payment wh eo , the said rincipal and u?cfy bind themselves, and
their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 22°d day
of March, 2011, to re._O t S t �11 Afii 4V- t' �Z
-- and said Principal under the law is required before commencing the work provided for in said contract to execute
a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work
provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of
the Texas Government 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.
INWITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed: this instrument
this as day of _ 2011.
National Fire lnsuranceCotnpany DUININCK, INC.
Surety rl9i�ii� ,g , ;r ('/1Pflmi
gy(Company Name)
*By:
(Title)
By:
KYLE N. DUININCK
(Printed Name)
(Sig e)
VICE PRESIDENT
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates *p,w (�,,r,�yt an agent resident in Lubbock County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship.
f%waTa
National Fire Ins
nt CASUALTY CONJUPA Surety
�O� • �%aa • By:
(Title)
Approved as to form:
City o o k
By.
City Attorney
* Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
6
State of Texas
Claim Notice Endorsement
To be attached to and from a part of Bond No. 929516403
In accordance with Section 2253.021(f) of the Texas Government Code and Section
53.200(6) of the Texas Property Code any notice of claim to the named surety under
this bond(s) should be sent to:
CNA Surety
333 South Wabash
Chicago, IL 60604
Telephone: (312) 822-5000
Form F6944
No Text
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called
"the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois,
and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint
Shelia Terry, Cindy Ash, David A. Longhouse, Robert A. Johnson, Cagan Morgan, Robert E. Blackburn, Wayne
K. Justice, Benjamin R. Burge, Individually
of Dallas, TX, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and
all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly
adopted, as indicated, by the Boards of Directors of the insurance companies.
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be
hereto affixed on this 18th day of August, 2008.
GAS tu9<ty 1NSU/144,,, ` vANr oe
nWORArr OQ n ,'x �N�Q9PppgT�,
O A IDLY 71,
v SEAL r ,x 190E mil'
�r
1897 � HARtf� •
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
Robert M. Mann Senior Vice President
State of Illinois, County of Cook, ss:
On this 18th day of August, 2008, before me personally came Robert M. Mann to me known, who, being by me duly sworn, did depose and say:
that he resides in the City of Chicago, State of Illinois; that he is a Senior Vice President of Continental Casualty Company, an Illinois insurance
company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a
Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the
seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said
insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance
companies.
OFFICIAL SEAL
ELIZA PRICE
NOTARY PUBLIC, STATE OF 1LLINOI25
MY COMMISSION EXPIRES: 09/17/09
My Commission Expires September 17, 2009 Lza Price40 Notary Public
CERTIFICATE
I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby
certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of
the insurance companies printed on the reverse hereof is till in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of
the said insurance companies this RP AAday of �j f 2-p J1.
GASt1g4r}
OORP9RArt
SEAL
1897
ti+
, ORPCpgTgo ;R
JULY 71,
tsu
•
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
1
Mary A. R ika kis Assistant Secretary
Form F6853-7/2008
0
Authorizing By -Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY:
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the
Company.
"Article IX —Execution of Documents
Section 3. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice
President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of
insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their
respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the
seal of the Company thererto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of
Directors, may, at any time, revoke all power and authority previousy given to any attorney -in -fact "
This Power of Attorney is signed and sealed by facsimile under and ly the authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 11h day of February, 1993.
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such
facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed
and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and finding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA:
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the
Company.
"Article VI —Execution of Document
Section 3. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President
may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of
authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The President or any Executive, Senior Vice President or the Board of Directors may at any time revoke all power and authority previously
given to any attorney -in -fact."
This Power of Attorney is signed and sealed by facsimile under and ly the authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17°i day of February, 1993.
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such
facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed
and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and finding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD:
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the
Company.
"Article VII—Execution of Documents
Section 3. Appointment of Attorney -in -Fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President
may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature, Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of
authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The Chairman of the Board of Directors, the President or any Executive, Senior Vice President or the Board of Directors, may, at any time,
revoke all power and authority previously given to any attorney -in -fact."
This Power of Attorney is signed and sealed by facsimile under and ly the authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17°i day of February, 1993.
"RESOLVED: That the signature of the President, an Executive Vice President or any %nior or Group Vice President and the seal of the Insurance
Company may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17,
1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Insurance Company may be affixed by facsimile to any certificate of
any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Insurance Company. Any such
power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached,
continue to be valid and binding on the Insurance Company."
No Text
PERFORMANCE BOND
t ks,
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY -'THESE PRESENTS, tha�UlNINCK, Ikhereinafter called the Principal(s), as Principal(s), and
(hereinafter called the Surety , as Sf�t�(s) a he d a f ou�c� unto the City of Lubbock (hereinafter called the
Obligee), in the amount o " e� $yX 811ars ( lawful money of the
United States for the payment whereof, a said Principal d Sure and themse ves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Princi al has entered into a certain written contract with the Obligee, dated the 22°d day of
March, 2011, to ,� p
0
and said principal under the law is required before commencing the work provided for in said contract to execute a bond
in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shill
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 WITVESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
day of 2011.
National Fire lnsuranceComM CONTINMAL CAtUALUI-y (;OMPANY
ofAartfow
Surety /
*By:
(Title)
2
DUININCK, INC.
(Company Name)
By. KYLE N. DUININCK
(Printed Name)
VICE PRESIDENT
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates *&wd rpatw -an agent resident in Lubbock County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship.
National Fire Insurance Company
Offlaftford
G bdoCONTINERTAI CASUAUY COMPANVt-y
J ..rX -7q�Rl
*By: (1a
(Title)
Approved as to Form
City of
Lur /
By: 'j
City Aftdney
Note: If signed by an Office of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
3
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called
"the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois,
and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint
Shelia Terry, Cindy Ash, David A. Longhouse, Robert A. Johnson, Cagan Morgan, Robert E. Blackburn, Wayne
K. Justice, Benjamin R. Burge, Individually
of Dallas, TX, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and
all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly
adopted, as indicated, by the Boards of Directors of the insurance companies.
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be
hereto affixed on this 18th day of August, 2008.
GAS
OORP0AATf
F •
SEAS.
1e97
GO Continental Casualty Company
National Fire Insurance Company of Hartford
�p�aaroalT�o , American Casualty Company of Reading, Pennsylvania
IULY 31,
•
Robert M. Mann Senior Vice President
State of Illinois, County of Cook, ss:
On this 18th day of August, 2008, before me personally came Robert M. Mann to me known, who, being by me duly sworn, did depose and say:
that he resides in the City of Chicago, State of Illinois; that he is a Senior Vice President of Continental Casualty Company, an Illinois insurance
company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a
Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the
seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said
insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance
companies.
OFFICIAL SEAL
ELIZA PRICE
NOTARY PUSLIC, 6TATE OF ILLINOIS
MV COMMISSION EXPIRES; 09/17/09
My Commission Expires September 17, 2009 tza Price Notary Public
CERTIFICATE
I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby
certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of
the insurance companies printed on theArev�erse hereof is 4till in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of
the said insurance companies this Owl —aay of11140A, ow,
GAS
OOgPOAAre
h •
�u SEAL
1991
`sw,eo� Continental Casualty Company
National Fire Insurance Company of Hartford
�ptaar0141 o American Casualty Company of Reading, Pennsylvania
IULY 11,
1902 a
•
Mary A. R ika kis Assistant Secretary
Form F6853-7/2008
Authorizing By -Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY:
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the
Company.
"Article IX —Execution of Documents
Section 3. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice
President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of
insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their
respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the
seal of the Company thererto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of
Directors, may, at any time, revoke all power and authority previously given to any attorney -in -fact."
This Power of Attorney is signed and sealed by facsimile under and ly the authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17'" day of February, 1993.
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such
facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed
and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and finding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA:
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the
Company.
"Article VI —Execution of Document
Section 3. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President
may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of
authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The President or any Executive, Senior Vice President or the Board of Directors may at any time revoke all power and authority previously
given to any attomey-in-fact "
This Power of Attorney is signed and sealed by facsimile under and ly the authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17'" day of February, 1993.
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such
facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed
and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and finding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD:
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the
Company.
"Article VII—Execution of Documents
Section 3. Appointment of Attorney -in -Fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President
may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of
authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The Chairman of the Board of Directors, the President or any Executive, Senior Vice President or the Board of Directors, may, at any time,
revoke all power and authority previously given to any attomey-in-fact "
This Power of Attorney is signed and sealed by facsimile under and ly the authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17'" day of February, 1993.
"RESOLVED: That the signature of the President, an Executive Vice President or any S nior or Group Vice President and the seal of the Insurance
Company may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17,
1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Insurance Company may be affixed by facsimile to any certificate of
any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Insurance Company. Any such
power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached,
continue to be valid and binding on the Insurance Company."
No Text
CERTIFICATE OF INSURANCE
ACORD,. CERTIFICATE OF LIABILITY INSURANCE13/3012011
DATE (AILAIDDIYYYY}
PRODUCER ACIG INSURANCE AGENCY, INC. 39657
12222 MERIT DRIVE SUITE 1660
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
DALLAS, TX 75251-0000
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
NAICit
(972) 702-9004
INSURED DUININCK, INC.
INSURER A. American Contractors Ins. Co. FRG
12300
INSURER B: ACIG INSURANCE COMPANY
19984
ATTN: RON KUIKEN
INSURER C:
P.O. BOX 735
INSURER D:
ROANOKE. TX 76262
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR I
ADD'
INSD
TYPE OF i ... ,C ,
rOUCY u^!
✓ri'c
!.� Ec<crn;ic
:i+iidrw:i-i
O!C� cvo!P. n�.,
uric iJiirvurii-
i0.iiMRrn i:iTO
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE X OCCUR
X Contractual Coveraoe
GL 10000034 primary 06/01/10
GL10X00034 excess 06/01/10
follow form
06/01/11
06/01/11
EACH OCCURRENCE f
2,000,000
DAMAGE TO RENTED
PREMIX IE rr n
s 105,000
ME ExP (Any one person)
S 5,000
PERSONAL 6 ADV INJURY
S 2,000,000
GENERAL AGGREGATE
S 4,000,000
GENL AGGREGATE LIMIT APPLIES PER
PRODUCTS • COMPIOP AGG
S 4,000.000
POLICY X PRCU 1-0c
A
AUTOMOBILE LIABILITY
X ANY AUTO
X ALL OWNED AUTOS
SCHEOULEDAUTOS
AL10000003
06/01/10
06/01/11
COMBINED SINGLE LIMIT
tEaAcdenl)
s 2,000,000
BODILY INJURY
(Per person)
S
BODILY INJURY
(Per accden!)
S
X HIRED AUTOS
X NON -OWNED AUTOS
PROPERTY DAMAGE
Per acodent)
S
GARAGE LIABILITY
AUTOONLY•EAACCIDENT
S
OTHER THAN EAACC
S
ANY AUTO
S
AUTO ONLY: AGG
EXCESSAIMBRELLALIABILITY
EACH OCCURRENCE
f
OCCUR ❑ CLAIMS MADE
AGGREGATE
S
f
f
DEDUCTIBLE
RETENTION f
S
B
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
ANY PROPRIETORWARTNEWEXECUTIVE
OFFICERL'MEMBEREXCLUDED?
It yes. SPECIAL
SPECIAL PROVISIONS below
PROVISIONS
WC10000020
WC10000021 (MN)
WC10000088(/TX
l )
06/01/10
06/01/10
06/01/10
06/01/11
06/01/11
06/01/11
X I IVRIT,111 EORM
E L. EACH ACCIDENT
S 1,000,000
E.L. DISEASE- EA EMPLOYEE
S 1,000,000
E.L. DISEASE -POLICY LIMIT IS
1,000,000
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSfVEHICLESIEXCLUSIONS ADDED BY ENDORSE MENTISPECIAL PROVISIONS
City of Lubbock, its officers, agents and employees are named as primary additional insured's on General Liability policies,
with respect to ITB 11-9918-FO, Endorsement # 2. A Waiver of Subrogation in favor of the City of Lubbock on General
Liability, Automobile Liability, and Worker's Compensation policies.
CERTIFICATE HOLDER
CANCELLATION Certificate ID 39,657
SHOULD ANY OF THE ABOVE DESCRIBEO POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Lubbock c/o City of Lubbock Purchasing & Contract Management
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR 70 MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
1625 13th Street, Suite 204
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPO►I THEINSURER, RS AGENTS OR
REPRESENTATRIVES.
Lubbock, TX 79401
AUTHORIZED REPRES TATIVE
ns MICHAE:L J. O'NEILL
ACORD 25 (2001108) 0 ACORD CORPORATION 11988
No Text
ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS
It is hereby understood and agreed WHO IS AN INSURED (Section 11) is amended to include as an insured the person
or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or
for you.
SCHEDULE
Name of Person or Organization:
Any person or organization that you have agreed to and/or are required by contract to:
a. name as an additional insured;
b. provide an owners and contractors protective (OCP) insurance policy; or
C. provide a railroad protective (RRP) liability policy.
WHERE SPECIFICALLY REQUIRED BY CONTRACT, IT IS FURTHER UNDERSTOOD AND AGREED THAT THE
INSURANCE PROVIDED BY THIS ENDORSEMENT IS PRIMARY. OTHER INSURANCE THE ADDITIONAL
INSURED PURCHASES ON ITS OWN BEHALF SHALL APPLY AS EXCESS OF, AND DOES NOT CONTRIBUTE,
WITH THE INSURANCE PROVIDED BY THIS ENDORSEMENT.
Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, provisions,
agreements or limitations of the mentioned Policy, other than as above stated.
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
(The information below is required only when this endorsement is issued subsequent to preparation of the policy.)
Endorsement Effective: 06/01/2010 Policy No.: GL10000034 Endorsement No.:
Insured: Duininck Companies, LLC Premium $
Insurance Company: American Contractors Insurance Co., RRG
Countersigned By
No Text
o-1 . 8@
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000, Room 204
LUBBOCK, TX 79457 TYPE OF PROJECT:
THIS IS TO CERTIFY THAT (Name and Address of Insured) is,
at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for
the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further
hereinafter described. Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
Commercial General Liability
General Aggregate $
Claims Made
Products-ComplOp AGG $
Occurrence
Personal & Adv. Injury $
Owner's & Contractors Protective
Each Occurrence $
Fire Damage (Any one Fire) $
Med Exp (Any one Person)
$
AUTOMOTIVE LIABILITY
Any Auto
Combined Single Limit $
All Owned Autos
Bodily Injury (Per Person) $
Scheduled Autos
Bodily Injury (Per Accident) $
Hired Autos
Property Damage $
Non -Owned Autos
GARAGE LIABILITY
Any Auto
Auto Only - Each Accident $
Other than Auto Only:
Each Accident $
Aggregate $
BUILDER'S RISK
100% of the Total Contract Price
$
INSTALLATION FLOATER
$
EXCESS LIABILITY
Umbrella Form
Each Occurrence $
Aggregate $
Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ Included
Statutory Limits
Partners/Executive Excluded
Each Accident $
Offices are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
canceled by the insurer in less than the legal time required after the insured has received written notice of such change or
cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
(Name of Insurer)
MUST BE SENT TO THE CITY OF LUBBOCK
By:
Title:
The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General
l Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S.
j THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
LL
(
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based
on proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional
words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE
CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON
THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S
RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE
DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
( reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
{{ equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
No Text
CONTRACT
......... .._
J 2 ,K
CONTRACT 9918
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 22°d day of March, 2011, by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and Duininck Incorporated of the City of Roanoke, County of Denton and the State
of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID 11-9918-FO, Reconstruction and Widening of Quaker Avenue from 114th Street to F.M.1585
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. Duininck Incorporated's bid dated March 1, 2011 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: CITY OF LUBBOCK, TEXAS (OWNER):
®UININCK, INC. By: _
MAYOR
By: ATTEST:
PRINTED KYLE
TITLE: VIA _G PRESIDENT _
City Secr ry
COMPLETE ADDRESS:
Company ®UININCK, INC.
Address P.O. BOX 735
City, State, Zip ROANOKE,
ATTEST: OV1 N /NCB
.�>�ORP
�y z
IOTA
=APPROS TO CONTENT:
Owner's Representative
No Text
GENERAL CONDITIONS OF THE AGREEMENT
°r- Le..mr q,,....,...w.......,„.i ,,._..__.,.� ,.. _. --,_ _................y ,..--.._._,,,_ .—..._--• �'�^-^^—.... pa.._._.�....., J""""""°">..,m !e".T,m, P^,-�� � � .:.:,:.�y ..,,y �' �... _...__,d
-� k
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit Duininck Incorporated who has agreed to perform the work embraced in this
contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative Neil Welch, Public Works Engineer, so designated who shall
inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be
authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors shall
act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or
persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to
Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due
Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s).
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the
last business address known to the party who gives the notice.
CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials
or work described in words which so applied have well known, technical or trade meaning shall be held to refer
such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
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.
i
a
L , 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the
authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the
contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds
of work which are to be paid for under the contract documents, and shall determine all questions in relation to said
work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem
proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is
furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all
reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper
inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of
any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are
consistent with the obligations of this Agreement and accompanying plans and specifications provided, however,
should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor
may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the
absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be
deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision
by competent and reasonable representatives of the Contractor is essential to the proper performance of the work
and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any Office, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the
terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
i
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
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 furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
shall be in accordance with the methods prescribed by the American Society for Testing and Materials or such
other applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
1�
f _.
tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and
shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
l
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in
conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (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.
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, a
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 l
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 j
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 1
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained a
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost." �- k
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.
i_
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
hold harmless the Owner and all of its Offices, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or 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 furnished to the City and written notice of
cancellation or any material change shall be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor
and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-
insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by
virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to
the City in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of
insurance specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF
A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED
._; ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS A PRIMARY ADDITIONAL INSURED TO INCLUDE PRODUCT-COMP/OP AND
PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED
BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE
CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE
SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO
THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS
COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED
ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
A. 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 AGG
Contractual Liability
Personal & Adv. Injury
WITH HEAVY EQUIPMENT & XCU (Explosion, Collapse, Underground) ENDORSEMENT
B. Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, - NOT REQUIRED.
C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000 Combined Single Limit, to include all owned and
non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles.
D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED.
E. Umbrella Liability Insurance - NOT REQUIRED.
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000
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- i
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
i
{,
i �
of Texas Labor Code, Section 401.01](44) for all employees of the contractor providing services
on the project, for the duration of the project.
The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity shall have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
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.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.0] 1(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
G
(2) anew certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who
shall provide services on the project shall be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or Iimits of liability thereunder on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) if policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
10
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling
of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSA TION CO VERA GE
"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
i,
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:
(1) 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
i
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
.1
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
9
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
^
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its Offices, agents and employees, harmless
against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way,
manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of
machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract,...
12
and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish
satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or
waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its Offices, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its Offices,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
- Representative prior to bidding.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or
form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless
the Owner, and all of its Offices, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances
within said time, any objection and/or assertion that the plans and specifications are at variance with any federal,
state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or
subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice
to the Owner's Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials
N 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
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, j
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner I J
may withhold permanently from Contractor's total compensation, the sum of $1,085 (ONE THOUSAND &
EIGHTY FIVE)PER WORKING 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 t F
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 1-1
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
f-1
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. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to
be estimates, for the various classes of work to be done and material to be furnished under this contract, they are
approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its Offices, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
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.
15
1
42. PARTIAL PAYMENTS n t
t_h
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.
j
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
iJ
16
�g
t_,
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
46. PAYMENT WITHHELD
E
dEE
d
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.
i
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
1 denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
€ and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with
the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
1 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
t notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed
with diligence to complete the project as contemplated and in compliance with all terms and provisions of the
contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract,
equity or otherwise, including, but not limited to, providing for completion of the work in either of the following
elective manners:
17
E
(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 j1
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than f.,l
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
1 liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions
shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority
to direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
- work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (1) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
19
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or
other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (1) 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.
�H
20
DAVIS BACON WAGE DETERMINATIONS
EXHIBIT A
GENERAL DECISION: TX20100028 03/12/2010 TX28
Date: March 12, 2010
General Decision Number: TX20100028 03/12/2010
Superseded General Decision Number: TX20080028
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 03/12/2010
* 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 J(
I
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
EXHIBIT B
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT C
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
I
SPECIFICATIONS
Specifications
of
lubbock'
City of Lubbock — Gateway Streets
Quaker Avenue — FM 1585 to 114t" Street
Paving Improvements
Lubbock, Texas
December 2010
PSC Project # 01269708
PARKH I LLSM ITH &COOP E R
No Text
Specifications
lubbkoc
City of Lubbock — Gateway Streets
Quaker Avenue — FM 1585 to 114th Street
Paving Improvements
Lubbock, Texas
lip
a j .;OUAT!lAhl E. ZIEGNEF� j
95971
Q'
December 2010
PSC Project # 01269708
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
TABLE OF CONTENTS
DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION
SCSpecial Conditions..................................................................................................................... 9
DIVISION l - GENERAL REQUIREMENTS
01020
Measurement and Payment........................................................................................................ 8
01025
Payment Methods...................................................................................................................... 2
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................................................................................................................ 5
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
02050
Removal, Demolition and Salvage.............................................................................................4
02151
Trench Safety Systems............................................................................................................... 3
02221
Removing Existing Pavements..................................................................................................
2
02300
Earthwork..................................................................................................................................
9
02317
Excavation and Backfill for Structures......................................................................................
7
02318
Borrow.......................................................................................................................................3
02320
Backfill Materials for Structures................................................................................................
5
02631
Storm Sewer..............................................................................................................................
5
02632
Cast -In -Place Headwalls and Wingwalls...................................................................................2
02665
Water Works Piping, Valves and Fittings................................................................................
11
02666
Steel Casing In Bore..................................................................................................................
3
02730
Sanitary Sewer Line Construction.............................................................................................
7
02732
Glass -Fiber Reinforced Polyester (FRP) Manholes...................................................................
7
02741
Hot -Mix Asphalt Paving..........................................................................................................
13
02751
Portland Cement Concrete Pavement......................................................................................
23
02764
Pavement Joint Sealants.............................................................................................................
5
02900
Seeding......................................................................................................................................
5
01269708 TABLE OF CONTENTS PAGE - 1
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
DIVISION 3 - CONCRETE
03100 Concrete Formwork................................................................................................................... 4
03200 Concrete Reinforcement............................................................................................................
2
03300 Cast -In -Place Concrete...........................................................................................................
13
03410 Precast Concrete........................................................................................................................
6
DIVISIONS 4 - 8
Not Used
DIVISION 9 - FINISHES
09703 Rehabilitation and Corrosion Protection....................................................................................6
DIVISIONS 10 - 16
Not Used
APPENDIX A
OSHA SUBPART P
APPENDIX B
TxDOT Specifications
Item 300 Asphalts. Oils, and Emulsions
Item 401 Flowable Backfill
Item 416 Drilled Shafts
Item 421 Hydraulic Cement Concrete
Item 432 Riprap
Item 462 Concrete Box Culverts and Storm Drains
Item 464 Reinforced Concrete Pipe
Item 585 Ride Quality for Pavement Surfaces
Item 610 Roadway Illumination Assemblies
Item 628 Electrical Services
01269708 TABLE OF CONTENTS PAGE - 2
12/10
QUAKER AVENUE FM 1585 TO 114"m STREET
SPECIAL CONDITIONS
GATEWAY STREETS PROJECTS
QUAKER AVENUE — FM 1585 TO 114'" STREET
SC-1 SUBSTANTIALLY COMPLETED
Not Used
SC-2 CONTRACTOR'S LAYOUT OF WORK
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 COORDINATION OF PLANS, SPECIFICATIONS, AND SPECIAL PROVISIONS
The specifications, accompanying plans (including additional plans for non -site specific work),
special provisions, change orders, and supplemental agreements are intended to work together and
be interpreted as a whole.
Numerical dimensions govern over scaled dimensions. Special provisions govern over plans.
(including general notes), which govern over standard specifications and special specifications. Job -
specific plan sheets govern over standard plan sheets.
Notify the Engineer promptly of any omissions, errors, or discrepancies discovered so that necessary
corrections and interpretations can be made. Failure to promptly notify the Engineer will constitute
a waiver of all claim for misunderstanding or ambiguities that result from the errors, omissions, or
discrepancies discovered.
SC-4 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.
SC-5 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.
01269708 SPECIAL CONDITIONS SC - 1
12/10
QUAKER AVENUE FM 1585 TO 1 14T" STREET
SC-6 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
CONTRACTOR. RPR shall generally communicate with OWNER'S REPRESENTATIVE with the
knowledge of and under the direction of ENGINEER.
SC-6.1 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-6.2 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-6.3 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.
01269708 SPECIAL CONDITIONS SC-2
12/10
UAKER AVENUE FM 1585 TO 114TH STREET
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-6.4 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.
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-6.5 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.
f , SC-6.6 Limitations of Authority:
01269708
12/10
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.
SPECIAL CONDITIONS
SC-3
QUAKER AVENUE FM 1585 TO 114TH STREET
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-7 CONTRACTOR'S DUTY AND SUPERINTENDENCE
Contractor will be required to maintain all existing roadway surfaces within project limits
throughout the duration of the project. This item will not be a pay item.
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
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-8 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-9 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-10 CONTRACTOR'S INSURANCE
Not Used
i
01269708 SPECIAL CONDITIONS SC - 4
i_.
12/10
E,
is
�z
QUAKER AVENUE FM 1585 TO 1 14"H STREET
SC-11 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-12 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.
SC-13 SUBSURFACE UTILITY INVESTIGATION
The ENGINEER conducted subsurface utility investigations through So -Deep, Inc. One photocopy
of the report will be made available to each bidder for information purposes, but the report is not the
part of the 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 reports.
Contractor may not rely upon or make any claim against Owner or Engineer with respect to:
■ the completeness of such 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 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 sanitary sewer (approximate Quaker Centerline STA.
49 + 25.00). 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.
■ The limited site investigation between 1 14th Street and FM 1585 indicates that hard rock is not
anticipated to be encountered as part of the proposed subsurface utility construction, including the
deep sanitary sewer. However, if hard rock or any other change in anticipated site conditions are
encountered the contractor is solely responsible for all construction costs that may be required for
01269708 SPECIAL CONDITIONS SC - 5
12/10
r,
t
QUAKER AVENUE FM 1585 TO 1 14' STREET �
the installation of subsurface utilities. This cost of construction shall be solely borne by the
contractor and no consideration will be made for additional compensation.
SC-14 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
• The cost of all the following will 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-15 SUBSTITUTES AND "OR -EQUAL" ITEMS
SC-15.1 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 by words 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:
I i
01269708 SPECIAL CONDITIONS SC-6
12/10
QUAKER AVENUE FM 1585 TO 114T" STREET
SC-15.2 "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-15.3 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-13.2, 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
g 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
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
t_
CONTRACTOR to furnish additional data about the proposed substitute.
SC-15.4 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-15.5 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
01269708 SPECIAL CONDITIONS SC - 7
12/10
f
QUAKER AVENUE FM 1585 TO 1 14' STREET 2
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-15.6 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
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
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.
SC-16 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-17 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. t
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-18 PARTIAL PAYMENTS
Add the following to paragraph 42, Partial Payments, of the General Conditions of the Agreement
01269708 SPECIAL CONDITIONS SC - 8 j
12/10
i.
UAKER AVENUE FM 1585 TO 1 14T" STREET
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 of the 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
4: 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
z _ whether a substance or item qualifies as materials on hand is the sole province of the Owners
representative under General Conditions Paragraph 14.
SC-19 SUBSTANTIAL COMPLETION
Not Used
SC-20 FINAL COMPLETION
Not Used
END SPECIAL CONDITIONS
01269708 SPECIAL CONDITIONS SC - 9
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
e
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 those items indicated 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.
01269708 MEASUREMENT AND PAYMENT 01020 - 1
12/10
t__
QUAKER AVENUE — FM 1585 TO 114T" STREET
1.3 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.
1.4 REMOVE EXISTING ASPHALT PAVEMENT STRUCTURE
A. Measurement will be made of the area, in square yards, of existing pavement structure
asphalt actually removed. Existing pavement structure will be considered all layers of
material between existing roadway surface and top of existing subgrade. Payment will be
made at the unit price bid per square yard of existing asphalt pavement structure removed.
The Contractor shall ensure that the Owner has the opportunity to measure the square yards
of pavement surface prior to removal. if pavement surface is 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.
1.5 REMOVE STORM DRAIN PIPE
A. Measurement will be made for the removal of existing storm drainpipe, by linear foot, for
the removal of existing reinforced concrete pipe (RCP) and/or corrugated metal pipe
(CMP) and all appurtenances including safety end treatments, and headwalls and
backfilling area that pipe was removed to lines and grades as shown. Payment will be made
at the unit bid price per linear foot removed.
1.6 EMBANKMENT
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, subgrade preparation density control, compaction, testing and any incidental work
required to complete the work.
1.7 EXCAVATION
i#
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 I.J
include shaping, density control and any incidental work required to complete the work.
01269708 MEASUREMENT AND PAYMENT 01020 - 2 j
12/10
4
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
1.8 CEMENT TREATED SUBGRADE
A. Measurement will be made in square yards for cement treatment of existing material for a
depth as specified. This price is full compensation for shaping existing material, loosening,
mixing, pulverizing, providing cement, spreading, applying cement, compacting, finishing,
curing, curing materials, blading, shaping and maintaining shape, replacing mixture,
disposing of loosened materials, processing, hauling, preparing secondary subgrade water,
equipment, labor, tools and incidentals.
1.9 FLOWABLE FILL
A. Measurement will be made at the volume, in cubic yards, of flowable fill actually placed.
Flowable fill used for all drainage structures will be considered subsidiary to that pay item.
Flowable fill will be as shown in TxDOT, Item 401 of the Standard Specifications. The
unit price shall include all labor, equipment, and incidentals required to complete the work.
1.10 EXCAVATION FOR CHANNELS
A. Measurement for excavation of drainage channels will be made of the volume, in cubic
yards, of material to be removed. 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.
1.11 SURFACE TREATMENT AND/OR BOND BREAKER
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.
1.12 HOT MIX ASPHALT PAVEMENT (HMAC), ASPHALT STABILIZED BASE (ASB), AND
TEMPORARY ASPHALT PLACEMENT
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/l"
thickness/ l square yard.
C. All temporary/detour asphalt paving will be required to be maintained by the Contractor
throughout the duration of the project that the temporary/detour asphalt pavement is being
used.
D. Measurement will be made of the area, in square yards, of temporary asphalt pavement
actually constructed. Payment will be made at the unit price per square yard. The unit
price bid shall include furnishing and installing all materials, tack and prime coats,
earthwork, compaction, testing and all incidentals necessary to complete the work.
Payment will also include all removal of temporary paving as per construction phase
required by traffic control plan.
(,
01269708 MEASUREMENT AND PAYMENT 01020 - 3
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
1.13 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.
1.14 CONCRETE CURB (MONO)
A. Measurement will be included in overall concrete paving a shown on plans. Curb will be
subsidiary to concrete paving. This shall include furnishing and installing all materials,
forming, finishing, jointing, and all incidentals necessary to complete the work.
1.15 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.
1.16 CONCRETE ALLEY AND DRIVEWAY RETURNS
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.
1.17 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.
1.18 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.
I'
01269708 MEASUREMENT AND PAYMENT 01020 - 4
12/10
QUAKER AVENUE — FM 1585 TO 114TH STREET
1.19 CONCRETE RIPRAP
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.
1.20 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
work.
1.21 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.
1.22 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.
1.23 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. This
item shall also include any removal and/or grinding of existing pavement markings as it
relates to any traffic control phasing. Two CMS-T 533 LED or equivalent portable,
changeable message boards will be required for use on this project and will become the
property of the Owner upon final acceptance for the contract.
1.24 IRRIGATION SYSTEM
A. (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. This will be a non-payment
item.
01269708 MEASUREMENT AND PAYMENT 01020 - 5
12/10
QUAKER AVENUE — FM 1585 TO 1 14TH STREET
1.25 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.
1.26 STONE RIPRAP (PROTECTION)
A. Measurement will be made of the area, in cubic yards, of stone riprap complete in place.
Volume for payment will be computed on the basis of the measured area in place and the
toe wall depth shown on the plans. The unit price bid will be full compensation for
furnishing, hauling, and placing riprap, filter fabric, all necessary excavation below natural
ground or bottom of excavated channel, for shaping of slopes, equipment, labor, tools and
incidentals necessary to complete the work.
1.27 MANHOLES
A. A count will be made of the manholes actually installed. These structures will be paid for
at the unit price bid per each manhole. The unit price shall be complete compensation for
the installation of the pre -cast or cast -in -place manhole, complete in place, and shall
include all materials, forming, finishing, excavation, backfill and all incidental work
necessary to complete the work.
1.28 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.
1.29 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 i
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.
l i
01269708 MEASUREMENT AND PAYMENT 01020 - 6
12/10
3
l .I
QUAKER AVENUE — FM 1585 TO 114' STREET
1.30 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:
I. Conductors inside roadway illumination assemblies will be paid for under
"Roadway Illumination Assemblies" and
2. Conductors used for internal wiring of equipment will not be paid for directly but
will be subsidiary to pertinent items.
1.31 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.
1.32 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 service supports, foundations, anchor bolts, riprap, enclosures,
switches, breakers, brackets, bolts, hangers and hardware and equipment, labor, tools and
incidentals required to perform the work.
1.33 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 Shafts" 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.
1.34 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.
01269708 MEASUREMENT AND PAYMENT 01020 - 7
12/10
a;
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
1.35 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.
1.36 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.
1.37 SEEDING AND/OR SODDING
A. This Item will be measured by square yard complete in place. The work performed and the
materials furnished in accordance with this item and measured as square yard will include
furnishing seed and sod, mulch, fertilizer, top soil preparation and watering until Engineer
determines that grass is established, all materials, equipment, labor, tools, and incidentals,
planted in place.
1.38 SIGN OVERHEAD STREET NAME
A. Payment will be made for each overhead street name sign actually installed. Payment will
be made at the unit price bid per each overhead street name sign assembly installed. The
unit price bid shall include furnishing and installing all sign materials, mounting brackets,
accessories, and all incidentals necessary to complete the work at the size and type called
for in the plans.
PART 2-PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01269708 MEASUREMENT AND PAYMENT 01020 - 8
12/10
QUAKER AVENUE — FM 1585 TO 1 14TH STREET
SECTION 01025
PAYMENT METHODS
PART 1-GENERAL
The unit price or lump sum price bid on each item, as stated in the Proposal, shall include furnishing all labor,
' superintendence, machinery, equipment, and materials necessary to complete the various items of work shown
on the plans and called for in the specifications. Items on which no separate payment is made shall be included
in the bid prices for the various pay items.
1.1 UNIT COST ITEMS
Unit cost items, not otherwise included in this section to be paid for at a unit cost per unit shall include
all work and materials involved in the installation within the limits designated on the plans.
Measurement shall be made in units shown on the Bid Sheet. All work so included shall be installed,
constructed or performed as shown on the drawings and/or specified.
1.2 LUMP SUM ITEMS
Lump sum items to be paid for at a lump sum price per job shall include all work and materials
involved in the installation within the limits designated on the plans. No measurement of the work or
material included in such items will be made. All work so included shall be installed, constructed or
performed as shown on the drawings and specified herein.
1.3 MOBILIZATION/DEMOBILIZATION
Mobilization/Demobilization shall include costs associated with move -in and move -out costs, related
equipment and labor, bid bond, performance and construction bonds and insurance required for this
project.
1.4 OSHA APPROVED TRENCH PROTECTION
Trench protection shall be paid for per linear foot, or by lump sum, and shall include all necessary
work to abide by OSHA Rules as provided in these specifications.
1.5 SWPPP
Contractor shall provide a Storm Water Pollution Prevention Protection Plan (SWPPP) as required for
the project.
1.. 1.6 FINAL CLEANUP
A. The Contractor shall make a final cleanup of all parts of the work before final acceptance of the
work by the Owner. This cleanup shall include, among other things, removing all construction
materials, final grading of all trench surfaces and construction sites, and in general preparing
the sites of the work in an orderly manner.
B. The cost of the cleanup shall be included as a part of the cost of the various items of work
involved and no direct compensation will be made for this work.
01269708 PAYMENT METHODS 01025 - 1
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01269708 PAYMENT METHODS 01025 - 2
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
SECTION 01027
APPLICATIONS FOR PAYMENT
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General
Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. 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 01700.
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.
01269708 APPLICATIONS FOR PAYMENTS 01027 - 1
12/10
l
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
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
01269708 APPLICATIONS FOR PAYMENTS 01027 - 2
12/10
QUAKER AVENUE — FM 1585 TO 1 ] 4T" STREET
SECTION 01028
CHANGE ORDER PROCEDURES
PART) -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Submittals.
B. Documentation of change in Contract Sum/Price and Contract Time.
C. Change procedures.
D. Stipulated Price change order.
E. Unit price change order.
F. Time and material change order.
G. Execution of change orders.
H. Correlation of Contractor submittals.
1.3 RELATED SECTIONS
A. Section 01027 - Applications for Payment.
B. Section 01330 - Submittal Procedures.
C. Section 01600 - Product Requirements.
D. Section 01700 - Contract Closeout.
1.4 SUBMITTALS
A. Submit name of the individual authorized to receive change documents, and be responsible for
informing others in Contractor's employ or Subcontractors of changes to the Work.
B. Change Order Forms: EJCDC 1910-8-B Change Order, Owner's form, or other form approved
by Owner.
1.5 DOCUMENTATION OF CHANGE 1N 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:
I . 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.
01269708 CHANGE ORDER PROCEDURES 01028 - 1
12/10
QUAKER AVENUE — FM 1585 TO 1 14TH STREET
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:
1. Origin and date of claim.
2. Dates and times work was performed, and by whom.
3. Time records and wage rates paid.
4. Invoices and receipts for products, equipment, and subcontracts, similarly documented.
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
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.
01269708 CHANGE ORDER PROCEDURES 01028 - 2
12/10
I
UAKER AVENUE — FM 1585 TO 1 14TH STREET
1.10 TIME AND MATERIAL CHANGE ORDER
A. Submit itemized account and supporting data after completion of change, within time limits
indicated in the Conditions of the Contract.
B. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as
provided in the Contract Documents.
C. Maintain detailed records of work done on Time and Material basis.
D. Provide full information required for evaluation of proposed changes, and to substantiate costs
for changes in the Work.
1.11 EXECUTION OF CHANGE ORDERS
A. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as
provided in the Conditions of the Contract.
1.12 CORRELATION OF CONTRACTOR SUBMITTALS
A. Promptly revise Schedule of Values and Application for Payment forms to record each
authorized Change Order as a separate line item and adjust the Contract Sum/Price.
B. Promptly revise progress schedules to reflect any change in Contract Time, revise
sub -schedules to adjust time for other items of work affected by the change, and resubmit.
C. Promptly enter changes in Project Record Documents,
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01269708 CHANGE ORDER PROCEDURES 01028 - 3
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
SECTION 01039
COORDINATION AND MEETINGS
PART1-GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Coordination.
B. 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 defective 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.
01269708
COORDINATION AND MEETINGS 01039 - 1
12/10
UAKER AVENUE — FM 1585 TO 114T" STREET
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:
l . 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.
IL 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
01269708 COORDINATION AND MEETINGS 01039 - 2
12/10
QUAKER AVENUE — FM 1585 TO 1 14TH STREET
SECTION 01100
SUMMARY OF WORK
PARTI- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Work covered by Contract Documents
B. Contractor use of site.
C. Owner occupancy.
L3 RELATED SECTIONS
A. Section 01330 — Submittal Procedures.
1.4 WORK COVERED BY CONTRACT DOCUMENTS
A. Identification: City of Lubbock, Lubbock, Texas. Project consists of the reconstruction of
Quaker Avenue from FM 1585 TO 1 14`h Street, including FM 1585 intersection.
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.
PART 2 - PRODUCTS
Not Used
f
01269708 SUMMARY OF WORK 01100 - 1
- 12/10
QUAKER AVENUE — FM 1585 TO 1 14TH STREET rl"i
PART 3 - EXECUTION
Not Used
END OF SECTION
ril
1
01269708 SUMMARY OF WORK 01 100 - 2
12/10
QUAKER AVENUE — FM 1585 TO 1 l 4TH STREET
SECTION 01140
WORK RESTRICTIONS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division l -
General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Use of premises.
B. Special scheduling requirements.
C. Working period.
D. Utility cutovers and interruptions.
E. Noise restrictions.
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 (I) 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.
01269708 WORK RESTRICTIONS 01 140 - 1
12/10
1
AKER AVENUE — FM 1585 TO 1 14TH STREET
1.5 WORKING PERIOD
A. Working Hours - Regular working hours shall be within an I 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:
1. 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 7 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.
l . 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.
01269708 WORK RESTRICTIONS 01 140 - 2
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
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
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:
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
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 grater 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
01269708 WORK RESTRICTIONS 01 140 - 3
12/10
QUAKER AVENUE —FM 1585 TO 1 14TH STREET
SECTION 01310
PROGRESS SCHEDULES
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to Work of this Section.
1.2
SECTION
INCLUDES
A.
Format.
B.
Content.
C.
Revisions to schedules.
D.
Submittals.
1.3
RELATED SECTIONS
A.
Section 01027 - Applications for Payment.
B.
Section 01100 - Summary of Work.
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 1 1 inches.
D.
Maintain monthly updates to schedule.
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.
01269708 PROGRESS SCHEDULES 01310 - 1
12/10
QUAKER AVENUE — FM 1585 TO 114 "' STREET
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.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01269708 PROGRESS SCHEDULES 01310 - 2
12/10
x QUAKER AVENUE — FM 1585 TO 1 l 4T" STREET
SECTION 01322
PHOTOGRAPHIC DOCUMENTATION
PART 1-GENERAL
L] RELATED DOCUMENTS
' A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 -
General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. This Section includes administrative and procedural requirements for the following:
I . Preconstruction photographs.
2. Periodic construction photographs.
3. Preconstruction videotapes.
4. Periodic construction videotapes.
1.3 RELATED SECTIONS
A. Division l Section "Unit Prices" for procedures for unit prices for extra photographs.
B. Division 1 Section "Submittal Procedures" for submitting construction photographs.
1.4 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
i_ point), and elevation or story of construction.
2. Digital Images: Submit a complete set of digital image electronic files with each
f" ` 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
01269708 PHOTOGRAPHIC DOCUMENTATION 01322 - l
l2/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
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
01269708 PHOTOGRAPHIC DOCUMENTATION 01322 - 2
12/10
I" QUAKER AVENUE — FM 1585 TO 11 4T" STREET
SECTION 01330
SUBMITTAL PROCEDURES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division l -
General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. This Section 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 l 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.
01269708 SUBMITTAL PROCEDURES 01330 - l
l2/10
QUAKER AVENUE— FM 1585 TO 114T" STREET i
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 1.4.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.
I. 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
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.
01269708
12/10
d. Destination (To:).
C. Source (From:).
f. Names of subcontractor, manufacturer, and supplier.
g. Category and type of submittal.
h. Submittal purpose and description.
i. Submittal and transmittal distribution record.
SUBMITTAL PROCEDURES
01330 - 2
QUAKER AVENUE — FM 1585 TO 114T" STREET
j. Remarks.
k. Signature of transmitter.
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.
I. Use for Construction: Use only final submittals with mark indicating action taken by
�- Owner or Engineer in connection with construction.
PART 2 - 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 additional 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
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.
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.
01269708 SUBMITTAL PROCEDURES 01330 - 3
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET 11
2.2 INFORMATIONAL SUBMITTALS
A. Manufacturer's Instructions: Prepare written or published information that documents
r
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.
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.
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.
Y
j
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,
J
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".
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.
01269708 SUBMITTAL PROCEDURES 01330 - 4
12/10
QUAKER AVENUE — FM 1585 TO 114TH STREET
3.2 OWNER'S AND ENGINEER'S ACTION
A. General: Owner or Engineer will not review submittals 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:
1. 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
01269708 SUBMITTAL PROCEDURES 01330 - 5
12/10
,.�� ��.,_n, ,------------, ----_�
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
SECTION 01356
STORM WATER POLLUTION PREVENTION PLAN (SWP3)
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division l -
General Requirements apply to Work of this Section.
1.2 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
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
I. Stabilized access to and from the construction site shall be installed as soon as
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.
01269708 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - l
12/10
QUAKER AVENUE — FM 1585 TO 1 14TH STREET
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.
Stabilization measures shall be implemented in accordance with the SWP3.
Uj,
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:
01269708 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 2 [..
12/10
QUAKER AVENUE — FM 1585 TO l l 4T" STREET
i
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''
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
.lull 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 (NO]) form must be submitted a minimum of 48 hours prior
to start of construction. No work will be permitted until NO] 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.
01269708 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 3
12/10
KER AVENUE — FM 1585 TO 114' STREET
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 NO] and NOT.
END OF SECTION
�i
01269708 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 4
12/I0
QUAKER AVENUE —FM 1585 TO 1 14"' STREET
SECTION 01400
QUALITY REQUIREMENTS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I -
General Requirements apply to Work of this Section.
1.2 SUMMARY
A. This Section includes administrative and procedural requirements for quality assurance and
quality control.
B. Construction materials testing services are required by the Contractor in order for the
Engineer to verify compliance with requirements specified or indicated. These services do
not relieve the Contractor of responsibility for compliance with the Contract Document
requirements.
1. Specific quality -control requirements for individual construction activities are
specified in the sections that specify those activities. Requirements in those Sections
may also cover production of standard products.
2. Specified tests, inspections, and related actions do not limit Contractor's quality -
control procedures that facilitate compliance with the Contract Document
requirements.
1.3 DEFINITIONS
A. Construction Materials Testing (CMT): CMT includes collecting of samples, performing
well-defined test procedures, and reporting of such data. The Contractor will provide CMT
for this project.
1. 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.
B. 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.
1. 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.
.. 01269708 QUALITY REQUIREMENTS 01400 - 1
12/10
AKER AVENUE — FM 1585 TO 1 14T" STREET
1.4 SUBMITTALS
A. Qualification Data: For individuals employed by Contractor who will perform testing as
required by the various specification Sections, submit at least 30 days prior to being used
on the project the capabilities and experience of such individuals and the types of tests that
the individual is qualified to perform. For outside testing agency employed by Contractor,
submit at least 30 days prior to being used on the project the name, address and manager of
such testing agency and the types of tests that the agency is qualified to perform. Such
testing agency shall be acceptable to Owner prior to being used on the project.
B. Reports: Prepare and submit written reports within 14 days following the date of the test
that include the following:
1. Date of issue.
2. Project title and number.
3. Name, address and telephone number of testing agency. If individual employed by
Contractor, use Contractor's name, address and telephone number.
4. Dates and locations of samples and tests.
5. Names of individuals making tests.
6. Description of the work and test method.
7. Identification of material, product and specification Section.
8. Complete test data.
9. Test results.
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 preconstruction testing with
specified requirements for performance and test methods. The Contractor shall not perform
preconstruction testing except through a third -party testing agency.
F. Testing Agency Responsibilities: Submit written report containing the results of each test
to Contractor. State in each report whether tested work passes or fails the specified
Contract Document requirements and the applicable specification section.
1.5 QUALITY CONTROL
A. Owner Responsibilities: Where quality -control services are indicated as Owner's or
Engineer's responsibility, such services may be performed by Owner's own forces or by a
qualified testing agency to perform these services.
1. Owner or Engineer will furnish Contractor with names, addresses and telephone
numbers of testing agencies engaged by Owner.
01269708
12/10
QUALITY REQUIREMENTS
01400 - 2
'i�
QUAKER AVENUE — FM 1585 TO 114TH STREET
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.
3. Results from tests performed by Owners forces or third party testing agency remain
the property of the Owner. The third party agency personnel are obligated to report
results of such tests only to the Owner or Engineer, not the Contractor. The Owner
or Engineer shall inform the Contractor of such results at their discretion.
4. The Owner shall notify the Contractor of reported deficiencies revealed by the above
inspections and observations. The Contractor shall correct such deficiencies. Should
' such deficiencies remain uncorrected, then the amount of the work represented by
the deficiencies will be deemed as not conforming to the requirements of the
contract documents and the specifications.
B. Contractor Responsibilities: Provide quality control services required in the various
specification Sections.
1. Where third -party testing agency is engaged by Contractor, notify testing agency
sufficiently in advance of the time and date when work that requires testing will be
performed.
.r 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
4' 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
j 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
i 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.
01269708 QUALITY REQUIREMENTS 01400 - 3
12/10
t`
i
4
QUAKER AVENUE — FM l 585 TO 1 14TH STREET
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.
E. Associated Services: Cooperate with agencies performing required tests, inspections, and
similar quality -control services, and provide reasonable auxiliary services as requested.
Notify agency sufficiently in advance of operations to permit assignment of personnel.
Provide the following:
1. Access to the Work.
2. Incidental labor and facilities necessary to facilitate tests and inspections.
3. Adequate quantities of representative samples of materials that require testing and
inspecting. Assist agency in obtaining samples.
4. Facilities for storage and field -curing of test samples.
5. Additional associated services required of Contractor for testing access are listed in
the specification Sections.
6. Delivery of samples to testing agencies.
7. Preliminary design mix proposed for use for material mixes that require control by
testing agency.
8. Security and protection for samples and for testing and inspecting equipment at
Project site.
F. Coordination: Coordinate sequence of activities to accommodate required quality
assurance and quality control services with a minimum of delay and to avoid necessity of
removing and replacing construction to accommodate testing and inspecting.
1. Schedule times for tests, inspections, obtaining samples, and similar activities.
2. Notify Owner's Representative at least 1 day prior to when testing of any kind is to
be performed.
G. Schedule of Tests and Inspections: Prepare a preliminary schedule of tests, inspections, and
similar quality -control services required by the Contract Documents. Submit schedule
within 30 days of date established for Notice to Proceed.
1. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each
party involved in performance of portions of the Work where tests and inspections
are required.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
3.1 REPAIR AND PROTECTION
A. General: On completion of testing, inspecting, sample taking, and similar services, repair
damaged construction and restore substrates and finishes.
1. Provide materials and comply with installation requirements specified in other
Sections of these Specifications. Restore patched areas and extend restoration into
adjoining areas in a manner that eliminates evidence of patching.
01269708 QUALITY REQUIREMENTS 01400 - 4
I2/10
QUAKER AVENUE — FM 1585 TO l 14"' STREET
B. Protect construction exposed by or for quality -control service activities.
C. Repair and protection are Contractor's responsibility, regardless of the assignment of
responsibility for quality -control services.
END OF SECTION
01269708 QUALITY REQUIREMENTS 01400 - 5
12/10
QUAKER AVENUE— FM 1585 TO 114T" STREET
SECTION 01420
REFERENCES
PARTI-GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division l -
General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Summary of Industry Standards.
1.3 DEFINITIONS
A. General: Basic Contract definitions are included in the Conditions of the Contract.
B. "Approved": The term "approved," when used to convey Owner's or Engineer's action on
Contractor's submittals, applications, and requests, is limited to Owner's or Engineer's
duties and responsibilities as stated in the Conditions of the Contract.
C. "Directed": Terms such as "directed," "requested," "authorized," "selected," "approved,"
"required," and "permitted" mean directed by Owner or Engineer, requested by Owner or
Engineer, and similar phrases.
D. "Indicated": The term "indicated" refers to graphic representations, notes, or schedules on
Drawings or to other paragraphs or schedules in Specifications and similar requirements in
the Contract Documents. Terms such as "shown," "noted," "scheduled," and "specified" are
used to help the user locate the reference.
E. "Regulations": The term "regulations" includes laws, ordinances, statutes, and lawful
orders issued by authorities having jurisdiction, as well as rules, conventions, and
agreements within the construction industry that control performance of the Work.
F. "Provide": The term "provide" means to furnish and install, complete and ready for the
intended use.
G. "Installer": An installer is the Contractor or another entity engaged by Contractor as an
employee, Subcontractor, or Sub -subcontractor, to perform a particular construction
operation, including installation, erection, application, and similar operations.
H. "Project site" is the space available for performing construction activities.
1.4 INDUSTRY STANDARDS
A. Applicability of Standards: Unless the Contract Documents include more stringent
requirements, applicable construction industry standards have the same force and effect as
if bound or copied directly into the Contract Documents to the extent referenced. Such
standards are made a part of the Contract Documents by reference.
01269708 REFERENCES 01420 - l
12/10
AKER AVENUE — FM 1585 TO 114'" STREET
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
minimum within reasonable limits. To comply with these requirements, indicated
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.org
ACI American Concrete Institute/ACI International (248) 848-3700
www.aci-int.org
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
www.aia.orp
AISC
American Institute of Steel Construction, Inc.
(800) 644-2400
www.aisc.ort?
(312) 670-2400
AISI
American Iron and Steel Institute
(202) 452-7100
www.steel.or
ANSI
American National Standards Institute
(212) 642-4900
www.ansi.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
www.astm.or
AWWA
American Water Works Association
(800) 926-7337
www.awwa.or
(303) 794-7711
01269708 REFERENCES 01420 - 2
12/10
QUAKER AVENUE — FM 1585 TO 114T' STREET
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.orQ
CS]
Construction Specifications Institute (The)
(800) 689-2900
www.csinet.or
(703) 684-0300
EJMA
Expansion Joint Manufacturers Association. Inc.
(914) 332-0040
www.ejma.org
FM
Factory Mutual System
(See FMG)
FMG
FM Global
(401) 275-3000
(Formerly: FM - Factory Mutual System)
www.fmglobal.com
GR1
Geosynthetic Research Institute
(610) 522-8440
www.drexel.edu/gri
NRMCA
National Ready Mixed Concrete Association
(301) 587-1400
www.nrmca.or
NSA
National Stone, Sand and Gravel Association
(800) 342-1415
www.aggre ates.org
(703) 525-8788
PCI
Precast/Prestressed Concrete Institute
(312) 786-0300
www.pci.org
SDI
Steel Deck Institute
(847) 458-4647
www.sdj,gM
TPl
Turfgrass Producers International
(800) 405-8873
www.turfgrasssod.org
(847) 705-9898
UL
Underwriters Laboratories Inc.
(800) 704-4050
www.ul.com
(847) 272-8800
01269708 REFERENCES 01420 - 3
12/10
f__
UAKER AVENUE — FM 1585 TO 11 4rn STREET
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
of the entities in the following list. Names, telephone numbers, and Web site addresses are
I
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. 800 214-4321
www.bocai.org (708) 799-2300
CABO Council of American Building Officials
(See ]CC)
]APMO International Association of Plumbing and (909) 472-4100
Mechanical Officials (The)
www.iapmo.org
[( lg
ICBO International Conference of Building ( ) Officials 800 284-4406
www.icbo.org (562) 699-0541
]CC International Code Council (703) 931-4533
(Formerly: CABO - Council of American
Building Officials)
www.iccsafe.ora
SBCCI Southern Building Code Congress International, (205) 591-1853
Inc.
www.sbcci.org
E. Abbreviations and Acronyms for Government Agencies: Where abbreviations and
acronyms are used in Specifications or other Contract Documents, they shall mean the
1
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.
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�
www.epa.gov
FED -STD Federal Standard
(See FS)
FS Federal Specification
(Available from DOD, GSA, and NIBS)
11
01269708 REFERENCES 01420 - 4
12/10
i
UAKER AVENUE — FM 1585 TO 114TH STREET
N1ST 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.osha.m
TCEQ Texas Commission on Environment Quality
(806) 796-7092
www.tceq.state.tx.us
(512) 239-1000
TxDOT Texas Department of Transportation
(806) 745-4411
www.dot.state.tx.us
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01269708 REFERENCES 01420 - 5
12/10
+' QUAKER AVENUE — FM 1585 TO 114T" STREET
SECTION 01500
TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division l -
General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. This Section includes requirements for temporary facilities and controls, including
temporary utilities, support facilities, and security and protection facilities.
B. Temporary utilities include, but are not limited 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:
l . 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:
I. Environmental protection.
2. Stormwater control.
3. Barricades, warning signs and lights.
1.3 RELATED SECTIONS
A. Section 01356, "Stormwater Pollution Prevention".
B. Section 01555, `Barricades, Signs and Traffic Handling".
C. Section 02741, "Hot -Mix Asphalt Paving" for construction and maintenance of asphalt
paving for temporary roads and paved areas.
1.4 USE CHARGES
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:
l . Owner.
2. Owner's forces.
3. Engineer.
4. Resident Project Representative.
01269708 TEMPORARY FACILITIES AND CONTROLS 01500 - l
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
5. Testing agencies.
6. Personnel of authorities having jurisdiction.
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.
1.5 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.
1.6 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.
PART 2 - 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. 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.
C. 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.
01269708 TEMPORARY FACILITIES AND CONTROLS 01500 - 2
I!
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
3.2 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
company recommendations.
I . 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.
I. 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.
I . 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.
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.
G. High Speed Internet Service — Provide temporary high speed internet connection
t 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.
01269708 TEMPORARY FACILITIES AND CONTROLS 01500 - 3
12/10
QUAKER AVENUE —FM 1585 TO 114T" STREET
i
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.
,
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
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.
1. Provide project signs to be placed at both ends of corresponding project limits.
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. Gateway Streets.
d. Contractor: (include name of contractor and location of their main
l
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 primer.
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,
1-1
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.
3
F. Common -Use Field Office: Provide an insulated, weathertight, air-conditioned and heated
5
CA
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
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.
01269708 TEMPORARY FACILITIES AND CONTROLS 01500 - 4
r
�
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
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.
I. 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
01269708 TEMPORARY FACILITIES AND CONTROLS 01500 - 5
12/10
QUAKER AVENUE — FM 1585 TO 1 14TH STREET
SECTION 01555
BARRICADES, SIGNS AND TRAFFIC HANDLING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I -
General Requirements apply to Work of this Section.
1.2 DESCRIPTION
A. This Item shall govern for providing, installing, moving, replacing, maintaining, cleaning
and removing upon completion of work, all barricades, portable barriers, signs, portable
changeable message signs, cones, lights and other such type devices and of handling traffic
as indicated on the plans or as directed by the Engineer or Owner.
PART 2 - PRODUCTS
2.1 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 (NCHRP) 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 the 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.
01269708 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 1
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
3.2 MAINTENANCE
A. All retroreflective traffic control devices such as barricades, vertical panels, signs, etc.,
shall be maintained by cleaning, replacing or a combination thereof such that during
darkness and rain the retroreflective characteristics shall equal or exceed the retroreflective
characteristics of traffic industry standard reflective panels.
END OF SECTION
01269708 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 2
12/10
QUAKER AVENUE — FM 1585 TO 1 14TH STREET
SECTION 01576
WASTE MATERIAL DISPOSAL
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I -
General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. 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.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
3.] 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.
01269708 WASTE MATERIAL DISPOSAL 01576 - 1
12/10
QUAKER AVENUE — FM 1585 TO 1 1 4TH STREET
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).
S. 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 http://soiidwaste.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
01269708 WASTE MATERIAL DISPOSAL 01576 - 2
12/10
QUAKER AVENUE — FM 1585 TO 114'H STREET
SECTION 01600
PRODUCT REQUIREMENTS
PART1-GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Products.
B. Transportation and handling.
C. Storage and protection.
D. Product options.
E. Substitutions.
1.3 RELATED SECTIONS
A. Information to Bidders: Product options and substitution procedures.
B. 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.
01269708 PRODUCT REQUIREMENTS 01600 - 1
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
Fill
B. Storage
l . 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 off site 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.
i
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". L...,j
B. Substitutions may be considered when a product becomes unavailable through no fault of the
Contractor. ( 1
C. Document each request with complete data substantiating compliance of proposed Substitution ,U{
with Contract Documents.
D. A request constitutes a representation that the Bidder:
1. Has investigated proposed product and determined that it meets or exceeds the quality
level of the specified product.
2. Will provide the same warranty for the Substitution as for the specified product.
3. Will coordinate installation and make changes to other Work which may be required for ( 1
the Work to be complete with no additional cost to Owner. l
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.
01269708 PRODUCT REQUIREMENTS 01600 - 2
12/10
QUAKER AVENUE —FM 1585 TO 1 14T" STREET
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 - EXECUTION
Not Used
END OF SECTION
01269708 PRODUCT REQUIREMENTS 01600 - 3
12/10
QUAKER AVENUE — FM 1585 TO 1 l 4TH STREET
SECTION 01700
CONTRACT CLOSEOUT
PART 1 - GENERAL
1.1
RELATED
DOCUMENTS
A.
Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to Work of this Section.
1.2
SECTION
INCLUDES
A.
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.
01269708 CONTRACT CLOSEOUT 01700 - 1
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET I-]
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
01269708 CONTRACT CLOSEOUT 01700 - 2
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
SECTION 02050
REMOVAL, DEMOLITION AND SALVAGE
PART] -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Disconnecting and capping of identified utilities.
1.3 RELATED SECTIONS
A. Section 01040 - Coordination and Meetings
B. Section 01600 - Material and Equipment.
C. Section 01700 - Contract Closeout: Project record documents.
1.4 JOINT INSPECTION
A. Prior to demolition, a joint inspection by the Owner, Engineer and Contractor will be made to
determine condition of existing structures adjacent to items being demolished. Adjacent
structures damaged by demolition operations must be restored satisfactorily at no expense to the
Owner.
1.5 PROJECT RECORD DOCUMENTS
A. Submit under provisions of Section 01700.
B. Accurately record actual locations of capped utilities and subsurface obstructions.
1.6 QUALIFICATIONS
A. Experience in performing the Work of this Section.
1.7 DISPOSITION OF MATERIALS AND EQUIPMENT
A. Ownership of Material and Equipment
1. Certain materials and equipment may be designated for reuse or salvage and will remain
the Owner's property. If the designated items are damaged during demolition, handling
or storage, the items must be restored satisfactorily at no expense to the Owner.
2. Materials and equipment not designated for reuse or salvage become the Contractor's
property.
B. Disposal. All materials and equipment not designated for reuse or salvage shall be disposed of
by the Contractor at no expense to the Owner.
C. Reuse. Other items may be designated for reuse as directed by the Owner's Representative.
01269708 REMOVAL, DEMOLITION AND SALVAGE 02050 - 1
12/10
)UAKER AVENUE — FM 1585 TO 1 14T" STREET
1.8 REGULATORY REQUIREMENTS
A. Conform to applicable code for demolition of structures, safety of adjacent structures, dust
control, runoff control and disposal.
B. Obtain required permits from authorities.
C. Notify affected utility companies before starting work and comply with their requirements.
D. Do not close or obstruct roadways, sidewalks or hydrants without permits.
E. Conform to applicable regulatory procedures when discovering hazardous or contaminated
materials.
1.9 SCHEDULING
A. Schedule work under the provisions of Section 01300.
B. Schedule Work to coincide with new construction.
C. Describe demolition removal procedures and schedule.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
3.1 PREPARATION pill,
A. Provide, erect, and maintain temporary barriers and security devices.
B. Protect existing landscaping materials, appurtenances and structures which are not to be
demolished.
C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring.
D. Mark location of utilities.
3.2 PROTECTION OF PERSONS AND PROPERTY
A. The Contractor is responsible for providing protection of persons and property, including safe
working conditions throughout work progress.
B. Minimize the spread of dust and flying particles. Execute demolition in a manner to prevent
damage from falling debris or other sources to Owner's property or adjacent property.
C. Do not interfere with use of adjacent structures; maintain free and safe access at all times.
Guard against movement or settlement of adjacent structures. The Contractor is responsible for
safety and integrity of adjacent structures and, consequently, is liable for any movement or
settlement and any resulting injuries or damage. Provide proper bracing and shoring necessary
for support. If safety of adjacent buildings appears to be endangered, cease operations. Do not IJ
resume demolition until proper protective measures have been taken.
_1
s �
01269708 REMOVAL, DEMOLITION AND SALVAGE 02050 - 2
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
3.3 DEMOLITION REQUIREMENTS
A. Conduct demolition to minimize interference with adjacent structures.
B. Cease operations immediately if adjacent structures appear to be in danger. Notify Engineer. Do
not resume operations until directed.
C. Conduct operations with minimum interference to public or private accesses. Maintain
protected egress and access at all times.
D. Obtain written permission from adjacent property owners when demolition equipment will
traverse, infringe upon or limit access to their property.
E. Sprinkle Work with water to minimize dust. Provide hoses and water connections for this
purpose.
3.4 BLASTING
A. Blasting is not permitted on this project.
3.5 FIRES
A. Fires are not permitted on this project.
3.6 UTILITY SERVICES
A. Disconnecting
Seal abandoned storm or sanitary sewers with concrete or by another approved method.
B. Interruption
When temporary interruption of utility service to an occupied building is required by the work,
properly coordinate the outage to prevent untimely or damaging interruptions.
3.7 DEMOLITION
A. Disconnect, remove and cap designated utilities within demolition areas.
B. Remove foundation walls and footings to a minimum of four feet below finished grade 10 feet
beyond area of new construction.
C. Remove concrete slabs on grade.
D. Remove materials to be re -installed or retained in manner to prevent damage. Store and protect
in accordance with requirements of Section 01600.
E. Rough grade and compact areas affected by demolition to maintain site grades and contours.
F. Remove demolished materials from site.
G. Do not burn or bury materials on site. Leave site in clean condition.
H. Remove all temporary work.
3.8 GENERAL WORK ITEMS
A. Contractor may use equipment and materials necessary to properly complete the demolition.
Operational procedures are at the Contractor's option but must not interfere with the execution
,_. of other work. Materials or equipment designated for reuse or salvage shall be carefully
removed, transported and stored in approved storage areas.
B. Structures. Remove structures entirely, including footings, contents, attachments and
improvements. Carefully remove and lower structural steel.
01269708 REMOVAL, DEMOLITION AND SALVAGE 02050 - 3
12/10
P .#
QUAKER AVENUE — FM 1585 TO 1 14T" STREET l
C. Removing and Replacing Concrete. Use these procedures where existing concrete must be
removed to facilitate operations but will be replaced subsequently.
1. Make initial cut with a concrete saw exercising care to avoid cutting reinforcement.
2. After removing concrete, cut cross bars at center of breakout and bend back.
3. Before replacing concrete, bend bars back to the original position and provide a splice
bar for each cut bar. Splice bars must be the size of cut bars and of a length to lap each
cut end a minimum of 20 diameters of the bar, unless restricted by the job conditions.
4. Immediately before placing new concrete, thoroughly clean old concrete and apply a
heavy coat of bonding agent.
5. Replace concrete as specified in Division 3 - Concrete.
D. Backfill
1. Backfill holes or other hazardous openings resulting from demolition with an approved
material to the density of adjacent soil as specified in the section describing Earthwork.
2. Backfilling with rubbish or burying on the site is not permitted.
E. Cleaning. Keep the work areas free of accumulated debris. Materials and equipment that are not
for reuse of salvage must be removed from the site daily, unless otherwise approved.
3.9 MECHANICAL WORK ITEMS
A. Remove existing mechanical work items to the extent necessary to accommodate new work.
j
3.10 ELECTRICAL WORK ITEMS
A. Unless otherwise noted, remove all electrical materials and equipment from areas indicated for
demolition and from site.
B. Remove existing conduit to the extent necessary to accommodate new work or to a minimum of
5 feet beyond area indicated for demolition, whichever is greater.
C. Remove all wiring from abandoned conduit.
D. Sea] abandoned conduits.
E. Existing electrical services and controls to items being removed must be disconnected.
3.11 SCHEDULES
A. No salvage material or equipment shall be reused on the project unless specifically provided for
in the Specifications or so noted on the drawings.
END OF SECTION
01269708 REMOVAL, DEMOLITION AND SALVAGE
12/10
02050 - 4
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
SECTION 02151
TRENCH SAFETY SYSTEMS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. This section of the specifications covers trench safety systems for trench excavations greater
than five feet in depth. All work performed under this section shall also comply with OSHA
Part 1926. Subpart P and all State and Local codes.
B. The Contractor shall be responsible for complying with the requirements of the specifications,
drawings and all applicable codes. The Contractor shall immediately notify the Engineer of any
unforeseen field conditions which might affect the integrity of the trench safety system.
1.3 RELATED SECTIONS
A. Appendix, Excerpts from OSHA Subpart P.
1.4 SCOPE OF WORK
A. The scope of work includes but is not limited to trench and excavation safety systems either by
cut back method or braced excavation method for all trenches five feet and deeper whether
indicated on the drawings or required by actual field conditions. Trenches not exceeding five
feet in depth shall be protected as required by OSHA, State and Local standards.
B. Alternative methods of trench safety may be submitted for approval to the Engineer, however
alternative methods will not be reviewed or approved prior to bid opening.
1.5 SUBMITTALS
Provide detail drawings for proposed trench safety systems. Clearly identify where each system is
proposed for use and type of system to be used. Trench excavations cannot be started until trench
safety systems have been submitted and approved by the Engineer.
A. Trench Boxes - Submit manufacturer's standard data sheet and certificate of compliance signed
by a registered engineer stating the maximum allowable depth for the given design pressure for
each type of trench box proposed for use.
B. Alternative Systems - If alternative systems composed of steel, aluminum, wood or a
combination of materials are proposed, submit design calculations signed by a registered
engineer showing all member properties, design strengths and any stress increases used with
justification for their use.
01269708 TRENCH SAFETY SYSTEMS 02151 - 1
12/10
QUAKER AVENUE — FM 1585 TO 1 14TH STREET
1.6 QUALITY ASSURANCE
A. Trench safety systems shall be designed based on actual field conditions. The Contractor shall
review and determine the field conditions for the project.
B. Work shall be performed by forces having at least two years experience with similar types of
trench safety systems. All prefabricated items used in trench safety systems shall be
manufactured by a company with at least two years experience in fabricating the items.
C. The Contractor shall be responsible for complying with all trench safety requirements and for
the safety of trenches and excavations.
PART 2-PRODUCTS
Provide suitable materials capable of withstanding imposed loads without excessive deflections.
Materials shall be clean, free of rust, holes, knots and other defects.
A. Steel - Steel shall be of type and thickness as required by design and shall have a minimum
yield stress of Fy = 36000 psi.
B. A Iuminum - Type 6061-T6, thickness as required by design.
C. Wood in Contact with Earth - Pressure treated soft woods or untreated hardwoods.
D. Wood not in Contact with Earth - Soft or hardwood as required by design.
PART 3 - EXECUTION
3.1 JOB CONDITIONS
A. Prior to starting trench excavations, the Contractor shall examine all site conditions and note
any conditions in existing pavements, structures and other items which may be adversely
affected by trenching operations. Prepare a written list of all such conditions and submit the list
to the Engineer. During trenching operations note any changes which occur to existing
pavements or structures and submit a written report to the Engineer of all such changes.
3.2 EXISTING UTILITIES
A. Prior to starting trench excavations, chart and field locate all existing utilities. Notify owners of
all utilities of work to be performed. Protect all existing utilities from damage. Provide
additional support for utility lines which cannot span trench width. Do not interrupt existing
services without written approval by the Engineer and the utility owner.
B. Repair all sewer line damaged by the Contractor using CT adaptors (eccentric) and schedule 40
PVC sewer pipe.
3.3 PREPARATION
A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by
settlement, lateral movement, undermining, washout, and other hazards that could develop
during excavation support and protection system operations.
1. Shore, support, and protect utilities encountered.
B. Install excavation support and protection systems to ensure minimum interference with roads,
streets, walks, and other adjacent occupied and used facilities.
01269708 TRENCH SAFETY SYSTEMS 02151 - 2
12/10
i
....
QUAKER AVENUE — FM 1585 TO ] ] 4T" STREET
1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities
without permission from Owner and authorities having jurisdiction. Provide alternate
A routes around closed or obstructed traffic ways if required by governing regulations.
C. Locate excavation support and protection systems clear of permanent construction and to permit
forming and finishing or concrete surfaces.
M' D. Monitor excavation support and protection systems daily during excavation progress and for as
long as excavation remains open. Promptly correct bulges, breakage, or other evidence of
movement to ensure excavation support and protection systems remain stable.
E. Promptly repair damages to adjacent facilities caused by installing excavation support and
protection systems.
3.4 TRENCHING PROCEDURES
Provide shoring systems in accordance with the submitted design to adequately resist earth pressures
indicated on the drawings.
A. Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible after
opening trenches. Do not allow workers in trench prior to installing trench bracing systems.
B. Backfill trenches as soon as possible after completion of work.
C. Stockpile excavated materials at three feet away from edge of trench.
D. Maintain barricades and signage as required by State and Local codes to protect open
excavations.
E. Do not allow surface water to enter excavations. Properly grade areas adjacent to trench
excavations to control surface drainage away from excavations. Excavations which must remain
open during periods of rainfall shall be covered with suitable material to prevent accumulations
of water in excavation.
F. If cut back method is employed, maintain a clear distance of three feet from edge of cut to avoid
allowing loose material to enter trench.
G. Do not operate heavy equipment except for trench digging equipment within twenty feet of
edge of excavation.
END OF SECTION
r
01269708 TRENCH SAFETY SYSTEMS 02151 - 3
12/10
t
QUAKER AVENUE — FM 1585 TO 114"' STREET
SECTION 02221
REMOVING EXISTING PAVEMENTS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 -
General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. This section of the specifications 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.
PART 2 - 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.
01269708 REMOVING EXISTING PAVEMENTS 02221 - 1
12/10
-- 3
QUAKER AVENUE — FM ] 585 TO ] l 4T" STREET
3.2 PROTECTION
A. Protect the following from damage or displacement:
l . 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.
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 ]-foot of steel length shall be cleaned of all old concrete and left in place to tie
into the new construction where applicable.
1. Existing asphalt pavement and caliche base shall be salvaged and delivered to stockpile
area at 8425 North Ave. 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
01269708 REMOVING EXISTING PAVEMENTS
12/10
02221 -2 j
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
SECTION 02300
EARTHWORK
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 -
General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. 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,
flexible base, topsoil placement, and 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. Section 01400 — Quality Requirements.
B. Section 01500 - Temporary Facilities and Controls.
C. Section 02260 - Excavation Support and Protection.
D. Section 02317 — Excavation and Backfill for Structures.
E. Section 02318 — Borrow.
F. 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 fl — 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 t)
ASTM D1586 (1999) Penetration Test and Split -Barrel Sampling of Soils
01269708 EARTHWORK 02300 - 1
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET i
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 DEFfMT1ONS
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
Engineer. Additional excavation and replacement material will be paid for according
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.
1. Utilities: Include on -site underground pipes, conduits, ducts, and cables.
J. Suitable Material: Suitable soil materials are those meeting specification requirements.
Unsuitable soils meeting specification requirements for suitable soils after treatment with
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
shall be notified of any contaminated materials.
L. Cohesionless and Cohesive Materials: Cohesionless materials include materials classified
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.
01269708
12/10
EARTHWORK
EF
02300 - 2
UAKER AVENUE — FM 1585 TO l 14T" STREET
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
I . 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.
I. 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:
l . 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.
01269708 EARTHWORK 02300 - 3
12/10
QUAKER AVENUE— FM 1585 TO 114TH STREET
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 s
When tested in accordance with Tex-] 16-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 [Jill
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 l_
lime or caliche screenings. The conditioning shall produce a uniform subgrade material
which meets all of these specified subgrade requirements. 1,
IJ
2.2 ACCESSORIES
A. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for 1 '
marking and identifying underground utilities uncovered during prosecution of the work, 6 t--
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.
it
01269708 EARTHWORK 02300 - 4
12/10
QUAKER AVENUE— FM 1585 TO 1 14T" STREET
t:
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.
01269708
12/10
EARTHWORK
02300 - 5
AKER AVENUE — FM 1585 TO 114T" STREET
3.5 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
Modified 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.
3.6 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 Modified Proctor Density at a moisture content within 2% of optimum in accordance to
ASTM D698.
3.7 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 98% of Modified 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.
I
01269708 EARTHWORK 02300 - 6
�i
12/10
e_t
r,
QUAKER AVENUE — FM 1585 TO 1 l 4TH STREET
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.
3.8 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.
3.9 UTILITY TRENCH BACKFILL
A. Refer to Section 02317 — Excavation and Backfill for Structures.
3.10 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 l 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.
3.11 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.
3.12 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
t compacted by hand -operated tampers.
B. Each layer of backfill or fill material should be compacted to a minimum of 95% of
Modified Proctor Density at a moisture content within 2% of optimum.
r. _.
1 01269708 EARTHWORK 02300 - 7
l2/10
w
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
FJ
3.13 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.
3.14 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.
3.15 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.
I. Restore appearance, quality, and condition of finished surfacing to match adjacent
work, and eliminate evidence of restoration to the greatest extent possible.
01269708 EARTHWORK 02300 - 8
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
3.16 DISPOSAL OF SURPLUS AND WASTE MATERIALS
A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory
soil, trash, and debris, and legally dispose of it off Owner's property according to Section
01576 — Waste Material Disposal.
END OF SECTION
01269708 EARTHWORK 02300 - 9
12/10
. �' , -r � 1
QUAKER AVENUE — FM 1585 TO l l 4TH STREET
SECTION 02317
EXCAVATION AND BACKFILL 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 includes information on excavation, trenching,
foundation, embedment, and backfill for installation of structures, including storm sewers,
culverts, manholes 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.
01269708 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 1
12/10
QUAKER AVENUE— FM 1585 TO 114r" STREET
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.
1. 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
17
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 i
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.
l�
01269708 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 2 1t
12/10
QUAKER AVENUE — FM 1585 TO l l 4TH STREET
1.6
1.7
H. TxDOT Tex- 101-E - Preparation of Soil and Flexible Base Materials for Testing.
1. TxDOT Tex-] 10-E - Determination of Particle Size Analysis of Soils.
J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and
Health Administration (OSHA).
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.
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 all field density tests results.
G. Submit laboratory density compaction curves for each material.
H. Submit 28 day compressive strength of flowable fill.
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.
PART2-PRODUCTS
2.1 EQUIPMENT
A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the
requirements of this Section.
01269708 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 3
12/10
QUAKER AVENUE — FM 1585 TO 114T1 STREET
1.
B. Use only hand -operated tamping equipment until a minimum cover of 12 inches is
obtained over pipes, conduits, and ducts. Do not use heavy compacting equipment until
adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use
vibratory equipment until 5 feet of cover over pipes, conduits and ducts is obtained. Do not
use vibratory equipment if adjacent structures are affected.
C. Use trench shields or other protective systems or shoring systems which are designed and
operated to achieve placement and compaction of backfll directly against undisturbed z
native soil. r-,
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
damaged, 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 t
Drawings.
r
1{
01269708 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 4 1
12/10
QUAKER AVENUE — FM 1585 TO 1 14TH STREET
3.3
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.
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.
01269708 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 5
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
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.
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 flowable 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
to fill all voids with flowable 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. Flowable 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 flowable backfill has been
placed shall not commence until the in -place flowable 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 flowable backfill,
but a measure of the degree of curing of the flowable backfill. After a
penetrometer reading of 30 is obtained on the flowable 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.
01269708 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 6
12/10
QUAKER AVENUE — FM 1585 TO 114T11 STREET
1
B. Provide excavation and trench safety systems at locations and to depths required for testing
and retesting during construction at no additional cost to Owner.
C. Tests will be performed by Contractor on a minimum of three different samples of each
material type for plasticity characteristics, in accordance with ASTM D 4318, and for
gradation characteristics, in accordance with Tex-101-E and Tex-110-E. Additional
classification tests will be performed whenever there is a noticeable change in material
gradation or plasticity.
D. 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.
3. One test on all precast inlet or manhole foundations.
4. The number of tests will be increased if inspection determines that soil type or
moisture content are not uniform or if compacting effort is variable and not
considered sufficient to attain uniform density, as specified.
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
01269708 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 7
12/10
QUAKER AVENUE — FM 1585 TO l 14r" STREET
SECTION 02318
BORROW
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 -
General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. This 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. Section 01400 — Quality Requirements.
B. Section 02300 - Earthwork.
C. Section 02317 - Excavation and Backfill for Structures.
D. 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
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
01269708 BORROW 02318 - 1
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
�J
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; t 1
and cross-section required of the Contractor by the borrow pit owner.
D. Contractor shall arrange for borrow from one of the following sources:
1. Existing borrow pit.
2. New borrow pit. j
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.
i±
< r
01269708 BORROW 02318 - 2
12/10
t
s
QUAKER AVENUE — FM 1585 TO 114T" STREET
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
features and at no time create a potential hazard to the public.
END OF SECTION
01269708 BORROW 02318 - 3
12/10
QUAKER AVENUE — FM 1585TO 114' STREET
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-1 10-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
l . Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both)
conforming to requirements of ASTM C33.
2. Gradation shall conform to ASTM C136 and the following limits.
SIEVE
PERCENT PASSING
3/8"
100
No. 4
95 to 100
No. 8
80 to 100
No. 16
50 to 85
No. 30
25 to 60
No. 50
10 to 30
No. 100
2 to 10
I
01269708 BACKFILL MATERIALS FOR STRUCTURES 02320 - 2 1 Li
12/10
r;
f
f-
QUAKER AVENUE — FM 1585TO 114TH STREET
B. Flowable Fill
l . Cement content 2 sack mix per cubic yard.
2. Water —to -cement ratio = .6 to 0.75.
3. Maximum aggregate size shall not exceed l .5-inch diameter.
C. Native Soil Material for Backfill
1. Provide backfill material that is free of stones greater than 6 inches, free of roots,
waste, debris, trash, organic material, unstable material, non -soil matter,
hydrocarbon or other contamination.
D. Topsoil
1. Provide topsoil material that is free of stones greater than ]-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.
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 2.1.13. Where material must be imported to bring a trench to grade, then the
material requirements of this section 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
,4 specifications and is of sufficiently uniform properties to allow practical construction and
quality control.
B. Source or Supplier Qualification. Perform testing, or obtain representative tests by
suppliers, for selection of material sources and products. Provide test results for a
minimum of three samples for each source and material type. Tests samples of processed
materials from current production representing material to be delivered. Tests shall verify
that the materials meet specification requirements. Repeat qualification test procedures
- each time the source characteristic changes or there is a planned change in source location
or supplier. Qualification tests shall include, as applicable:
1. Gradation. Complete sieve analyses shall be reported regardless of the specified
control sieves. The range of sieves shall be from the largest particle through the
No. 200 sieve.
2. Plasticity of material passing the No. 40 sieve.
3. Los Angeles abrasion wear of material retained on the No. 4 sieve.
4. Clay lumps.
5. Lightweight pieces
6. Organic impurities
C. Production Testing. Provide reports to the Engineer from an independent testing laboratory
that backfill materials to be placed in the Work meet applicable specification requirements.
01269708 BACKFILL MATERIALS FOR STRUCTURES 02320 - 3
12/10
QUAKER AVENUE — FM 1585TO l 14"i STREET t
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 Engineer before delivery is started. If
sources previously approved do not produce uniform and satisfactory products, furnish
materials from other approved sources. Materials may be subjected to inspection or
additional verification testing after delivery. Materials which do not meet the requirements
of the specifications will be rejected. Do not use material which, after approval, has
become unsuitable for use due to segregation, mixing with other materials, or by
contamination. Once a material is approved by the Engineer, expense for sampling and
testing required to change to a different material will be at the Contractor's expense with
no additional cost to the Owner.
3.2 MATERIAL HANDLING
A. Establish temporary stockpile locations for practical material handling and control, and
verification testing by the Engineer in advance of final placement. Obtain approval from
landowner for storage of backfill material on adjacent private property.
B. When stockpiling backfill material near the project site, use appropriate covers to eliminate
blowing of materials into adjacent areas and prevent runoff containing sediments from
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.
z;
01269708 BACKFILL MATERIALS FOR STRUCTURES 02320 - 4
12/10
UAKER AVENUE — FM 1585TO 114"H STREET
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
01269708 BACKFILL MATERIALS FOR STRUCTURES 02320 - 5
12/10
F]
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
SECTION 02631
STORM SEWER
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to Work of this Section.
1.2
SECTION
INCLUDES
A.
Storm Sewers and appurtenances.
B.
Reinforced concrete pipe.
C.
Reinforced concrete box.
1.3
RELATED
SECTIONS
A.
Section 02300 - Earthwork.
B.
Section 02632 — Cast -In -Place Headwalls and Wingwalls.
C.
Section 03300 - Cast -In -Place Concrete, Concrete Headwalls.
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/ft3 (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.
01269708 STORM SEWER 02631 - 1
12/10
QUAKER AVENUE — FM 1585 TO 1 14T}' STREET
PART 2 - PRODUCTS
2.1 PRECAST CONCRETE
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.
4. Reinforced concrete box culvert shall conform to Item 462 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.
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
must maintain integrity when the wrapper is removed.
5. The flexible joint sealant shall conform to item 464.2.1.4 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. End of Concrete Culvert Headwalls as shown in the plans. 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.
01269708 STORM SEWER 02631 -2
�z
12/10
1
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
3.2 LAYING AND INSTALLING PIPE
A. Install and maintain excavation supports.
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 of the 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.
1. 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. Keep excavations free of water during construction and until final inspection.
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.
N. Construct sloping reinforced headwall as shown in the plans.
3.3 INSTALLATION OF APPURTENANCES
A. Construct manholes to conform to requirements of Section 02082 — Pre -cast Concrete
Manholes and Vaults.
B. Install headwalls and wingwalls to conform to requirements of Section 02632 — Cast -In -Place
Headwalls and Wingwalls. Install inlets and control structures according to the Drawings and
Section 03300 — Cast -In -Place Concrete.
C. Excavate and backfill headwalls, wingwalls, 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 flowable fill at sides and over top of pipe.
01269708 STORM SEWER 02631 - 3
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET �
d_
E. Asphalt Stabilized Base or Cement Stabilized Base should be used for fill over the top of pipe
or box if cover depth is less than 24-inches below pavement structure and should be subsidiary
to culvert and/or storm drain pipe installation. Flowable Fill should conform to TxDOT Item
401 — Flowable Backfill.
F. The material shall be thoroughly consolidated and shovel sliced to eliminate voids near the
pipe.
3.5 CLEANING AND RESTORATION OF SITE
A. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt and
rubbish from the site. Surplus dirt may be deposited in shoulders or as ordered by the Owner.
B. Repair and replace removed or damaged pavement and sidewalks as specified in the following
applicable sections and shown on the drawings:
1. 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.
l
5. Concrete pavement, valley gutter, curb and gutter, driveways, and sidewalks: Section
02751 — Portland Cement Concrete Pavement.
C.
6. Sealing pavement joints: Section 02764 — Pavement Joint Sealants.
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 Se4ction 02920 - Lawns
and Grasses, and Section 02317 — Excavation and Backfill for Structures.
D.
In paved areas, clean street in which storm sewer is placed by rotary broom, or street sweeper,
or both as necessary to remove dirt, rock and debris.
E.
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.
F.
Street cleaning to take place within 10 calendar days after street repairs are complete.
G.
Dispose of dirt, rock and debris from cleaning according to Section 01576 — Waste Material
Disposal.
H.
After all work is completed, the Contractor shall remove all tools and other equipment, leaving
the entire site free, clear and in good condition.
1.
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.
01269708 STORM SEWER 02631 - 4
12/10
i
i
QUAKER AVENUE — FM 1585 TO 1 14T'i STREET
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.
01269708
12/10
END OF SECTION
STORM SEWER
02631 - 5
QUAKER AVENUE —FM 1585 TO l 14T" STREET
SECTION 02632
CAST -IN -PLACE HEADWALLS AND WINGWALLS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division l -
General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Cast -in -place headwalls and wingwalls for storm sewers.
1.3 RELATED SECTIONS
A. Section 03300 - Cast -In -Place Concrete.
1.4 REFERENCES
A. ASTM C 270 - Specification for Mortar for Unit Masonry.
1.5 SUBMITTALS
A. Submittals shall conform to requirements of Section 01330 - Submittal Procedures.
B. Submit shop drawings for approval of design and construction details for cast -in -place
units which differ from units shown on Drawings.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Concrete: Conform to Section 03300 — Cast -in -Place Concrete, unless otherwise indicated
on drawings. Provide color conditioned concrete where indicated on drawings.
B. Reinforcing Steel: Conform to requirements of Section 03300 — Cast -in -Place Concrete.
C. Mortar: Conform to requirements of ASTM C 270, Type S using Portland cement.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify lines and grades are correct.
B. Verify compacted subgrade will support loads imposed by inlets.
01269708 CAST -IN -PLACE HEADWALLS AND WINGWALLS 02632 -1
12/10
QUAKER AVENUE —FM 1585 TO 114' STREET
3.2 INSTALLATION
A. Construct inlets; headwalls, and wingwalls complete in place to the dimensions, lines and
grades as shown on drawings.
B. Excavate in accordance with requirements of Section 02317 - Excavation and Backfill for
Structures.
C. Forms will be required for both the outside and inside faces of concrete inlet walls;
however, if the nature of the material excavated for the inlet is such that it can be hand
trimmed to a smooth vertical face, and the vertical face will not deform or displace under
concrete placing operations, the outside forms may be omitted with approval of Engineer.
D. Place reinforcing steel to conform to details shown on the drawings. Provide a positive
means for holding steel cages in place during concrete placement. Welding of reinforcing
steel is not permitted unless noted on the drawings. The maximum variation in
reinforcement position is plus or minus 10 percent of wall thickness or plus or
minus''/2 inch, whichever is less. Regardless of variation, the minimum cover of concrete
over reinforcement as shown on the drawings shall be maintained.
E. Chamfer exposed edges unless otherwise indicated on Drawings.
3.3 FINISHES
A. Cut off pipe leads neatly at the inside face of headwall. Point up with mortar.
B. Finish concrete surfaces in accordance with requirements of Section 03300 - Cast -In -Place
Concrete.
3.4 BACKFILL
A. Backfill the area of excavation surrounding each completed inlet according to the
requirements of Section 02317 - Excavation and Backfill for Structures.
END OF SECTION
01269708 CAST -IN -PLACE HEADWALLS AND WINGWALLS 02632 -2__
12/10
I'
i_
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
SECTION 02665
WATER WORKS PIPING, VALVES AND FITTINGS
PART 1-GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. This section of the specifications covers all water piping, force main piping, lift station piping,
valves, and fittings required for the project. The term piping as used herein shall include all
piping, valves, fittings and accessories as shown on the plans and/or as specified herein.
1.3 RELATED SECTIONS
A. Section 01040 - Coordination and Meetings.
B. Section 01300 - Submittals.
1.4 MATERIAL SCHEDULE
A. All water supply lines shall be C900 DR 18 PVC pipe except as noted below.
B. Miscellaneous piping shall be furnished and installed as indicated on the drawings. Sanitary
sewer piping shall be as specified in Section 02730 (Sewer Line Construction).
1.5 SUBMITTALS
A. Submit all manufactures data for all pipe, valves and fitting including all pipe thickness class
calculations.
PART 2 - PRODUCTS
2.1 PVC PIPE
A. PVC pipe shall be of the rubber gasketed, push on joint type (Bell-Tite or approved equal),
AWWA C-900, Class 150 (DR 18) for sizes _< 14" diameter.
B. PVC pipe shall be of the rubber gasketed, push on joint type (Bell-Tite or approved equal),
AW WA C-905, PR = 235(DR 18) for sizes > 14" diameter.
C. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the
transportation of potable water and shall bear the NSF seal of approval.
01269708 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 1
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
2.2 DUCTILE ]RON PIPE (DIP)
A. Ductile iron pipe shall be manufactured in accordance with AW WA CI 5 1. In general, ductile
iron pipe shall have flanged fittings when installed above and below ground. Pipe thickness
shall be as required for the scheduled internal working pressure with minimum Thickness Class
50. Thickness for buried pipe shall be computed in accordance with A W WA C 150 for
appropriate depths of cover.
B. All ductile iron pipe shall have an exterior bituminous coating and shall be cement lined in
conformance with A W WA C 104.
C. Flanged joints shall meet the requirements ofA W WA C 115. Bolts and nuts shall be ofthe best
quality mild steel and shall have hexagonal heads. Suitable rubber ring gaskets shall be
provided in all flanged joints. Flanges shall be of ductile iron.
D. Mechanical joints and push -on joints shall conform to the requirements of A W WA C111 unless
otherwise specified.
E. The pipe shall be new and of best quality in materials and workmanship. All pipe shall be
subjected to thorough inspection at the job site before being placed. Any piece found to be
defective shall be rejected and removed from the project.
2.3 EXTERIOR DUCTILE IRON PIPE COATING
A. Surface Preparation — Solvent wipe all surfaces to remove oil, grease, or other contaminants.
Measure existing surface profile of substrate. If existing profile is 1.5 mils or greater, hand or
power tool clean all rusted areas per SSPC — SP2 or SSPC-SP3. If profile is less than 1.5 mils,
brush-off blast entire surface per SSPC-SP7.
B. Prime Coat — Tnemec Series 135 at 4.0 — 6.0 dry mils.
C. Second Coat — Tnemec Series 135 at 4.0 — 6.0 dry mils.
2.4 PIPE FITTINGS
A. General - Pipe fittings shall be of a type and design especially suitable for use with the type of
piping with which they are installed. Pressure rating of fittings shall not be less than that of the
pipe.
1. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless
otherwise specified or shown on the drawings.
2. All flanged fittings shall be faced and drilled in accordance with the standard drilling for
ANSI 1316.1 Class 125 flanges rated for at least 250 psi working pressure. Bolts for
flanged joints shall be of the length and diameter required by the ANSI Specification.
Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal
heads. Suitable 1/8" thick rubber ring gaskets shall be provided for all flanged joints.
B. Ductile Iron Fittings - Ductile iron fittings shall conform to AW WA C 110. In general, flanged
fittings shall be used on all exposed piping and all other fittings shall be mechanical joint or
push -on joint unless otherwise specified or shown on the drawings. All fittings shall have a
pressure rating equal to that of the pipe with which they are used but in no case less than
150 psi.
1. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous
coating and shall be cement -lined in accordance with the AW WA specifications C 104
and C 106 respectively.
2. All ductile iron fittings shall be cast from the same quality of metal used in casting the
ductile iron pipe and shall be subjected to the same test requirements. Marking and
weighing shall be as required for the ductile iron pipe.
E ,
i
01269708 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 2
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
3. Where flanged fittings are used the flanges shall be of the same material as the fitting.
Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the
fitting. Screwed -on bells will not be acceptable.
2.5 PIPE JOINTS
A. Push -on Joints - Push -on joints shall be as specified in AWWA Standard C111.
B. Mechanical Joints - Mechanical joints shall be as specified in AWWA Standard C11 1.
C. Flanged Joints - Flanged joints shall meet the requirements of ANSI B 16.1 (Class 125) rated
for a working pressure of not less than 250 psi. Bolts shall be of the length and diameter
required by the ANSI Specification for Class 125 flanges. Bolts and nuts shall be of best quality
mild steel and shall be provided with hexagonal heads, except where other types of bolts are
specified. Tighten bolts progressively to prevent unbalanced stress. Draw bolts tight to insure
proper setting of gaskets. Suitable full face gaskets shall be used in all flanged joints.
D. Miscellaneous Joints - Miscellaneous types of joints shall be made as specified in other
paragraphs or as recommended by the manufacturer. All joints shall be made using materials
and methods as required to produce joints that will function satisfactorily under the various
conditions encountered.
2.6 VALVES
A. General - Valves shall be gate valves unless otherwise noted on the plans or specified herein.
All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted.
B. Gate Valves - All gate valves shall be resilient seat, iron body, bronze mounted throughout and
shall meet all requirements of AWWA C 509. The valves shall be of the type of joint used in
the piping. All valves shall open by turning to the left, and unless otherwise specified, shall
have non -rising stem when buried and outside screw and yoke when exposed, and be furnished
with a two-inch operating nut when valves are buried and shall be furnished with hand wheels
when exposed. Gate valves shall be furnished with O-ring stem packing and shall be Mueller
2360 Series or approved equal.
C. Check Valves
1. Check Valves— shall be surgemaster swing check valves series #7200 as manufactured
by Val-Matic Valve and Manufacturing Corporation, Elmhurst, 1L USA, unless
otherwise shown on the plans.
2. The Check Valve shall be of the full body type, with a domed access cover and only two
moving parts, the flexible disc and the disc accelerator.
3. The valves shall be designed, manufactured and tested in accordance with American
Water Works Association Standards ANSI/AWWA C508.
4. Valves shall be provided with flanges in accordance with ANSI B16.1, Class 125.
5. The valve body shall be full flow equal to nominal pipe diameter at all points through the
valve. The valve shall be capable of passing a 3 in. (75mm) sphere. The seating surface
shall be on a 45 degree angle to minimize disc travel. A threaded port with pipe plug
shall be provided on the bottom of the valve to allow for field installation of a backflow
actuator, air cushion or hydraulic cushion without special tools or removing the valve
from the line.
6. The top access port shall be full size, allowing removal of the disc without removing the
valve from the line. The access cover shall be domed in shape to provide flushing action
over the disc for operating in lines containing high solids content. A threaded port with
pipe plug shall be provided in the access cover to allow for field installation of a
mechanical, disc position indicator.
L
01269708 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 3
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
7. The disc shall be of one-piece construction, precision molded with an integral o-ring type
sealing surface, and contain alloy steel and nylon reinforcement in the flexible king area.
The flex portion of the disc shall be warranted for twenty-five years. Non -slam closing
characteristics shall be provided through a short 35 degree disc stroke and a disc
accelerator.
8. The disc accelerator shall be of one piece construction and provide rapid closure of the
valve in high head applications. The disc accelerator shall be enclosed within the valve
and shall be field adjustable and replaceable without removal of the valve from the line.
The disc accelerator shall be securely held in place by being captured between the cover
and disc. It shall be formed with a large radius to allow smooth movement over the disc
surface.
9. The valve disc shall be cycle tested 1,000,000 times in accordance with ANSI/A W WA
and show no signs of wear, cracking, or distortion to the valve disc or seat and shall _
remain drop tight at both high and low pressures. The test results shall be independently
certified.
10. The valve body and cover shall be constructed of ASTM A536 Grade 65-45-12 ductile j
iron.
11. The disc shall be precision molded Buna-N (NBR), ASTM D2000-BG.
I
12. The disc accelerator shall be type 302 stainless steel.
13. The manufacturer shall demonstrate a minimum of five (5) years experience in the
manufacture of resilient, flexible disc check valves with air and hydraulic cushions.
14. All valves shall be hydrostatically tested and seat tested to demonstrate zero leakage.
When requested the manufacturer shall provide test certificates, dimensional drawings,
parts list drawings, and operation and maintenance manuals.
15. The exterior and interior of the valve shall be coated with an ANSI/NSF 61 approved
fusion bonded epoxy coating.
16. Surgebuster Swing Check Valves shall be Series #7200 as manufactured by Val-Matic®
Valve & Manufacturing Corporation, Elmhurst, IL. USA.
D. Butterfly Valves —All butterfly valves shall be elastomeric seat with a cast-iron body. All
valves shall conform to AWWA C504. The valves shall be of the type of joint used in the
piping. The valves shaft shall be corrosion resistant and constructed of type 304, 18-8 stainless
steel. The shaft is one piece, through -shaft construction sized to meet or exceed requirements
of A W WA C504 for Class 150B service. The valve shall have self-lubricating nylon bearings.
r
The disc shall be secured to the valve shaft by stainless steel pins sized to transmit torques
required and stresses imposed under severe operating conditions. The disc shall be cast iron
ASTM A-126 Class B with 316 stainless steel disc edge. All butterfly valves shall be Mueller
Lineseal Ill Butterfly Valves 4"-20" Design.
E. Valve Boxes and Extension Stems - Extension stems shall be furnished on buried valves where
the top of the operating nut is more than 36-inches below finished grade. Top of the extension
.a
stem shall not be more than 9-inches below the top of the valve box.
1. Buried valves shall be provided with cast iron valve boxes. The boxes shall be designed
to fit over a section of 6-inch C900 PVC riser pipe which will be used as an extension
from the top of the valve to within 8-inches of the ground surface. The box shall have a
heavy cast iron cover. The box shall have a flange type base, with the base being
approximately 4 inches larger in diameter than the outside diameter of the barrel of the
box. The necessary length of 6-inch C900 PVC riser pipe required for the extension shall
be considered as a part of the box.
01269708 WATER WORKS PIPING, VALVES AND FITTINGS
12/10
02665 - 4
QUAKER AVENUE — FM 1585 TO 1 14TH STREET
2.7 TAPPING SLEEVES
A. Tapping sleeves shall be full wrap -around type. The sleeves shall be stainless steel or cast iron
tapping sleeves as manufactured by Mueller, M & H or Clow Corporation and shall be Class
150.
2.8 POLYETHYLENE WRAP
A. All buried valves and iron fittings shall be thoroughly wrapped prior to installation with a
polyethelene material meeting the requirements of ASTM D 1248. The wrapping shall extend
beyond the valve or fitting a minimum of 6 inches. The polyethylene material shall have a
minimum thickness of 8 mil. The wrap shall be secured by 2" duct type.
2.9 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS
A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on
the drawings and at other locations required for installation of the piping system. Flanged
coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy
coated steel construction shall be used for all couplings.
PART 3 - EXECUTION
3.1 GENERAL
A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for
leakage and disinfected in the manner herein specified.
3.2 INSPECTION
A. The pipe, fittings, valves, and accessories shall be inspected upon delivery and during the
progress of the work and any material found to be defective will be rejected by the Engineer,
and the Contractor shall remove such defective material from the site of the work.
3.3 RESPONSIBILITY FOR MATERIALS
A. The Contractor shall be responsible for all material furnished by him and he shall replace at his
own expense all such material that is found to be defective in manufacture or has become
damaged in handling after delivery.
3.4 HANDLING PIPE AND ACCESSORIES
A. All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at
the point of delivery, hauled to and distributed at the site of the work by the Contractor. In
loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a
manner as to avoid shock or damage to the materials. Under no circumstances shall they be
dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the
ground.
B. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept
as free as possible from dirt, sand, mud and other foreign matter.
01269708 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 5
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
3.5 ALIGNMENT AND GRADE
A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as
established on the ground by the Engineer.
B. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal
plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown
or permitted, the degree of deflection at each joint shall not exceed the maximum deflection
recommended by the manufacturer of the particular type of pipe being laid and the degree of
deflection shall be approved by the Engineer.
3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH
A. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes
and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully
lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or y
equipment, in such a manner so as to prevent damage to the material in any way. Under no
circumstances shall pipe or accessories be dropped or dumped in to the trench.
3.7 CLEANING AND INSPECTING
�j
A. Before being placed, the pipe shall be again inspected for defects and the pipe, while
suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound
pipe and materials shall be rejected.
B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots
or parts of the pipe used in forming the joint, before the pipe is placed, and it shall be kept clean
by approved means during and after laying.
C. At time when pipe placing is not in progress, the open ends of pipe shall be closed by approved
means, and no water shall be allowed to enter the pipe.
3.8 LAYING AND JOINTING DUCTILE IRON PIPE
A. General - Unless otherwise directed, pipe shall be laid with bells facing in direction of laying;
and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade.
-
1. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and
workmanlike manner without damage to the pipe or the cement lining.
2. The jointing shall be completed for all pipe laid each day, in order not to leave joints
open overnight. At times when pipe laying is not in progress, the open ends of pipe shall
be closed by approved means, and no water shall be permitted to enter the pipe.
3. Flanged joints shall be used where shown on the plans. Mechanical joint, or other
approved joints shall be installed with materials furnished by the manufacturer and in
accordance with the manufacturer's specifications.
l
4. Before laying the pipes, all lumps, blisters and excess coating shall be removed from the
bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall
be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are
made.
1
5. Defective joints shall be repaired as directed by the Engineer.
01269708 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 6
I2/10
t
i
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
B. Mechanical Joint Piping - The last 8 in. outside of the spigot and inside of the bell of
mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other
foreign matter from the joint, and then painted with lubricant recommended by the pipe
manufacturer. The cast-iron gland shall then be slipped on the spigot end of the pipe with the
lip extension of the gland toward the socket or bell end. The rubber gasket shall be painted with
lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick
edge toward the gland.
1. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell.
The gasket shall then be pressed into place within the bell; care shall be taken to locate
the gasket evenly around the entire joint. The gland shall be moved along the pipe into
position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the
fingers. All nuts shall be tightened with a suitable torque -limiting wrench.
2. Nuts spaced 180 deg. apart shall be tightened alternately in order to produce an equal
pressure on all parts of the gland.
C. Flanged Joints - Flanged joints where used shall be bolted with Flange bolts of best quality mild
steel and of the size and length required by American Standards Association; bolts and nuts
shall be provided with standard hexagonal heads. Gasket rings shall be used and shall be made
of best quality rubber composition sheet packing one -eighth (1/8) inch thick, of a brand and
quality approved by the Engineer.
1. The pipe and fittings shall be properly aligned and free to move in any direction while
bolting, and the bolts shall be gradually tightened at a uniform rate around the entire
flange.
D. Push -On -Joints - The inside of the bell and the outside of the spigot end shall be thoroughly
cleaned to remove oil, grit, excess coating, and other foreign matter. The circular rubber gasket
shall be flexed inward and inserted in the gasket recess of the bell socket.
1. A thin film of gasket lubricant shall be applied to either the inside surface of the gasket
or the spigot end of the pipe or both. Gasket lubricant shall be as supplied by the pipe
manufacturer.
2. The spigot end of the pipe shall be entered into the socket with care used to keep the
joint from contacting the ground. The joint shall then be completed by forcing the plain
end to the bottom of the socket with a forked tool or jack -type tool or other device. Pipe
that is not furnished with a depth mark shall be marked before assembly to assure that
the spigot end is inserted to the full depth of the joint. Field -cut pipe lengths shall be
filed or ground to resemble the spigot end of such pipe as manufactured.
3. The jointing shall be completed for all pipe laid each day, in order not to leave open
joints overnight. At times when pipe laying is not in progress, the open ends of the pipe
shall be properly plugged.
4. Immediately after completion of the jointing, sufficient bedding and backfill material
shall be placed around and over the pipe to hold the pipe to line and grade.
5. Premoulded joints shall be made in accordance with the recommendations of the
manufacturer of the pipe. The surfaces of the jointing material on both the bell and the
spigot at each joint shall be wiped with the solvent recommended by the pipe
manufacturer. The spigot shall then be firmly forced into the bell using a bar or other
similar lever and a block of wood to prevent damage to the pipe.
01269708 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 7
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
3.9 SETTING VALVES, VALVE BOXES AND FITTINGS
A. Valves and fittings shall be set at the locations shown on the plans or at locations as established
by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for
pipe installations. All valves buried in the ground shall have a valve box set over the valve. All
valves
shall be thoroughly inspected and checked for operation before installation. Concrete blocking
shall be provided for all buried valves and fittings.
B. Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut
of the valve, with box cover flush with the surface of the ground or at such level as directed.
3.10 EXCAVATION AND TRENCHING
A. The trench shall be excavated to the lines and grades as established by the Engineer and as
shown on the plans. The minimum depth of cover for all pipe shall be forty-eight (48) inches
unless otherwise specifically shown on the drawings.
B. The minimum width of the trench shall be the outside diameter of the pipe plus twelve (12)
inches and the maximum width shall be the outside diameter of the pipe plus eighteen (18)
inches or as shown on the plans. The trenching equipment shall be maintained on a sufficiently
level road bed to provide substantially vertical trench walls.
C. 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.
D. Any part of the trench excavated below grade shall be corrected by filling with approved
material and compacting thoroughly.
E. The Contractor shall be responsible for implementing a trench shoring system wherever the
trench depth exceeds five (5) feet. The Contractor shall refer to Section 02151 TRENCH
SAFETY for guidelines on trench shoring methods for pipelines.
F. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the
trench it shall be removed to a depth of six inches below grade, refilled with selected material,
and thoroughly compacted.
G. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be
made properly, and of sufficient depth to prevent the bell of the pipe from resting on
undisturbed materials.
H. Wherever necessary to prevent caving, the trench shall be adequately supported as required by
the drawings and specifications. The Contractor is entirely responsible for assuring that
trenches are adequately supported to protect both his workmen and the public.
I. Trench digging machinery may be used to make the trench excavations except in places where
operation of same would cause damages to pipelines, fences or other existing structures either
above or below ground; in such instances hand methods shall be employed. The Contractor
shall locate all existing underground lines of which he has been advised, whether or not they are
shown on the drawings, sufficiently in advance of trenching operations to prevent any damage
thereto. The operators of all oil or gas pipelines shall be notified prior to excavation around
such lines so that these operators may be present during excavation. Extensive care shall be
used to prevent damage to these lines and the Contractor shall be fully responsible for damage
to any such line.
J. All excavated material shall be piled in a manner that will not endanger the work or existing
structures. Excess trench excavation, not used for backfilling, shall be disposed of by
Contractor, and at contractor's expense.
01269708 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 8
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
K. There will be no classification of the excavated materials and the term excavation shall include
all materials encountered in excavating the trenches or structural excavations.
L. Blasting for excavation of solid rock will not be permitted.
M. All new and existing lines shall be properly supported to prevent settlement or damage to the
line both during and after construction.
3.11 BACKFILLING
A. Backfill Material - All backfill material shall be free from cinders, ashes, refuse, vegetable or
organic material, boulders, rocks or stones, or other unsuitable material. From I foot above the
top of the pipe to the existing ground, however, material containing stones up to 4-inches in
their greatest dimension may be used. Selected materials from trench excavations shall be used
for backfilling except where special bedding material is required.
B. Backfilling Under Pipe - All pipe shall be backfilled by hand from the bottom of the trench to
the centerline of the pipe with selected backfill material free from rocks or boulders greater than
2 inches in size or other unsuitable material. The material shall be placed in 3-inch layers,
moistened if necessary, and thoroughly compacted under and on each side of the pipe. Backfill
material shall be deposited in the trench for its full width on each side of the pipe, fitting, and
appurtenances simultaneously.
C. Backfilling Over Pipe - From the centerline of the pipe to a depth of l foot above the top of the
pipe, the trench shall be backfilled by hand or by approved mechanical methods using materials
free from rocks or boulders greater than 2 inches in size. The material shall be moistened and
placed in lifts not exceeding 8-inches in thickness and compacted by tamping to a density of not
less than 95% of maximum density at optimum moisture as determined by AASHTO Method
T-1 80. The Contractor shall use special care in placing this portion of the backfill to insure
placement under and around the pipe and to avoid injuring or moving the pipe.
D. Backfilling to Grade - From l foot above the top of the pipe to finish grade shall be backfilled
by tamping. Where tamping is required, the material shall be placed in 8-inch layers, moistened
if necessary, and thoroughly compacted with mechanical tampers from the bottom of the trench
to the finish grade to a density of at least 95% of maximum density at optimum moisture as
determined by ASTM D 698.
E. Anchorage of Bends, Tees and Plugs, Etc. - Reaction or thrust backing shall be applied to all
pipe lines at all tees, plugs, caps, and bends. Concrete shall be used for backing the pipe and
fittings and shall conform to the concrete specifications as set forth in the Section 03300 Cast -
In -Place Concrete, except a minimum compressive strength of 2500 psi will be acceptable. The
backing shall be placed between solid ground and the fittings to be anchored; the area of
bearing on pipe and on the ground in each instance shall be sufficient to withstand the
maximum thrust anticipated and as required by the Engineer. The backing shall be so placed
that the pipe and fitting joints will be accessible for repair.
3.12 MARKING TAPE
A. All pipes installed in an open trench will be identified with the appropriate color and
description of 3 inch wide pipe identification tape. Install the tape parallel to the pipe it
identifies at a distance above the pipe of 12 to 18 inches. Install the tape detectable from the
top of finished grade with a metal detector above non-metallic (PVC) pipe material.
01269708 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 9
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
3.13 LINE TESTING
After the pipe is laid and the joints completed, each section or run of piping, shall be tested as
specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor and
other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable
means for filling the lines and developing the required pressure in the lines. Testing procedure shall be
as follows:
A. Duration - The duration of the hydrostatic test shall be a minimum of four (4) hours.
B. Pressure - The pipeline shall be tested so that the pressure at the lowest point in the test section
is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the
minimum pressure at the highest point in the test section is not less than 85% of the pipe
pressure class of the pipe.
C. Allowable Leakage - The maximum allowable leakage for push -on joints is the number of
gallons per hour as determined by the following formula(s):
Ductile Iron: PVC:
L _ SNP L _ NNP
133,200 7,400
where:
L = Allowable leakage in gallons/per hour
N = Number of joints in length of pipe tested
S = Length of pipe
D = Nominal diameter of the pipe in inches
P = Average of the max. and min. pressures
within the test section in psi
Any leakage which becomes evident prior to final acceptance of the project shall be found and
repaired to the satisfaction of the Engineer even though the particular line has been previously
accepted and tested.
3.14 DISINFECTION OF PIPE LINES
A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection
of all potable water pipe lines, which shall be disinfected before being placed in service. The
lines shall be disinfected by the application of a chlorinating agent in accordance with the
requirements of A W WA C651.
B. After disinfection has been completed and the pipe is filled with water, the City will sample the
water in the pipe for bacteriological testing. If acceptable bacteriological test results are not
received, the Contractor shall disinfect the pipe again and provide whatever measures are
necessary to achieve an acceptable result.
t�
01269708 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 10
12/10
QUAKER AVENUE — FM 1585 TO 114TH STREET
3.15 CLEANUP
A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and
any excess dirt shall be removed from the site.
B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion
and acceptance of the work. The maintenance shall include blading from time to time as
necessary, filling depressions caused by settlement, and other work required to keep all areas in
a presentable condition.
END OF SECTION
01269708 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 11
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
SECTION 02666
STEEL CASING IN BORE
PART l - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 -
General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. This section of the specifications covers all steel casing required for the project. The term
casing as used herein shall include all steel casing bores as shown on the plans and/or as
specified herein.
1.3 MATERIAL SCHEDULE
A. All steel casing pipe shall be ASTM A 139 Grade B or A 252 Grade 2. The pipe shall have
a minimum yield strength of 35,000 psi, a minimum wall thickness of 0.500", and a bitimous
coating in conformance with C203.
1.4 SUBMITTALS
A. Submit all manufactures data for the steel casing including all pipe thickness class
calculations.
PART 2 - PRODUCT
2.1 STEEL PIPE
A. Steel pipe shall be of the welded joint type.
B. ASTM A 139 Grade B or A 252 Grade 2.
2.2 STEEL CASING IN BORE
A. Steel casing pipe shall be new welded steel pipe, manufactured in the United States, with a
minimum yield strength of 35,000 psi meeting ASTM A 139 Grade B or A 252 Grade 2. The
exterior of the casing pipe shall have bitimous coating in conformance with AW WA C 203.
Minimum casing wall thickness for installation shall be in accordance with the following:
Location Diameter Minimum Wall Thickness
As shown in Project Plans 20" 0.50"
24" 0.50"
30" 0.50"
B. Additional wall thickness needed for withstanding jacking forces may be used at the
Contractor's option.
01269708 STEEL CASING IN BORE 02666 - 1
12/10
QUAKER AVENUE — FM 1585 TO 1 ] 4T11 STREET
C. All bores shall follow all rules and regulations of the Texas Department of Transportation
(TxDOT). The Contractor will be provided with boring permit for the highway. The boring
permit must be kept onsite at all times. All traffic must be controlled by required methods.
PART 3 - EXECUTION
3.1 PIPE INSTALLATION
A. General: All pipe and accessories shall be unloaded, handled, laid, jointed, and tested for
defects and disinfected in the manner herein specified.
3.2 INSPECTION
A. The pipe shall be inspected upon delivery and during the progress of the work and any
material found to be defective will be rejected by the Engineer, and the Contractor shall
remove such defective material from the site of the work.
3.3 RESPONSIBILITY FOR MATERIALS
A. The Contractor shall be responsible for all material furnished by him and he shall replace at
his own expense all such material that is found to be defective in manufacture or has become
damaged in handling after delivery.
3.4 HANDLING PIPE AND ACCESSORIES
A. All pipe shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and
distributed at the site of the work by the Contractor. In loading and unloading, they shall be
lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to
the materials. Pipe handled on skidways must not be skidded or rolled against pipe already on
the ground.
3.5 ALIGNMENT AND GRADE
A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as
established on the ground by the Engineer.
3.6 BORING
A. The bore shall be excavated to the lines and grades as established by the Engineer and as
shown on the plans. The minimum depth of cover for all pipe shall be thirty (30) inches below
the F.L. of the bar ditch unless otherwise specifically shown on the drawings.
B. All excavated material shall be piled in a manner that will not endanger the work or existing
structures. Excess bore excavation, not used for backfilling, shall be disposed of by
Contractor, and at Contractor's expense.
C. There will be no classification of the excavated materials and the term excavation shall
include all materials encountered in the boring operation.
01269708 STEEL CASING IN BORE 02666 - 2
12/ ] 0
QUAKER AVENUE — FM 1585 TO 1 14r" STREET
3.7 CLEANUP
A. Excess backfill shall be rounded up over the boring pits sufficiently to allow for future
settlement and any excess dirt shall be removed from the site. Ditches shall be regraded as
required to allow preconstruction drainage.
B. The Contractor shall maintain the boring site in a satisfactory manner until final completion
and acceptance of the work. The maintenance shall include blading from time to time as
necessary, filling depressions caused by settlement_. and other work required to keep all areas
in a presentable condition.
END OF SECTION
01269708 STEEL CASING IN BORE 02666 - 3
12/10
i "I
P
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
SECTION 02730
SANITARY SEWER LINE CONSTRUCTION
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. This section of the specifications covers all piping, manholes and accessories required for the
sanitary sewer line portion of the project. All materials used in construction of sewer lines shall
be of the type and class as shown on the plans and as specified herein for the various items of
construction.
1.3 RELATED SECTIONS
A. Section 01039 - Coordination and Meetings.
B. Section 01300 - Submittals.
C. Section 02151 - Trench Safety System.
D. Section 02665 - Piping, Valves and Fittings.
' 1.4 APPROVED MATERIAL
Unless otherwise shown on the plans or specified herein, sewer piping shall be "approved type pipe".
.. Approved type pipe shall be one of the following:
A. Flexible Pipe Materials:
I. Polyvinyl Chloride (PVC, ASTM F 679)
B. Non -Metallic pipe location wire.
In the event that non-metallic pipe material is installed along or across an access road, a durable
metal wire shall be installed in the trench with the pipe to facilitate locating the pipe in the
future.
1.5 SUBMITTALS
A. Submit all manufacturers' data on all pipe, fittings and materials to be used on the project,
including pipe thickness class calculations.
(
1.6 SEPARATION CRITERIA
A. New sanitary sewer pipe shall be installed no closer to any water line than 9 feet in all
directions. Parallel water and sewer lines must be installed in separate trenches.
B. Where a new sanitary sewer pipe crosses a water line, the sewer pipe within 9 feet of the
crossing shall be constructed either of PVC or other material as specified and placed no closer
than 6 inches from the water line, measured between the nearest outside pipe diameters. The
01269708 SANITARY SEWER LINE CONSTRUCTION 02730 - 1
12/10
d'
4
1 _�
AKER AVENUE— FM 1585 TO 1 14T" STREET }
water line shall be located above the sewer line wherever possible and one length of sewer pipe
must be centered on the water line. f
PART 2-PRODUCTS
2.1 POLYVINYL CHLORIDE (PVC) PIPE
A. PVC pipe shall conform to the requirements of ASTM D3034, SDR 21 cell classification
12454B as described in ASTM D1784 SDR 21 (PVC) PR as shown on the plans.
B. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and
spigot joint. Gaskets shall conform to ASTM F477. The nominal joint length shall be 20 feet.
2.2 MANHOLE FRAMES AND COVERS
A. Manhole frames and covers shall be of cast iron of the types shown on the drawings. All
castings shall be made from superior quality gray cast iron conforming to the requirements of
ASTM A 48. Drawings of all manhole frames and covers proposed for use shall be submitted to
the Engineer for approval before items are shipped. Bolted and gasketed covers shall be
furnished at the locations identified on the drawings.
2.3 PRECAST REINFORCED CONCRETE MANHOLES (WITH EPDXY COATING)
A. Manholes shall be tongue and groove precast reinforced concrete epoxy coated manholes or
(Fiberglass — Section 02732), constructed in accordance with ASTM C 478 of the diameter
indicated on the drawings. Concrete manholes shall be provided with a flat top cone unless
otherwise shown on the drawings.
B. All joints shall be tongue and groove except for the grade rings and all joints shall be
watertight. Ram-Nek flexible plastic gaskets or approved equal shall be used in all joints.
Manholes shall be epoxy coated as specified in Section 09703.
2.4 ROCK EMBEDMENT MATERIAL
A. Where rock embedment is required it shall conform to the following gradation:
(ASTM D 2321):"
% by Weight
Passing V sieve
100
Passing No. 4 sieve
0 - 10
Passing No. 200 sieve
0 - 5
B. Crushing shall result in a product in which the coarse aggregate shall have at least 85% by
weight of particles with one or more fractured faces and 65% by weight of particles with two or
more fractured faces. The aggregate shall be composed of sound, tough, durable particles and
shall meet the requirements for deleterious substances given in ASTM D2321. The coarse
aggregate shall not show evidence of disintegration nor show a total loss greater than 20%
when subjected to five cycles of the sodium sulphate accelerated soundness test as specified in
AASHTO T 104.
01269708 SANITARY SEWER LINE CONSTRUCTION 02730 - 2 t_}
12/10
QUAKER AVENUE — FM 1585 TO 1 14TH STREET
2.5 SOIL EMBEDMENT MATERIAL
Material shall be obtained from trench excavation provided it meets the requirements of Class III
bedding as defined in ASTM D2321. The material shall be a soil group SC or SM and meet the
following requirements.
A. Gradation
Sieve Size
Percent Passim
12"
100%
No. 4
50%
No. 200
12% to 50%
B. Atterberg Limits:
1. SC Soil, PI > 7
2. SM Soil, PI > 4
PART 3 - EXECUTION
3.1 GENERAL
A. All sewer pipe and fittings shall be unloaded, handled, laid, jointed and tested for defects in the
manner herein specified.
3.2 INSPECTION
A. The pipe and fittings shall be inspected upon delivery and during the progress of the work and
any material found to be defective will be rejected and the Contractor shall remove such
defective material from the site of the work.
B. The Contractor shall be responsible for all materials furnished by him and he shall replace at his
own expense all such material that is found to be defective in manufacture or has been damaged
in handling after delivery.
3.3 PIPE TRENCH EXCAVATION
A. Pipe trenches shall be excavated to the lines and grades shown on the drawings or as
established by the Engineer. Before excavation begins in paved areas, except in locations
shown on the drawings to be bored, the existing pavement shall be cut or sawed to a neat line
by methods that meet the approval of the Engineer. Trench widths shall be as shown on the
drawings. Trench safety systems as specified and detailed shall be installed where required. The
trench walls shall be made vertical to a point one foot above the top of the pipe. Vertical trench
walls above this point will not be required; however, in areas of limited right-of-way or when
necessary to protect existing facilities or private property, the slope of the trench wall shall be
limited. Where necessary to stay within the maximum width limits at the top of the pipe or to
maintain a relatively straight trench wall to remain within available right-of-way, the trench
walls shall be adequately supported. The Contractor shall be fully responsible for any damage
to private property or existing facilities due to inadequate support.
B. The minimum and maximum width of the trench shall be as shown on the plans. The trenching
equipment shall be maintained on a sufficiently level road bed to provide substantially vertical
trench walls.
€'
01269708 SANITARY SEWER LINE CONSTRUCTION 02730 - 3
12/10
4
QUAKER AVENUE — FM 1585 TO 1 14T11 STREET j
C. The Contractor shall be responsible for implementing a trench shoring system wherever the
trench depth exceeds five (5) feet. The Contractor shall refer to Section 02151, TRENCH
SAFETY SYSTEMS for approved trench shoring methods for pipelines.
D. Unless otherwise approved by the Engineer, the Contractor will be allowed to have a maximum
of 600 feet, of open trench at any time. As soon as practicable after the completion of laying
and jointing of the pipe, the trench shall be backfilled. The Contractor shall be responsible for
properly and adequately barricading and signing open trenches and excavations to protect the
public during the construction of the project.
E. In order to obtain a true even grade, the trench shall be fine graded and shaped in accordance
with the details as shown on the plans. Any part of the trench excavated below grade shall be
corrected by filling with approved material and thoroughly compacting. If clay, rock or other
unvielding material is encountered in bottom of the trench, it shall be removed to a depth of six
(6) inches below grade, refilled with selected material and thoroughly compacted to grade.
F. Bell holes of ample dimensions shall be dug at each joint to permit the jointing and bedding of
the pipe to be properly accomplished.
G. All excavated material shall be piled in a manner that will not endanger the work or existing
structures, or will cause obstruction to roadways.
H. Before the next phase of construction can take place above the trench bottom which has been
excavated to the proposed subgrade of the specified class of bedding, the Contractor shall shape
and grade earth subgrade. The earth subgrade for the bedding shall be free of surface water,
firm, solid and stable before the bedding material is placed.
1. Trench digging machinery may be used to make trench excavations except in places where
operations of same would cause damage to existing structures either above or below ground; in
such instances, hand methods shall be employed. The Contractor shall locate all existing
underground lines, of which he has been advised whether or not they are shown on the
drawings, sufficiently in advance of trenching operations to prevent any damage thereto. The
operators of all oil or gas pipelines shall be notified prior to excavation around such lines so
that these operators may be present during excavation. Extreme care shall be used to prevent
damage and the Contractor shall be fully responsible for damage to any such lines.
J. Wherever necessary to prevent caving, the trench shall be adequately supported as required by
SECTION 02151, TRENCH SAFETY SYSTEMS. The Contractor is entirely responsible for
assuring that trenches are adequately supported to protect both his workmen and the public.
K. There will be no classification of or extra payment for excavated materials and all materials
encountered shall be excavated as required. Adjacent structures and property shall be protected
from damage by construction equipment.
L. Blasting for excavation of solid rock not will be permitted.
M. The Contractor will be required to locate all known utility lines, including consumer service
lines, far enough in advance of the trenching to make proper provisions for protecting the lines
and to allow for any deviations that may be required from the established lines and grades.
N. The Contractor shall not be allowed to disrupt the service on any utility lines except consumers
service lines, which may be taken out of service for short periods of time, if the Contractor
obtains permission from the Engineer and the City.
O. The Contractor shall immediately notify the proper utility company of any damage to utility
lines, in order that service may be established with the least possible delay. Any damage to
existing lines and the repair of consumer lines which are authorized to be cut or temporarily
taken out of service shall be repaired or replaced by the Contractor at his own expense, and as
directed by an official representative of the owner of the damaged line.
P. All new and existing lines shall be properly supported to prevent settlement or damage to the
line both during and after construction.
01269708 SANITARY SEWER LINE CONSTRUCTION
12/10
02730 - 4
QUAKER AVENUE — FM 1585 TO 114T" STREET
Q. Any permanent relocation of existing utility lines shall be done by proper utility company
without expense to the Contractor.
R. Where pipes, conduits or concrete curbs, gutters, or other obstructions are encountered in the
construction, the cost of tunneling shall be included as a part of the cost of the pipe line, or
other pay items, complete in place. Cutting of curb and gutter will not be permitted.
S. Excess trench excavation, not used for backfilling, shall be disposed of by the Contractor, and
at the Contractor's expense.
3.4 EMBEDMENT MATERIAL
Embedment is defined as the portion of backfill from the bottom of the trench to a point either six
inches or one foot above the top of pipe depending on the type of pipe and the depth.
A. Materials for embedment.
1. Rock embedment shall be as that specified in this section, Article 2.7.
2. Class III embedment material shall be that defined in ASTM D2321 and as specified in
this section, Article 2.8.
B. Trench Depths 10 feet or less shall consist of Class III material and compacted to the density
specified in this specification, Article 3.7.A.1 and 3.7.A.2.
C. Trench depths greater than 10 feet shall consist of all rock for flexible pipe or for rigid pipe, a
combination of rock and Class III material that is placed and compacted to the density specified
in this specification, Article 3.7.A.3 and 3.7.A.4.
D. Paved and Unpaved Road Crossings shall consist of rock embedment and placed as specified in
this specification, Article 3.7.A.5.
3.5 BACKFILL MATERIAL
A. Backfill is defined as portion of backfill above the embedment to the existing ground.
3.6 PIPE LAYING IN TRENCH
A. After the trench has been properly fine graded, the pipe shall be laid in accordance with the
following specifications. Each length of pipe shall be inspected for defects and shall be
thoroughly cleaned inside and outside of the spigot before being lowered into the trench. Pipe
laying shall proceed up -grade with the spigot ends pointing in the direction of the flow. All pipe
shall be laid true to the lines and grades as established by the drawings using a laser beam to
control the grade of each joint of pipe. Bell holes shall be dug at each joint of sufficient depth
to allow the entire length of the barrel of the pipe to rest on the trench floor and to allow ample
space for properly jointing the pipe.
B. Installation and jointing of the pipe shall be in accordance with the manufacturer's
recommendations except where the requirements of these specifications are more strict.
1. The jointing shall be completed for all pipe laid each day, in order not to leave open
joints in the trench overnight. At times when pipe laying is not in progress, the open
ends of the pipe shall be plugged by approved means. No pipe shall be laid in water, or
when trench conditions or weather is unsuitable for such work.
2. If water gets in the trench before the joint is completed, or if the pipe is disturbed from
line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe
relaid.
01269708 SANITARY SEWER LINE CONSTRUCTION 02730 - 5
12/10
QUAKER AVENUE —FM 1585 TO 1 ]4T" STREET
3.7 EMBEDMENT AND BACKFILLING CONSTRUCTION
A. Pipe Embedment j
1. Flexible Pipe Trench Depths 10 Feet or Less - Place Class III material in the trench
following fine grading. The bedding material shall be laid in the pipe trench, shaped, 1
smoothed to grade and thoroughly compacted to density of not less than 95% of
maximum density at optimum moisture as determined by ASTM D698. The bedding
material shall be checked for grade and bell holes dug before the pipe is laid.
a. After pipe has been laid, place additional material in the trench around the
haunches up to the springline of the pipe (6" lift maximum). Compact to 95% of
maximum density (ASTM D698).
b. The initial backfill shall then be placed (maximum 6" lifts) and compacted to 90%
maximum density (ASTM D698) to a point above the top of pipe as shown on the
plans. Do not permit compaction equipment to contact and damage pipe.
2. Flexible Pipe Trench Depths Greater than 10 Feet - Place rock material in the trench
following fine grading. The bedding material shall be laid in the pipe trench, shaped, n
smoothed to grade. Vibratory compaction shall be used to consolidate the material. The
bedding material shall be checked for grade and bell holes dug before the pipe is laid.
a. After pipe has been laid, place additional rock material in the trench around the
haunches up to the springline of the pipe (6" lift maximum). Make certain the
rock material is placed under the haunches. Vibratory compaction shall be used to
consolidate the material.
b. The initial backfill (rock material) shall then be placed (6" lift maximum) to a
point above the top of pipe as shown on the plans. Vibratory compaction shall be
used to consolidate the material.
3. Paved and Unpaved Road Crossings - Place rock embedment in the trench following fine
grading. The bedding layer shall be laid in the pipe trench, shaped and smoothed to
grade and then thoroughly consolidated by vibratory compaction. The bedding material
shall be checked for grade and bell holes dug before the pipe is laid.
a. The second lift of rock shall be laid around the haunch of the pipe to a point
above the top of pipe as shown on the plans. Thoroughly consolidate the material
by using vibratory compactors.
4. Trench Backfill - From the top of the pipe embedment to finish grade shall be backfilled
by tamping.
5. Pavement Sections - Where tamping is required, such as road crossings, the material
shall be placed in 8-inch layers, moistened if necessary, and thoroughly compacted with
mechanical tampers from the bottom of the trench to the finish grade to a density of at
least 95 - 98% of maximum density at minus 0 to plus 2 percent of optimum moisture as
determined by ASTM D698. H
B. Testing - Pipe embedment will be periodically tested for compaction. Final backfill above pipe
embedment shall not be placed until the embedment is approved by the Engineer. t y
3.8 MANHOLE CONSTRUCTION
A. General - Manholes shall be constructed at the locations shown on the plans or as directed by
the Engineer. The manholes shall be constructed in accordance with the details shown on the
plans and as specified herein for precast reinforced concrete or fiberglass manholes. Concrete
for manhole bases shall meet the requirements of the Section 03410, Precast Concrete.
i
01269708 SANITARY SEWER LINE CONSTRUCTION 02730 -6
12/10
f__..
., QUAKER AVENUE — FM 1585 TO 114T" STREET
B. Precast Reinforced Concrete Manholes - After the excavation has been completed, the concrete
base or bottom shall be poured in accordance with the details shown on the plans.
1. On straight runs the pipe shall be laid through the manholes, and upon completion of the
invert the top half of the pipe shall be broken out. On manholes where there is a change
in direction of the main, and where lateral lines enter the manhole, the inverts shall be
neatly formed with concrete. The inverts shall have a true curve of as large a radius as
the size of the manhole will pen -nit and shall be given a smooth trowel finish.
2. Where the concrete bottom has properly cured for not less than 24 hours the precast
manhole shall be installed, Ram-Nek flexible plastic gaskets shall be used in the tongue
and groove joints. The bottom ring shall be grouted in as shown on the plans. Either
concrete grade rings or brick shall be used to adjust the manhole frame to the proper
grades; the maximum extension of the top section shall not exceed 12 inches.
3.9 LEAKAGE TEST
A. Leakage tests shall be made by the Contractor on all sewer lines after installation. The tests on
the sewer lines shall be made on sections of pipe between manholes. Each section of sewer line
shall be tested in accordance with ASTM D 3212 (latest revision).
B. If a test fails to meet the minimum allowable requirements of the test, the Contractor shall
immediately determine the cause, make the necessary repairs and retest. All testing and repair
work shall be done at the Contractor's expense.
C. Leakage testing will not be performed until all backfill material required has been placed and
densified for a period of 30 days.
3.10 DEFLECTION TEST
A. A deflection test shall be made by the Contractor on all flexible sewer pipe. The test shall not
be made on a section of sewer until all the backfill on that section has been in place for 30 days.
B. The deflection test shall be run using a rigid Go -No Go full circle mandrel with a diameter
equal to 95% of the inside diameter of the pipe. The Contractor shall submit shop drawings of
the mandrel to the Engineer for approval prior to using the mandrel for testing.
C. The test shall be performed without mechanical pulling devices. Wherever possible and
practical, the testing shall be initiated at a downstream manhole and proceed upstream.
D. No pipe shall exceed a deflection of 5% of the inside diameter of the pipe. All excess
deflections shall be corrected. The Contractor shall excavate to the point of the excess
deflection, correct the deficiency and retest the pipe. If the pipe retest fails the 5% allowable
deflection, the pipe shall be replaced.
3.1 1 CLEAN UP
A. After the construction work is completed and before final acceptance by the Owner, the
Contractor shall remove all rubbish, excess materials from excavations and other debris from
the site of the work, and all trench surfaces shall be bladed and all depressions caused by
settlement shall be filled. The cost of cleanup shall be included in the bid prices for the various
units of work.
END OF SECTION
01269708 SANITARY SEWER LINE CONSTRUCTION 02730 - 7
12/10
I
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
SECTION 02732
GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES
PART 1-GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I -
General Requirements apply to Work of this Section.
1.2 SUMMARY
A. The work covered by this section of the specifications includes that necessary for
furnishing and installing glass -fiber reinforced polyester (FRP) manholes. The Contractor
shall furnish all materials, equipment, tools, labor, superintendence and incidentals
required for the complete construction of the work as shown on the drawings and as
specified herein. All material used in construction of the manholes shall be new and of the
size, type and class specified herein and as indicated on the Contract Drawings.
B. In general the FRP manholes shall be a on -piece monolithically designed unit
manufactured of glass -fiber reinforced, supplier certified, unsaturated commercial grade
polyester resin containing chemically enhanced silica to improve corrosion resistance,
strength and overall performance. FRP manholes hall be manufactured in strict accordance
with ASTM D3753-99 and will include a manufacturer's 20-year corrosion and structural
warranty.
1.3 REFERENCES
A. Pre -manufactured manholes and other FRP components shall conform to the following
standards:
1.
ASTM D3753-99, Standard specification for glass fiber reinforced polyester
manholes and wetwells;
2.
ASTM C581, Practice for determining chemical resistance of chemical
thermosetting resins used in glass fiber reinforced structures intended for liquid
service;
3.
ASTM C582, Plastic Laminate;
4.
ASTM D695, Test methods for compressive properties of rigid plastics;
5.
ASTM D2583, Test method for Indentation Hardness of Rigid Plastics by means of
a Barcol Impressor.
6.
ASTM D2584, Test method for ignition loss of cured reinforced resins
7.
ASTM D790, Test method for flexural properties of unreinforced and reinforced
plastics and electrical insulating materials
8.
ASTM D3753-99, Std. ; specification for Glass -Fiber -Reinforced Polyester
Manholes and Wetwells.
9.
AWWA C950, Glass -Fiber Reinforced Thermosetting Resin Pressure Pipe.
10.
AASHTO H-20, Axial Loasding. American Association of State Highway Officials
H-20.
01269708
GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 1
12/10
QUAKER AVENUE — FM 1585 TO 114TH STREET
1.4 SUBMITTALS
A. Contractor shall submit for engineer review and approval all components of the material to
be used in manhole(s), including details of construction, reinforcing, joint occurrence,
method of assembly and qualifications of personnel to perform field assemblies (if field
assembly is required).
B. The fiberglass reinforced plastic (FRP) manufacturer shall furnish and submit for approval
complete fabrication drawings and calculations for all structures. All inserts, pipe sleeves
and other accessories indicated on the Contract Drawings shall be illustrated and
dimensioned on the fabrication drawings.
C. Provide manufacturer's literature including recommended installation procedures,
instructions, certificates of material conformance with all parts of the specifications, test
reports demonstrating conformance with ASTM D-3753-99 and to the requirements of this
specification.
1.5 QUALITY ASSURANCE
A. The manufacturer shall examine the FRP manhole, prior to shipment, for dimensional
correctness, hardness and workmanship.
B. Controls on glass and resin content shall be maintained for all manufacturing procedures
and for each portion of manhole fabrication. Records shall be maintained of the control
checks. Proper glass content may be shown by glass usage checks or by glass and resin
application rate checks, in accordance with the material composition test in ASTM D 3753.
C. All required ASTM 3753 testing shall be completed and records of all testing shall be kept
by manufacturer. At the request of the Engineer these records shall be mailed for review
within five (5) workings days of receiving the request. This material shall be included with
literature and other documents specified for Submittal materials.
1.6 CERTIFICATION
A. Manufacturer shall certify that material and workmanship comply with the provision of
ASTM 3753. This certification shall consist of a statement by the manufacturer
accompanied by a copy of the test results, that the manhole(s) has been sampled, tested,
and inspected in accordance with the provisions of ASTM 3753 and this specification, and
meets all requirements. An authorized agent of the manufacturer shall sign each
certification. All tests shall be performed as specified in ASTM 3753. Testing documents
shall be no older than three (3) months earlier than Contractor Notice to Proceed.
1.7 HANDLING
A. FRP manholes shall be lifted with two slings on spreader bar in horizontal position or by
use of a 4"X4" timber inserted crosswise inside the manhole to the underside of the collar
with a rope or chain attached to lifting device. Manholes may also be equipped with lifting
lugs. Use of chains or cables in contact with the manhole surface is prohibited. FRP
manholes may be stored upright or horizontally, however, the manholes vertical deflection
shall not exceed 4% of the diameter when stored on its side. The manholes shall not be
dropped or impacted. Additional handling and installation instructions shall be in
accordance with the FRP manufacturer's instructions. Each FRP section manufactured in
accordance with the drawings shall be clearly marked to indicate the intended installation
location.
01269708 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 2
12/10
QUAKER AVENUE — FM 1585 TO 1 14"' STREET
PART 2 - PRODUCTS
2.1 MANUFACTURER
A. Fiber reinforced polyester (FRP) manhole(s) shall be manufactured by LF Manufacturing
or approved equivalent.
B. Fiberglass Reinforced Polyester manhole(s), shall be cylinders made of composite
laminate. The laminate shall consist of thermo-setting chemical resistant polyester resin,
fiberglass reinforcement, and additions as required. Manhole(s), shall be manufactured in
strict accordance with ASTM D-3753-99, and will include a manufacturer's 20-Year
Corrosion & Structural Warranty.
C. The manufacturer of the manhole(s) shall be able to show experience in the manufacture of
FRP manhole(s), in scope to that required for the project, for a continuous, uninterrupted
period of at least five (5) years. References shall be provided upon request by Engineer.
2.2 MATERIALS
A. Resin: Unsaturated commercial grade polyester resins shall be used and they must meet the
requirements listed below. The same supplier shall supply all resin. Mixed lots or "odd
lots" of resin from different vendors shall not be used and will be grounds for rejection.
Manufacturer shall document the lot number of the resin used for this project and include
same with submittal information. UV Inhibitors/stabilizers shall be added directly to resins
system to prevent photo -degradation of laminate. Exterior gel -coating or painting shall not
be permitted.
B. Reinforcing materials: The reinforcing materials shall be commercial grade "E" type glass
in the form of mat, continuous roving, chopped roving, roving fabric, or both, having a
coupling agent that will provide a suitable bond between the glass reinforcement and the
resin. The interior reinforcing surface layer shall have a thickness of between 0.25 min to
0.50 mm (10 to 20 mils). Reinforcement materials shall include chemically resistant
surface mat compatible with raw sewerage and organic surfacing veil.
C. Fillers and additives: Fillers, when used, shall be inert to the environment and manhole
construction and not in any way effect the performance of the manhole for its intended
purpose. Additives, such as thixotropic agents, catalysts, promoters, etc., may be added as
required by the specific manufacturing process to be used to meet the requirements
governing standards. However, calcium carbonate shall not be permitted. The resulting
reinforced plastic material must meet the requirement of this specification.
D. Laminate: The laminate shall consist of multiple layers of glass matting and resin. The
surface exposed to the sewer/chemical environment shall be resin rich and shall have no
exposed fibers. Cured laminate shall meet the following conditions:
Property Test Method Requirement
Glass Content (% by wt.) ASTM D 2584-68 9% - 20%
Compressive Strength D 695-69 Minimum 12,000 psi
Flexural Strength D 790-70 Minimum 12,000 psi
Flexural E-Modulus ASTM D 790-70 Minimum 700,000 psi
Surface Hardness ASTM D 2583-67 Minimum 90% of
Resin's Normal Value
t'
01269708 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 3
12/10
KER AVENUE— FM 1585 TO 1 14' STREET
2.3 GENERAL DESCRIPTION
A. Dimensions: The manhole shall be a circular cylinder, reduced at the top to a circular
manway not smaller than 22 1/2" inside diameter. Manholes shall be produced in half -foot
increments of length +/- 2". Nominal inside diameters shall be as indicated on the Contract
Drawings but no less than 48 inches. Tolerance on the inside diameter shall be +/- 1%. The
minimum wall thickness for all FRP manholes at all depths shall be 0.480" H2O Wheel
loading and all static and dynamic loads shall be considered in final wall thickness.
B. Configuration:
1. Cone Sections: The Manway reducer must provide a bearing surface on which the
specified ring and cover shall be supported and adjusted to grade. Adjacent height
shall not exceed one foot. The reducer shall be concentric and shall be joined to the
barrel section at the factory with resin and glass fiber reinforcement, thus providing
required monolithic design to prevent infiltration and/or exfiltration through the
manhole.
a. Manway reducer cone section shall be self -centering to permit vertical height
adjustment (raising or lowering) of manhole utilizing manufacturer provided
materials and detailed written instructions. Butt -Joint attachment of cone to
pipe is not permitted.
C. Class: The manhole shall comply with H-20 wheel load (minimum 16,000 pounds dynamic
wheel load) and be able to support said loading without benefit of backfill. AASHTO H-20
as required by ASTM D-3753 Latest Edition.
D. Stubouts and Connections:
1. ]nserta-Tee: Joints for sewer pipe line and drop connections sizes 4" - 12" shall be
made by means of ]nserta-Tee watertight compression connection. Installation shall
be in strict accordance with manufacturer's written instructions utilizing installation
equipment approved for use by the manufacturer of the Inserta-Tee fitting. Use of
equipment which does not meet this requirement is expressly prohibited.
2. Pipe Stubouts:
Ell
a. Install rubber gasketed PVC sewer pipe stubouts to manhole with resin and
glass-fiber reinforced lay-up. Gaskets shall meet the same performance
requirements of the sewer pipe to be installed unless otherwise directed by the
Engineer. Resin and fiberglass shall be of the same type and grade as used in
the fabrication of the fiberglass manhole. Attachment of PVC stubout to
manhole wall shall be done using non -pigmented resins to allow for easy field
inspection.
b. Install resilient rubber pipe -to -manhole connectors (boots) which conform to
the performance requirements of ASTM C-923. Resilient rubber
pipe -to -manhole boots shall be attached using fiberglass lay-ups directly to
manhole wall by manufacturer.---
c. Manholes for large diameter FRP pipe installations may have either factory
installed FRP Pipe Stub -Outs identical to pipe used for the project, or a
i
factory installed coupling to bottom of the manhole for T-base style
installation.
E. Manhole Bottom: Resin and glass fiber reinforced manhole bottoms may be provided, at
Contractor option. Manholes shall be provided with glass reinforced bottom
i
(Contractor option) section designed to withstand the hydrostatic head pressure, empty
and water to grade, of units at 25-ft. burial depth. (Units deeper than 25-ft. shall be
r ;
reinforced as necessary to sustain the H20 wheel loading status and all other induced static
and dynamic loads). Fiberglass ribs or fiberglass structural members may be utilized to
meet the design criteria. Stiffeners shall be of non -corrosive materials encapsulated in
01269708 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 4
j
12/10
�f
{ QUAKER AVENUE — FM l 585 TO l l 4TH STREET
fiberglass. FRP encapsulated wood or lumber will not be permitted. Bottom sections shall
be furnished with an integral 3" wide anchoring flange. Invert and bench may be field
installed utilizing concrete to the requirements of Division 3. Invert and bench may be
factory installed utilizing non -corrosive materials encapsulated in fiberglass
minimum 1 /4" thick.
F. Marking and Identification: All manholes shall be marked in letters no less than l" in
height with the following information:
l . Manufacturers Identification
2. Manufacturers Serial Number
3. Manhole Length
4. ASTM Designation
5. Installation assist marks (vertical lines 900 apart at base of manhole).
6. Project station location
G. Manhole cylinders, manway reducers, and connectors shall be produced from glass fiber -
reinforced polyester resin. Manhole cylinders to 72" 1D to be manufactured by "computer
controlled "Drostholm" continuous band mandrel process". Larger Diameters to be
manufactured by computer regulated steel mandrel process utilizing structural rib design.
H. Interior Access: All manholes shall be designed so that a ladder or step system can be
supported by the installed manhole. Manway openings to accommodate 24" or
32" specified ring and cover.
1. Manway Reducer: Manway reducers shall be concentric with respect to the larger portion
of the manhole diameters through 92".
J. Cover Ring and Support: The manhole shall provide an area from which a typical ring and
cover plate can be supported without damage to the manhole.
K. Assembly Joints: Product components, i.e., cylinders, reducers, bottoms, and connectors,
may be joined together to form a complete manhole.
2.4 FABRICATION
A. Exterior Surface: The exterior surface shall be relatively smooth with no sharp projections.
Hand -work finish is acceptable if enough resin is present to eliminate fiber show. The
exterior surface shall be free of blisters larger than 0.5" in diameter, delamination and fiber
show.
B. Interior Surface: The interior surfaces shall be resin rich with no exposed fibers. Interior
surface shall be smooth for improved corrosion resistance and reduced sludge build-up.
The surface shall be free of crazing, delamination, blisters larger than 0.5" in diameter, and
wrinkles of 0.125" or greater in depth. Surface pits shall be permitted up to 6' 2" if they are
less than 0.75" in diameter and less than 0.0625" deep. Voids that cannot be broken with
finger pressure and that are entirely below the resin surface shall be permitted up to 4' 2" if
they are less than 0.5" in diameter and less than 0.0625" thick.
C. Repairs: Any manhole repair is required to meet all requirements of this specification.
D. Manhole Lengths: Manhole lengths shall be in whole or 1/2-foot increments +/- 2".
E. Load Rating: The complete manhole shall have a minimum dynamic load rating
of 16,000 lbs. When tested in accordance with ASTM 3753. To establish this rating the
complete manhole shall not leak , crack, or suffer other damage when load tested
to 40,000 lbs. and shall not deflect vertically downward more than 0.25" at the point of
load application when loaded to 24,000 lb. When installed and without the benefit of
backfill around the manhole as support the complete manhole shall be H2O rated, no
exceptions.
01269708 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 5
12/10
QUAKER AVENUE— FM 1585 TO 114T" STREET
i
F. Stiffness: The cylindrical portion of the manhole is to be tested in accordance with ASTM
Method D 2412. The manhole cylinder shall have the minimum pipe -stiffness values shown
in the table below, when tested in accordance with ASTM 3753, Section 8.5, (note 1).
Manhole Length (ft) PSI
3-6 0.72
7 - 12 1.26
13 - 20 2.01
21 - 25 3.02
26 - 35 5.24
G. Soundness: In order to determine soundness, an air or water test is to be applied to the
manhole test sample. While holding the pressure between 3-5 psi, the entire manhole must
be inspected for leaks. Any leakage through the laminate is cause for failure of the test.
Refer to ASTM 3753, Sec. 8.6.
H. Chemical Resistance: Per ASTM C 581; (see ASTM 3753, Section 8.7), Flexural strength,
flexural modulus, and barcol hardness are plotted versus time on log -log coordinates. The
line defined by these points is extrapolated to 100,000 hours. The minimum extrapolation
retention allowed for any of these properties is 50%. Test samples used are actual pieces of
manhole or samples manufactured in a manner consistent in every way with the manhole
component construction.
1. Physical Properties:
Flexural Strength (cone): Hoop: 15.4 x 103 psi
Axial: 17.2 x 103 psi
Flexural Strength (pipe): Hoop: 22.5 x 103 psi
Axial: 14.3 x 103 psi
Compressive Strength: 18.9 x 103 psi
2.5 REJECTION OF MANHOLES
A. Manholes are subject to rejection on account of any of the following visual defects:
1.
Fuzz: Glass fibers loosely adhering to manhole, which are not wet out with resin.
2.
Protruding Fibers: Glass fibers sticking out from pipe surface that is not wet out with
resin.
3.
Resin Runs: Runs of resin and sand on surface of manhole.
4.
Dry Areas: Areas in laminate with glass to wet out with resin.
5.
Delamination: Separation in the laminate.
6.
Blisters: Light (straw) colored areas resulting from too hot a cure.
7.
Craze: Crack usually star shaped; caused by sharp impact.
8.
Surface Pits or Voids: Small air pockets on the surface or directly beneath the
surface mat.
9.
Wrinkles: Smooth irregularities on the surface.
10.
Torn Edges, End Delamination and End Gauges: Tears and rips in the edge of cuts.
11.
Ground Area: Areas around lay-up, which have been abraded and not covered by
lay-up.
12.
Hand Lay-up Ragged Edges: Areas at the edge of hand lay-up that are not rolled
down properly and that are rough.
13.
Painting or gel -coating of exterior or interior laminate.
01269708
GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 6
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
PART 3 - EXECUTION
3.1 GENERAL
A. The manhole(s) installation shall strictly follow the manufacturers recommended
installation procedures.
3.2 INSTALLATION
A. General Installation Outline: Manufacturer's complete manhole installation instructions
must be consulted before actual installation is performed.
B. Setting Manhole: To lift manhole, insert 4" x 4" timber crosswise inside the manhole to the
underside of the collar with a rope or chain attached to backhoe or other lifting device.
Lower manhole into wet concrete base to a minimum depth of 4". Minimum 2" thick
concrete bearing surface beneath bottom edge of the manhole is required. Plumb manhole
using standard bubble level and by moving manhole with hands. Work concrete around
manhole base and 6 inch minimum over incoming lines. Inverts and laterals are made
following standard procedures.: Do not pick up fiberglass manhole by cone if concrete
slab is attached above ground. Install lifting lugs into concrete slab for handling. Lift
manhole with slab attached by the slab not the manhole.
C. Backfill: Backfill FRP manholes with flow fill to within two feet of finished grade for
manholes located in non -paved areas. Backfill with flowable fill to bottom of base course
elevation or top of subgrade in paved areas.
D. Bring to Grade: Construct chimney on flat shoulder of manhole using precast concrete
rings. Chimney shall not exceed 12 inches including ring and cover.
3.3 QUALITY OF MATERIALS AND INSTALLATION
A. The quality of all materials, the process of manufacture, and the finished sections shall be
subject to review and approval by the Engineer, or other representative of the Owner. Such
review shall be made at the place of manufacturer, or at site of delivery, and the sections
shall be subject to rejection on account of failure to meet any of the specification
requirements as specified herein. Sections rejected after delivery to the job site shall be
marked for identification and shall be removed from the job at once. All sections which
have been damaged after delivery will be rejected, and if already installed shall be
acceptable if repaired or removed and replaced at the Contractor's expense. Removal or
replacement shall be subject to Engineer review and approval.
END SECTION
01269708 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 7
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
SECTION 02741
HOT -MIX ASPHALT PAVING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 -
General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Hot -mix asphalt paving.
B. Hot -mix asphalt patching.
C. Asphalt surface treatments.
D. Pavement -marking paint.
E. Cold milling of existing hot -mix asphalt pavement.
F. Construction Detours.
G. Asphalt Stabilized Base.
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
01269708 HOT -MIX ASPHALT PAVING 02741 - 1
12/10
UAKER AVENUE — FM 1585 TO l 14T" STREET
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
01269708 HOT -MIX ASPHALT PAVING 02741 - 2
12/10
QUAKER AVENUE — FM 1585 TO 114T11 STREET
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
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
City of Lubbock
City of Lubbock Street/Drainage Engineering Standard
Specifications
Specifications, Current Version
01269708 HOT -MIX ASPHALT PAVING 02741 - 3
12/10
QUAKER AVENUE — FM 1585 TO l l 4TH STREET 1
1.6 SUBMITTALS
A. Product Data
1. For each type of product indicated. Include technical data and tested physical and
performance properties.
B. Job -Mix Designs
1. Submit a job -mix design, for approval prior to preparing and placing the bituminous
mixture. Design mix using procedures contained throughout this section with
materials as specified. 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 subject to review and approved/denied by the Engineer.
C. Qualification Data
l . Submit qualifications for product manufacturers.
D. Material Test Reports
l . 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
l . 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
1. 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
test section may be placed within required project/plan limits as specified, but
contractor will be required to remove and replace based on required testing samples
or as approved by the Engineer. 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
01269708 HOT -MIX ASPHALT PAVING 02741 - 4
12/10
QUAKER AVENUE — FM 1585 TO 114T -' STREET
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. Additional test sections, as required, shall be constructed
and evaluated for conformance to the specified requirements. When test sections do
not conform to specified requirements, 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
I . Job -mix formula shall show the following:
a. Source and proportions, percent by weight, of each ingredient of the mixture;
b. Correct gradation, the percentages passing each size sieve listed in the
specifications for the mixture to be used, for the aggregate and mineral filler
from each separate source and from each different size to be used in the
mixture and for the composite mixture;
C. Amount of material passing the No. 200 sieve determined by dry sieving;
d. Number of blows of hammer compaction per side of molded specimen;
e. Temperature viscosity relationship of the asphalt cement;
f. Stability, flow, percent voids in mineral aggregate, percent air voids, unit
weight;
g. Asphalt absorption by the aggregate;
h. Effective asphalt content as percent by weight of total mix;
i. Temperature of the mixture immediately upon completion of mixing;
j. Asphalt viscosity grade and/or penetration range; and
k. Curves for the asphalt stabilized base and hot mix asphalt paving courses.
1.8 DELIVERY, STORAGE, AND HANDLING
A. Inspect materials delivered to the site for damage and store with a minimum of handling.
Store aggregates in such a manner as to prevent segregation, contamination, or intermixing
of the different aggregate sizes. Unless otherwise approved, do not store mixture for a
period long enough to affect the quality of the mixture, nor in any case longer than 12 hrs.
If the temperature of any HMAC, measured while passing through the lay down machine,
is plus or minus 25 degrees F from the mixing temperature, the load shall be rejected.
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.
01269708
12/10
t
HOT -MIX ASPHALT PAVING
02741 - 5
QUAKER AVENUE — FM 1585 TO 1 14TH STREET
PART 2-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. Course aggregate shall be crushed to the extent that produces a
minimum 85% crushed faces for both Type "C" HMAC, and Type "D"
HMAC.
b. Coarse aggregate shall have a maximum loss of 20% when subjected to
5 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. The amount
of organic matter, clays, loams, or particles coated therewith, or other
undesirable materials shall not exceed 2 percent. When subjected to the
Los Angeles Abrasion test, the coarse aggregate shall not have a loss greater
than 40 percent by weight.
C. Coarse aggregate may be enhanced by the addition of recycled asphaltic
pavement (RAP). The material shall be clean without any foreign materials
so as to produce a crushed aggregate in conformance with these
specifications.
2. Fine Aggregate — fine aggregate shall conform to ASTM D1073.
a. The fine aggregate shall be that part of the material passing the No. 10 sieve
and shall be uniform quality throughout. A maximum of 15% of the total
virgin aggregate may be field sand or other crushed fine aggregate.
Screenings shall be of the same or similar material as specified for course
aggregate.
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 95-100
Percent by Weight Retained on No. 80 Sieve 75 minimum
Percent by Weight Retained on No. 200 Sieve 55 minimum
B. Asphalt
1. Asphalt shall be performance grade 64-22 or better, AASHTO Performance Graded
Binder Specification (MPI).
2. The Contractor shall notify the Engineer of the source of asphaltic material for
approval prior to production of the asphaltic mixture.
3. The optimum asphalt content shall be determined by the Test Method Tex 204-F.
�1
01269708 HOT -MIX ASPHALT PAVING 02741 - 6 t l
l2/10
i
QUAKER AVENUE — FM 1585 TO 114TH STREET
4. Asphalt content will be plus or minus 0.3% of design during production. When
asphalt content falls outside these parameters immediate action is required.
5. if at any time the asphalt content falls to 0.5%, immediate cease in production will
take place until which time the contractor has provided sufficient evidence of the
problem being corrected.
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 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. All vertical joints shall be tack
coated.
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 ASB 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/Temporary Pavement
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), Type B (fine base), using the Texas
gyratory compaction method (TX206-F).
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:
L.,.; Sieve Size 1" 7/8" 5/8" 3/8" #4 #10 #40 #80 #200
Percent Retained by Weight 0 95-100 75-95 60-80 40-60 27-40 10-25 3-13 1-6
Material passing the #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
The mineral aggregate shall not contain more than 0.5% moisture prior to
entering the pugmill for mixing with asphalt.
01269708 HOT -MIX ASPHALT PAVING 02741 - 7
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
d. The ASB mixture shall consist of a uniform mixture of mineral aggregate and
asphaltic material. The mineral aggregate shall conform to the gradation
requirements specified. The percent asphaltic material shall be determined in
accordance with Test Method Tex.-204-F, with a target density of 96.5% lab
molded density. Asphalt content tolerances will be plus or minus .3%. Outside
these parameters corrective action must be taken immediately, over .5% shall
require immediate cease of production. No more than 20% RAP will be
allowed in ASB designs. The percent asphaltic material shall be determined
in accordance with Test Method Tex.-236F. Asphalt for the mixture shall
meet the requirements of TxDOT Item "Asphalt, Oils, and Emulsions", and
must be a performance graded (PG) 64-22 or better. The grade of asphalt and
source must be approved by the Engineer prior to use. The contractor shall
submit the mix design prepared by a qualified lab for approval by the
Engineer. The Engineer will approve the asphalt content to be used in the
mixture after design tests have been made with the aggregate to be used. The
asphalt content of the production mixture during production shall not vary
from the design more than 0.2% dry weight based on total mixture.
Surface Course
a. Hot mix asphalt concrete surface shall consist of a minimum of one and one
half inch thick compacted mixture of coarse aggregate, fine aggregate,
mineral filler and asphalt cement mixed hot in a mixing plant in accordance
with these specifications. Unless otherwise specified, the materials and
construction shall conform to TxDOT Item 340 Dense Graded Hot Mix
Asphalt Method.
b. Mix designs will be in accordance with TX204-F with a lab molded density of
96.0% using the Texas gyratory compaction method. With a target VMA
(voids in mineral aggregate) to be determined according to type of HMAC
utilized. Designs will need to be resubmitted annually or when material
properties change.
C. The contractor's plant and equipment are subject to approval by Engineer, and
shall be appropriate and in suitable condition to produce the HMAC surface
consistently in compliance with these specifications. Approval of the source
and character of the materials shall be obtained from the Engineer prior to
use. The combined mineral aggregate, after final processing by the mixing
plant and prior to addition of asphalt and mineral filler, hall have a sand
equivalent value of not less than 45 when tested in accordance with Test
Method Tex 203-F. The percent of flat and elongated slivers of stone for any
aggregate shall not exceed 25% when tested in accordance with Test Method
Tex 224-F.
d. 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 "Asphalt Anti -Stripping Agents", and shall be added at the
manufacturer's recommended dosage and temperature range.
1I
01269708 HOT -MIX ASPHALT PAVING 02741 - 8 j
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
e. The contractor shall provide a current HMAC mix design using the approved
materials, indicating gradation and optimum asphalt content as determined by
Test Method Tex 204-F.
I ) If approved by the Engineer, the contractor may furnish an alternate
mix design based on specific proposed materials. Otherwise the
aggregate mixture shall conform to the following master gradation:
Type "C" (Course Graded Surface Course
— Streets greater than 36 feet wide)
Percent passing 7/8"
100
Percent passing'/4"
95-100
Percent passing 3/8"
70-85
Percent passing No. 4
43-63
Percent passing No. 8
32-44
Percent passing No. 30
14-28
Percent passing No. 50
7-21
Percent passing No. 200
2-7
VMA
Design min. 12%
Type "D" (Fine Graded Surface Course — Streets 36 feet or less wide)
t -3 Percent passing 1 /2"
98-100
Percent passing 3/8"
85-100
Percent passing No. 4
50-70
Percent passing No. 8
35-46
Percent passing No. 30
15-29
Percent passing No. 50
7-20
Percent passing No. 200
2-7
VMA
Design min. 14%
2) Lab molded density will be plus or minus 1.0% of design before
corrective action is required. Plus or minus 1.5% will require
immediate cease in production operations with removal and
replacement of HMAC laid at that location. Production will cease until
which time the contractor has sufficiently proven they have taken
corrective actions. Asphalt content will be plus or minus .3% before
corrective action is required. Plus or minus .5% will require immediate
cease in production in operations with removal and replacement of
HMAC laid at that location. Production will cease until which time the
contractor has sufficiently proven they have taken corrective actions.
3) 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
4) The mineral aggregate shall not contain more than 0.5% moisture prior
to entering the pugmill for mixing asphalt. The HMAC mixture shall
consist of a uniform mixture of mineral aggregate and asphalt
materials.
01269708 HOT -MIX ASPHALT PAVING 02741 - 9
12/10
QUAKER AVENUE — FM 1585 TO 114T11 STREET j •,
5) If approved by the Engineer, the contractor may provide an alternate
mix design based on his proposed materials. The contractor's materials
and mix design shall meet all the performance criteria addressed in
these specifications.
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
I . 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.
B. Curing
I . Following the application of bituminous material, allow the surface to cure without
being disturbed for a period of not less than 48 hours, or longer as may be necessary,
to attain penetration into the foundation course and evaporation of the volatiles from
the bituminous material. Furnish and spread enough sand to effectively blot up and
cure excess bituminous material. Maintain the primed surface until the succeeding
layer of pavement is placed by protecting the surface against damage and by
repairing and repriming deficient areas.
C. Temperature
I . 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
01269708 HOT -MIX ASPHALT PAVING 02741 - 10
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
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.
E. The ASB shall be compacted thoroughly and uniformly with approved rollers to a density
of 90.1 % to 97.3% in place air voids with a lab molded target of 96.5% plus or minus 1 %.
All results will be calculated using the maximum theoretical rice gravity. Lab molding will
take place in accordance to the asphalt manufacturer's recommended temperature.
1. Rolling patterns shall be set by using a thin lift nuclear gauge in order to ensure
maximum compaction. All roller marks shall be removed and compaction
completed prior to the ASB mixture cooling below 185 degrees F.
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 all joints.
2. Offset longitudinal joints, in successive courses, a minimum of 6 inches.
3. Offset transverse joints, in successive courses, a minimum of 24 inches.
4. Construct transverse joints as described in AI 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.
01269708 HOT -MIX ASPHALT PAVING 02741 - 11
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
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:
l . 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 I/4 inch.
3.8 FIELD QUALITY CONTROL
A. Testing Agency: Contractor shall perform field tests and inspections and prepare test
reports.
1. Testing agency will conduct and interpret tests and state in each report whether
tested work complies with or deviates from specified requirements.
B. Additional testing and inspecting, at Contractor's expense, will be performed to determine
compliance of replaced or additional work with specified requirements.
C. Thickness: In -place compacted thickness of hot -mix asphalt courses will be determined
according to ASTM D 3549.
�i
01269708 HOT -MIX ASPHALT PAVING 02741 - 12
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
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
01269708 HOT -MIX ASPHALT PAVING 02741 - 13
12/10
k QUAKER AVENUE — FM 1585 TO 114T" STREET
SECTION 02751
PORTLAND CEMENT CONCRETE PAVEMENT
PART 1-GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses; Supplementary Conditions and Division 1 -
General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Concrete pavement.
B. Curb and gutter.
C. Driveways (alleys).
D. Sidewalks.
E. 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 02300 — 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 shall indicate target unit weight of mix. Mix design shall not
be in excess of 30 days old without the Engineer's approval.
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 1
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
D. 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.
5. Fly ash content.
6. Water content.
7. All admixtures.
8. Maximum slump.
9. Percent air entrainment.
10. 7 day flexural strength.
11, 7 day compressive strength.
12. 28 day compressive strength.
E. Material Test Reports: From a qualified testing agency indicating and interpreting test
results for compliance of the following with requirements indicated, based on flexural and
comprehensive testing of current materials:
l . 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.
F. 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.
2. An inspection report signed and sealed by a licensed professional engineer showing
that concrete measuring, mixing, and delivery equipment meets all requirements of
ASTM C 94. A new certification or signed and sealed report is required every time
a plant is moved. Provide a copy of the certification or the signed and sealed
inspection report to the Engineer.
3. When equipment or facilities fail to meet specification requirements, remove them
from service until corrected.
C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities
having jurisdiction.
t
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 -2
12/10
i�
QUAKER AVENUE — FM 1585 TO 114T" STREET
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. When there are
changes in material, brand, source, or chemical admixtures, reevaluate the mix as a new
mix design.
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.
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.
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 3
12/10
t'
QUAKER AVENUE —FM 1585 TO 114T' STREET }
2.3 REINFORCING STEEL INSERTING EQUIPMENT
A. Inserting equipment may not be used in place of two piece tie bars or drilled and epoxy
bars.
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 1 in., a minimum weight of 70 oz. per square yard, and a
strong, durable, rot -resistant backing material bonded to the facing.
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 I in., center -to -center. Hand -operated timing 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.
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 4 k_
12/10
QUAKER AVENUE — FM 1585 TO l l 4TH STREET
2.8 TESTING EQUIPMENT
A. Provide testing equipment regardless of job -control testing responsibilities in accordance
with TxDOT 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 Tex-424-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.
2.11 STEEL REINFORCEMENT
A. Plain -Steel Welded Wire Fabric: ASTM A 185, fabricated from as -drawn steel wire into
flat sheets, shall be 6" x 6" — 10 gauge welded wire fabric, or as shown on plans.
B. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed.
C. Joint Dowel Bars: Plain steel bars, ASTM A 615/A 615M, Grade 60. Cut bars true to
length with ends square and free of burrs.
D. Tie Bars: 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.
3. Place vertical reinforcement supports drilled into sub -base material to prevent
horizontal movement of reinforcing steel.
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, 11, or III or ASTM G176 IA, IIA, or IIIA for air
entrained. Fly ash may be substituted at a rate up to 30% by absolute volume of the
cement.
C. Aggregate: ASTM C 33, uniformly graded, from a single source, as follows:
1. Class:4M.
._, 2. Maximum Aggregate Size: 1-1/2 inches nominal.
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 5
12/10
QUAKER AVENUE — FM 1585 TO 1 14'-}' STREET
Coarse aggregate for Class C or D concrete shall be crushed limestone (Brownwood
type or equivalent).
Aggregate shall be graded from fine to coarse and shall conform to ASTM C 136.
The gradation for aggregate shall meet the following requirements by weight:
FINE AGGREGATE
COARSE AGGREGATE
Sieve
Percent Passing
Sieve
Percent Passing
3/8 inch
100
2 inch
100
No. 4
95-100
1-1/2 inch
95-100
No.8
80-100
No. 16
50-85
3/4 inch
35-70
No. 30
25-60
3/8 inch
10-30
No. 5OA
5-30
No.4
0-5
No. 100
0-10
No.200B
0-3
A Range is 6-35 when sand equivalent volume is greater than 85.
B 0-6 for manufactured sand.
Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM
C 87. Maximum amounts of impurities finer than the #200 sieve shall conform to
ASTM C 117. Maximum amounts of soft particles shall conform to ASTM C 123.
Maximum amounts of friable particles shall conform to ASTM C 142.
Fine aggregate shall have a sand equivalent of at least 80 in accordance with Tex-
203-F. Provide fine aggregate with fineness modules between 2.3 and 3.1 per ASTM
C-33.
Stockpiles shall be protected from dusty conditions by drift fences or other methods
approved by the Engineer. Stockpiling methods used shall not allow aggregate to
roll down the slope as it is added to existing stockpiles. Stockpiles shall be built in
layers of uniform thickness. Equipment shall not be permitted to operate over the
same lift repeatedly.
Coarse aggregate shall have a maximum loss of 12% when subjected to 5 cycles of
the magnesium sulfate soundness test (ASTM C-88).
The percentage of wear shall be no more than 40 when tested in accordance with
ASTM C-131 or ASTM C-535.
Aggregates delivered to the mixer shall consist of crushed stone, crushed gravel, or
natural sand. Crushing shall result in a product in which the coarse aggregate shall
have at least 95% by weight of particles with one or more fractured faces
and 75% by weight of particles with two or more fractured faces. The aggregate
shall be composed of sound, tough, durable particles and shall meet the requirements
for deleterious substances given in ASTM C33. The aggregate in any size group
shall not contain more than 8 percent by weight of flat or elongated pieces. A flat or
elongated particle is one having a ratio between the maximum and the minimum
dimensions of a circumscribing rectangular prism exceeding 3 to 1.
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 6
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
7. Reactivity:
a. Aggregates shall be tested for deleterious reactivity with alkalis in the cement,
which may cause excessive expansion of the concrete. Tests of coarse and
fine aggregate shall be made in accordance with ASTM C 1260. if the
expansion of the coarse or fine aggregate test specimens, tested in accordance
with ASTM C 1260, does not exceed 0.10 % at 16 days from casting, the
coarse or fine aggregates shall be accepted.
b. if the expansion at 16 days is greater than 0.10%, tests of combined materials
shall be made in accordance with ASTM C 1260 or ASTM C 1567 using the
aggregates, cementitious materials, and/or specific reactivity reducing
chemicals in the proportions proposed for the mixture design. if the
expansion of the proposed combined materials test specimens, tested in
accordance with ASTM C 1260 or ASTM C 1567, does not exceed 0.10 % at
[30] days from casting, the proposed combined materials will be accepted. If
the expansion of the proposed combined materials test specimens is greater
than 0.10% at 30 days, the aggregates will not be accepted unless adjustments
to the combined materials mixture can reduce the expansion to less
than 0.10 % at 30 days, or new aggregates shall be evaluated and tested.
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 Ill.
C. Specific gravity - .91
D. Tensile Strength — 70,000 psi to 100,000 psi.
E. Length — 2".
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.
01269708 PORTLAND CEMENT CONCRETE PAVEMENT
12/10
02751 - 7
QUAKER AVENUE — FM 1585 TO l 14T" STREET
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 DMS-4650, "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."
2.19 RELATED MATERIALS
A. Expansion- and Isolation -Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic
fiber.
B. Texture Surface for Ramps
I . 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
1. Polyvinyl acetate or acrylic base.
D. Sand Cusion
l . Clean, manufactured or natural sand with plasticity index of 8 or less.
2.20 CONCRETE MIXES
A. Prepare design mixes, proportioned according to ACI 301, for each type and strength of
normal -weight concrete determined by either laboratory trial mixes or field experience.
B. Use a qualified independent testing agency for preparing and reporting proposed mix
designs for the trial batch method.
l . Do not use Owner's field quality -control testing agency as the independent testing
agency.
C. Classification
l . 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.
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 -8
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
Class D N/A.
Class E Fast setting concrete pavement such as "Fast Track" Concrete
Pavement or other special design.
D. Proportion mixes to provide concrete with the following properties:
l . Water-Cementitious Materials Ratio as shown in Section E.2.
E. Mix Design
1. At least 15 days prior to beginning any concrete pavement construction the
Contractor shall submit the following to the Engineer for approval:
a. Test certificates from an approved commercial testing laboratory on all
proposed aggregate. Certificates shall indicate material source, gradation, and
loss from 5 cycle Magnesium Sulfate or Sodium Sulfate test (not to exceed
12%).
b. A mix design based on water -cement ratio.
C. Results of flexural and compression tests in conformance with ASTM C 39
and/or flexural tests in conformance with ASTM C 78, made by an approved
commercial testing laboratory. Tests shall be made on 6 cylinders
and/or 6 beams at curing times appropriate to the class of concrete.
2. The Engineer will approve or reject the mix design and materials based on these
submittals. This approval shall be subject to additional testing during construction.
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
F. Strength Requirements
1. Test at least three sets of design strength specimens with two specimens per set. The
various classes of concrete shall conform to the following strengths in psi as
determined by the average of two test cylinders and beams.
COMPRESSIVE FLEXURAL
Class 3 Day 7 Day 28 Day 7 Day 28 Day
A - 2100 3000 425
B 2500 3000 - 280
C - 3500 4400 570 680
D - - -
E 2600 (24hr) Unless otherwise 400 (24 hr)
specified
01269708 PORTLAND CEMENT CONCRETE PAVEMENT
12/10
02751 - 9
L
AKER AVENUE — FM 1585 TO 1 14T" STREET
G. Properties
I . Air Entrainment: 5% ASTM C 260. If the air content is more than 1 '/z percentage
points below or above the required air, the load of concrete will be rejected.
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.
I . 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.
2. Mixing and delivery time starts at time of batching.
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 an appropriate
method and as approved by the Engineer.
I. For mixers of 1 cu. yd. or smaller capacity, continue mixing at least one and
one-half minutes, but not more than five minutes after ingredients are in mixer,
before any part of batch is released.
2. For mixers of capacity larger than 1 cu. yd., increase mixing time by 15 seconds for
each additional 1 cu. yd.
3. Provide batch ticket for each batch discharged and used in the work, indicating
project identification name and number, date, mix type, mix time, quantity, and
amount of water added. Batch ticket shall also indicate batching operation variances
according to ACI 304R.
a. Cement and supplementary cementitious material within f 1 % of desired
weight.
b. Aggregates measured within f2% of desired weight (f ] % when cumulative
weight is taken).
C. Allowable water adjusted for free moisture in aggregates.
d. Admixtures discharged separately within a volumetric tolerance of f3% using
a method that does not allow concentrated admixtures to contact each other.
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 j
been corrected and subgrade is ready to receive pavement.
B. Remove loose material from compacted subbase surface immediately before placing
concrete.
F )
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 10
12/10
QUAKER AVENUE — FM 1585 TO 114TH STREET
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
I00-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.
B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond -reducing
materials.
C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position
during concrete placement. Maintain minimum cover to reinforcement.
D. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least
one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent
continuous laps in either direction.
3.4 JOINTS
A. Reinforcing Steel and Joint Assemblies: Accurately place and secure in position all
reinforcing steel as shown on the plans. Place dowels at mid -depth of the pavement slab,
parallel to the surface. Place dowels for transverse contraction joints parallel to the
-•. pavement edge. Tolerances for location and alignment of dowels will be shown on the
plans. Stagger the longitudinal reinforcement splices to avoid having more than 1/3 of the
splices within a 2-ft. longitudinal length of each lane of the pavement. Use multiple -piece
tie bars or drill and epoxy grout tie bars at longitudinal construction joints. Verify that tie
bars that are drilled and epoxied into concrete at longitudinal construction joints develop a
pullout resistance equal to a minimum of 3/4 of the yield strength of the steel after 7 days.
Test 15 bars using ASTM E 488, except that alternate approved equipment may be used.
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 11
12/10
UAKER AVENUE — FM 1585 TO 114T" STREET
All 15 tested bars must meet the required pullout strength. If any of the test results do not
meet the required minimum pullout strength, perform corrective measures to provide
equivalent pullout resistance. Repair damage from testing. Acceptable corrective measures
include but are not limited to installation of additional or longer tie bars.
B. 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.
C. 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.
D. 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.
E. Curb and Gutter
1. Place 3/4" 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'/4" depth at 10 foot intervals.
F. 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'/4" deep.
G. 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.
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 12
12/10
3.5
3.6
AKER AVENUE — FM 1585 TO 1 14T" STREET
2. Grooved Joints: Form contraction
finishing each edge of joint with
grooving of contraction joints afte
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.
CONCRETE DELIVERY
r
joints after initial floating by grooving and
groover too] to the following radius. Repeat
applying surface finishes. Eliminate groover
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.
CONCRETE PLACEMENT
A. For all roadway lane pavement, construct pavement with an approved slip -form paving
machine designed to spread, consolidate, screed, and float -finish the freshly placed
concrete in one complete pass of the machine so a dense and homogeneous pavement is
achieved with a minimum of hand finishing. The paver -finisher shall be a heavy duty,
self-propelled machine designed specifically for paving and finishing high quality concrete
pavements.
Individual placement areas of less than 500 square yards, or irregular areas at locations
inaccessible to slip -form paving equipment, cement concrete pavement may be placed with
approved placement and finishing equipment utilizing stationary side forms. Hand
screeding and float finishing may only be utilized on small irregular areas as allowed by
the Engineer.
B. Concrete Placement: Do not allow the pavement edge to deviate from the established
paving line by more than '/2 in. at any point. Place the concrete as near as possible to its
final location, and minimize segregation and rehandling. Where hand spreading is
necessary, distribute concrete using shovels. Do not use rakes or vibrators to distribute
concrete.
I. Pavement: Consolidate all concrete by approved mechanical vibrators operated on
the front of the paving equipment. Use immersion -type vibrators that simultaneously
consolidate the full width of the placement when machine finishing. Keep vibrators
from dislodging reinforcement. Use hand -operated vibrators to consolidate concrete
in areas not accessible to the machine -mounted vibrators. Do not operate machine -
mounted vibrators while the paving equipment is stationary. Vibrator operations are
subject to review.
C. 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
requirements. 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
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 13
12/10
QUAKER AVENUE— FM 1585 TO 114T" STREET
D. When adjoining pavement lanes are placed in separate pours, do not operate equipment on
concrete until pavement has attained 85 percent of its 28-day compressive strength.
E. 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.
F. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and
as follows when hot -weather conditions exist:
I. 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.
G. Date Imprinting: Imprint dates in the fresh concrete indicating the date of the concrete
placement. Make impressions approximately 1 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. Finish all concrete pavement with approved self-propelled equipment. Use power -driven
spreaders, power -driven vibrators, power -driven strike -off, and screed, or approved
alternate equipment. Use the transverse finishing equipment to compact and strike off the
concrete to the required section and grade without surface voids. Use float equipment for
final finishing. Use concrete with a consistency that allows completion of all finishing
operations without addition of water to the surface. Use the minimal amount of water fog
mist necessary to maintain a moist surface. Reduce fogging if float or straightedge
operations result in excess slurry.
1. Finished Surface: As soon as the concrete has hardened sufficiently, the pavement
surface shall be tested in the transverse direction with a 16-foot straightedge or other
specified device. Surface smoothness deviations shall not exceed 1/4 inch from a
16-foot straightedge at any location, including placement along and spanning any
pavement joint or edge.
Areas in the slab showing high spots of more than 1/4 inch but not exceeding 1/2
inch in 16 feet shall be marked and immediately ground down with an approved
grinding machine to an elevation that falls within the tolerance of 1/4 inch or less. {
Where the departure from the correct cross section exceeds 1/2 inch, the pavement j
shall be removed and replaced at the expense of the Contractor when so directed by 11
the Engineer.
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 14
l
12/10
1
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
In addition to the 16-foot straight edge, the Contractor shall furnish a 25' wheel base
California type profilograph and competent operator to be used to measure
longitudinal pavement surface deviations. The profilograph shall be operated under
the supervision of the Engineer and in accordance with the manufacturer's
instructions. The profilograph shall be operated at a speed no greater than a normal
walk. Original PP
rofilograms for the appropriate locations interpreted in accordance
P
with ASTM E 1274 shall be furnished to the Engineer. The profilograms shall be
recorded on a scale of one inch equal to 25 feet longitudinally and one inch equal to
one inch or full scale vertically. Records shall be maintained showing all smoothness
measurements.
a. The surface pavements of continuous placement of 50 feet or more shall be
tested and evaluated as described herein. Two passes shall be made in each
paving lane greater than 20 feet in width; each pass shall be six feet from and
parallel with the centerline of the paving lane. The average of the two passes
shall be considered as the profilograph result for the paving lane. For paving
lanes less than 20 feet in width, one pass along the centerline shall be
required. Tests shall be run the next working day following concrete
placement. Each trace shall be completely labeled to show paving lane, wheel
pass, and stationing.
b. The Contractor shall furnish paving equipment and employ methods that
produce a riding surface for each section of pavement having an average
profile index meeting the requirements of paragraph 8.1c. A typical
subsection will be considered to be the width of the paving lane and 1/10 mile
long. The profile index will be determined in accordance with ASTM E 1274
using a 0.2-inch blanking band. Within each 1/IOth mile subsection, all areas
represented by high points having a deviation in excess of 0.4 inch in 25 feet
or less shall be removed by the contractor using an approved grinding device
or a device consisting of multiple diamond blades. The use of a bush hammer
or other impact devices will not be permitted. After removing all individual
deviations in excess of 0.4 inch, additional corrective work shall be performed
if necessary to achieve the required ride quality. All corrective work shall be
completed prior to determination of pavement thickness.
C. On those pavement subsections where corrections were necessary, second
profilograph runs will be performed to verify that the corrections have
produced an average profile index of 15 inches per mile or less. if the initial
average profile index was less than 15, only those areas representing greater
than 0.4-inch deviation will be re -profiled for correction verification.
d. When the average profile index does not exceed 7.0 inches per mile, payment
will be made for that section at the contract unit price for the completed
pavement. When the average profile index exceeds 7.1 inches per mile, but
does not exceed fifteen inches per mile, the Contractor may elect to accept a
contract unit price adjustment in lieu of reducing the profile index.
e. Individual sections shorter than 50 feet and the last 15 feet of any section
where the contractor is not responsible for the adjoining section, shall be
straightedged with a 16 foot straightedge or other specified device only.
Surface smoothness deviations shall meet acceptable criteria as shown in this
section.
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 15
12/10
QUAKER AVENUE — FM 1585 TO 1 l 4T" STREET
f. If there is a section of 250 feet or less, the profilogram for that section shall be
included in the evaluation of the previous section. If there is an independently
placed section of 50 to 250 feet in length, a profilogram shall be made for that
section and the pay adjustment factors for short sections of paragraph 8A c
shall apply.
g. Any corrective work required shall be performed prior to joint sealing and
grooving operations.
h. All cost necessary to provide the profilograph and related to furnishing the
appropriate profilograms as required in this provision are incidental to
concrete pavement construction and no direct compensation will be made
therefore."
2. Maintenance of Surface Moisture: Prevent surface drying of the pavement before
application of the curing system. Accomplish this by fog application 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.
3. Surface Texturing: Perform surface texturing using a combination of a carpet drag
and metal lining. 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 lining. Operate the metal -tine device to obtain grooves spaced at I in.,
approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately
1/12 in. wide. Do not overlap a previously tined area. Use manual methods for
achieving similar results on ramps and other irregular sections of pavements. Repair
damage to the edge of the slab and joints immediately after texturing. Do not tine
pavement that will be overlaid.
a. 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.
b. 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.
C. 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.
d. Tined Finish: For concrete pavement, perform surface texturing using a
combination of a carpet drag and metal lining. 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 lining. 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
approximately ] /] 2 inch wide. Do not overlap a previously tined area. Use manual
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 16
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
methods for achieving similar results on other irregular sections of pavements.
Repair damage to the edge of the slab and joint immediately after texturing.
4. 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.
5. 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. if forms are removed during day of placement, apply curing
compound to exposed areas. When placing concrete pavement, place curing compound on
backside of curb. 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 507 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
AC1306.1 for cold -weather protection and follow recommendations in ACI305R for
hot -weather protection during curing. Submit for approval proposed measures to protect
the concrete from anticipated freezing weather for the first 72 hrs after placement. Repair
or replace all concrete damaged by freezing.
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.
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.
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 17
12/10
QUAKER AVENUE— FM 1585 TO 114T" STREET
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 360.4.1.1, "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. Once sawing has
commenced it shall be continued until completed and all such sawing must be completed
within 12 hours of placement. 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.
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 "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.
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 18
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
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 HES 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.
3.11 PAVEMENT THICKNESS
A. The Engineer will check the thickness in accordance with Tex-423-A unless other methods
' are shown on the plans. The Engineer will perform 1 thickness test consisting of 1 reading
at approximately the center of each lane every 500 feet or fraction thereof. Core where
directed in accordance with 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 Tex-423-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
3.1 l .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
..., average 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 l 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
l 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
determined by the Engineer.
I
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 19
12/10
QUAKER AVENUE — FM 1585 TO 1 14" STREET
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.
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 3.1 1.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. Contractor personnel performing testing must either be ACI-
certified or qualified by a recognized equivalent written and performance testing program
for the tests being performed. Sampling and testing for quality control include those
specified in this Article.
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 20.1
12/10
f,``
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
B. Job -Control Testing: Unless otherwise shown on the plans, perform all fresh and hardened
concrete job -control testing at the specified frequency. Use of a commercial laboratory is
acceptable. Maintain all testing equipment calibrated in accordance with pertinent test
methods. Make strength -testing equipment available to the Engineer for verification
testing. Provide the Engineer the opportunity to witness all tests. The Engineer may
require a retest if not given the opportunity to witness. Furnish a copy of all tests results to
the Engineer daily. The Engineer will direct random job -control sampling and testing.
Immediately investigate and take corrective action as approved if any Contractor test
results, including tests performed for verification purposes, does not meet specification
requirements. When job -control testing by the Contractor is waived by the plans, the
Engineer will perform the testing; however, this does not waive the Contractor's
responsibility for providing materials and work in accordance with this Item.
C. Job -Control Strength: Unless otherwise shown on the plans or permitted by the Engineer,
use 7-day job -control strength testing in accordance with ASTM C 78. When a job -control
concrete strength test value is more than 10% below the required job -control strength or
when 3 consecutive job -control strength values fall below the required job -control strength,
investigate the strength test procedures, the quality of materials, the concrete production
operations, and other possible problem areas to determine the cause. Take necessary action
to correct the problem, including redesign of the concrete mix if needed. The Engineer
may suspend concrete paving if the Contractor is unable to identify, document, and correct
the cause of low strength test values in a timely manner. if any job -control strength is
more than 15% below the required job -control strength, the Engineer will evaluate the
structural adequacy of the pavements. When directed, remove and replace pavements
found to be structurally inadequate at no additional cost.
D. 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. Flexural and Compressive -Strength Tests: ASTM C 78 and 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.
Provide the Engineer the opportunity to witness all tests. The Engineer may require
a retest if not given the opportunity to witness. Furnish a copy of all test results to
the Engineer daily. Check the first few concrete loads for slump, air, and
temperature on start-up production days to check for concrete conformance and
consistency. Sample and prepare strength test specimens (2 specimens per test) on
the first day of production and for each 2,000 sq. yd. or fraction thereof of concrete
pavement thereafter. Prepare at least 1 set of strength -test specimens for each
production day. Perform slump, air, and temperature tests each time strength
specimens are made. Monitor concrete temperature to ensure that concrete is
consistently within the temperature requirements. The Engineer will direct random
job -control sampling and testing. Immediately investigate and take corrective action
as approved if any Contractor test result, including tests performed for verification
purposes, does not meet specification requirements.
3. When frequency of testing will provide fewer than five 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.
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 21
12/10
ER AVENUE — FM 1585 TO 114T" STREET
4. Slump: ASTM C 143; one test at point of placement for each 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 strength test, but not
less than one test for each day's pour of each type of air -entrained concrete.
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
strength specimens.
7. Test Specimens: ASTM C 31 /C 31 M; one set of two standard beams and one set of
four standard cylinders for each flexural and compressive -strength test, unless
otherwise indicated. Flexural strength test specimens will be cured under the same
conditions as the portion of pavement involved. Cylinders shall be molded and
stored for laboratory -cured test specimens unless field -cured test specimens are
required.
E. Test results shall be reported in writing to Engineer and Contractor within 24 hours of
testing. Reports of 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 strengths at their required time, concrete mix
proportions and materials, breaking strengths, and type of break for both 7- and 28-day
tests.
F. 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.
G. 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.
H. Contractor shall pay for failing tests.
1. 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.
e. In -place core densities, on average, are less than 97% of original mix design
density, or any one core is below 96% of original mix design density,
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.
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 22
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
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.
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
01269708 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 23
l2/10
QUAKER AVENUE — FM 1585 TO 114TH STREET
SECTION 02764
PAVEMENT JOINT SEALANTS
PART] -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 -
General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Expansion and contraction joints within portland cement concrete pavement.
B. Joints between portland 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.
E. Product Test Reports: From a qualified testing agency indicating joint sealants comply
with requirements, based on comprehensive testing of current product formulations.
01269708 PAVEMENT JOINT SEALANTS 02764 - 1
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
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.
01269708 PAVEMENT JOINT SEALANTS 02764 - 2 J1
12/10
QUAKER AVENUE — FM 1585 TO l 14TH STREET
PART 2 - PRODUCTS
2.1 MATERIALS, GENERAL
A. Compatibility: Provide joint sealants, backing materials, and other related materials that are
compatible with one another and with joint substrates under conditions of service and
application, as demonstrated by joint sealant manufacturer based on testing and field
experience.
B. Bituminous pre -molded expansion joint shall conform to ASTM D 1751.
C. 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 1, of
diameter and density required to control sealant depths and prevent bottom -side adhesion
of sealant.
C. Backer Strips for Cold- and Hot -Applied Sealants: ASTM D 5249; Type 2; of thickness
and width required to control sealant depths, prevent bottom -side adhesion of sealant, and
fill remainder of joint opening under sealant.
D. Round Backer Rods for Cold -Applied Sealants: ASTM D 5249, Type 3, of diameter and
density required to control sealant depths and prevent bottom -side adhesion of sealant.
2.3 PRIMERS
A. Primers: Product recommended by joint sealant manufacturer where required for adhesion
of sealant to joint substrates indicated, as determined from preconstruction joint- sealant -
substrate tests and field tests.
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.
01269708
12/10
PAVEMENT JOINT SEALANTS
02764 - 3
QUAKER AVENUE — FM 1585 TO 114'" STREET
i
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
t
backings are installed:
I. 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
3
allow optimum sealant movement capability.
E.
Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or
curing begins, too] 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.
I. 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
1-}
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.
4>
01269708 PAVEMENT JOINT SEALANTS 02764 - 4
12/10
�1
QUAKER AVENUE — FM 1585 TO 114TH STREET
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
01269708 PAVEMENT JOINT SEALANTS 02764 - 5
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
SECTION 02900
SEEDING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Seeding at all disturbed areas.
B. Establishment of grass.
C. Fertilizers.
1.3 RELATED SECTIONS
A. Section 02300 — Earthwork: Excavation, filling, rough grading, and subsurface aggregate
drainage and drainage backfill.
1.4 SUBMITTALS
A. Product certificates signed by manufacturers certifying that their products comply with
specified requirements.
1. Manufacturer's certified analysis for standard products.
2. Analysis for other materials by a recognized laboratory made according to methods
established by the Association of Official Analytical Chemists, where applicable.
3. Label data substantiating that plants, trees, shrubs, and planting materials comply with
specified requirements.
B. Certification of grass seed from seed vendor for each grass -seed mixture stating the botanical
and common name and percentage by weight of each species and variety, and percentage of
purity, germination, and weed seed. Include the year of production and date of packaging.
C. Material test reports from qualified independent testing agency indicating and interpreting test
results relative to compliance of the following materials with requirements indicated.
1. Analysis of existing surface soil.
2. Analysis of imported topsoil.
D. Planting schedule indicating anticipated dates and locations for each type of planting.
E. Maintenance instructions recommending procedures to be established by Owner for
maintenance of landscaping during an entire year. Submit before expiration of required
maintenance periods.
01269708 SEEDING 02900 - 1
12/10
QUAKER AVENUE — FM 1585 TO H 4T" STREET C
1.5 QUALITY ASSURANCE
A. Installer Qualifications: Engage an experienced Installer who has completed landscaping work
similar in material, design, and extent to that indicated for this Project and with a record of
successful landscape establishment.
I. Installer's Field Supervision: Require Installer to maintain an experienced full-time
supervisor on the Project site during times that landscaping is in progress.
B. Testing Agency Qualifications: To qualify for acceptance, an independent testing agency must
demonstrate to Architect's satisfaction, based on evaluation of agency -submitted criteria
conforming to ASTM E 699, that it has the experience and capability to satisfactorily conduct
the testing indicated without delaying the Work.
C. Topsoil Analysis: Furnish a soil analysis made by a qualified independent soil -testing agency
stating percentages of organic matter, inorganic matter (silt, clay, and sand), deleterious
material, pH, and mineral and plant -nutrient content of topsoil.
1. Report suitability of topsoil for growth of applicable planting material. State
recommended quantities of nitrogen, phosphorus, and potash nutrients and any
limestone, aluminum sulfate, or other soil amendments to be added to produce a
satisfactory topsoil.
D. Preinstallation Conference: Conduct conference at Project site to comply with requirements of
Section 01500.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Packaged Materials: Deliver packaged materials in containers showing weight, analysis, and
name of manufacturer. Protect materials from deterioration during delivery and while stored at
site. Lit
B. Seed: Deliver seed in original sealed, labeled, and undamaged containers.
1.7 PROJECT CONDITIONS
A. Utilities: Determine location of above grade and underground utilities and perform work in a
manner which will avoid damage. Hand excavate, as required. Maintain grade stakes until
removal is mutually agreed upon by parties concerned.
B. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill,
adverse drainage conditions, or obstructions, notify Architect before planting.
1.8 COORDINATION AND SCHEDULING
A. Coordinate installation of planting materials during normal planting seasons for each type of
plant material required.
1.9 WARRANTY
A. General Warranty: The special warranty specified in this Article shall not deprive the Owner of
other rights the Owner may have under other provisions of the Contract Documents and shall be
in addition to, and run concurrent with, other warranties made by the Contractor under
requirements of the Contract Documents.
01269708 SEEDING 02900 - 2
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
1.10 MAINTENANCE
A. Begin maintenance immediately after each area is planted and continue until acceptable stand
of grass is established, but for not less than the following periods:
I . Seeded: 60 days after date of Substantial Completion.
a. When full maintenance period has not elapsed before end of planting season, or if
lawn is not fully established at that time, continue maintenance during next
planting season.
B. Maintain and establish grasses by watering, fertilizing, weeding, mowing, trimming, replanting,
and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a
consistent stand of grass.
C. Watering: Provide and maintain temporary piping, hoses, and watering equipment to convey
water from sources and to keep grass uniformly moist to a depth of 4 inches.
l . Water grass at the minimum rate of 1 inch per week.
D. Mow grass as soon as there is enough top growth to cut with mower set at specified height for
principal species planted. Repeat mowing as required to maintain specified height without
cutting more than 40 percent of the grass height. Remove no more than 40 percent 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.
E. Postfertilization: Apply fertilizer to grass after first mowing and when grass is dry.
1. Use fertilizer that will provide actual nitrogen of at least 1 lb. Per 1000 sq. ft. of lawn
area.
PART2-PRODUCTS
2.1 GRASS MATERIALS
A. Grass Seed: Fresh, clean, dry, new -crop seed complying with the Association of Official Seed
Analysts' "Rules for Testing Seeds" for purity and germination tolerances.
I . Seed Mixture: Provide seed of grass species and varieties, proportions by weight, and
minimum percentages of purity, germination, and maximum percentage of weed seed as
indicated on Schedules at the end of this Section.
2.2 TOPSOIL
A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, 4 percent organic material minimum, free of
stones 1 inch or larger in any dimension, and other extraneous materials harmful to plant
growth.
1. Topsoil Source: Reuse surface soil stockpiled on the site. Verify suitability of surface
soil to produce topsoil meeting requirements and amend when necessary. Supplement
with imported topsoil when quantities are insufficient. Clean topsoil of roots, plants,
sods, stones, clay lumps, and other extraneous materials harmful to plant growth.
01269708 SEEDING 02900 - 3
12/10
QUAKER AVENUE — FM 1585 TO 1 14TH STREET !!
2.3 FERTILIZER
A. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of
fast- and slow -release nitrogen, 50 percent derived from natural organic sources of urea -form,
phosphorous, and potassium in the following composition:
1. Composition: 1 1 lbs. per 1000 sq. ft. of actual nitrogen, 4 percent phosphorous, and 2
percent potassium, by weight.
2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil
reports from a qualified soil -testing agency.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine areas to receive landscaping for compliance with requirements and for conditions
affecting performance of work of this Section. Do not proceed with installation until
unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Outline areas, and secure Contracting Officer's acceptance before the start of planting work
Make minor adjustments as may be required.
3.3 PLANTING SOIL PREPARATION
A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous
materials harmful to plant growth.
B. Mix soil amendments and fertilizers with topsoil at rates indicated. Delay mixing fertilizer if
planting does not follow placing of planting soil within a few days.
1. A "Planting Soil Amendments Schedule" is included at the end of this Section.
C. For grass, mix planting soil either prior to planting or apply on surface of topsoil and mix
thoroughly before planting.
3.4 GRASS PLANTING PREPARATION
A. Limit subgrade preparation to areas that will be planted in the immediate future.
B. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1 /2 inch in any
dimension and sticks, roots, rubbish, and other extraneous materials.
C. Spread planting soil mixture to depth required to meet thickness, grades, and elevations shown,
after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen.
1. Place approximately 1 /2 the thickness of planting soil mixture required. Work into top of
loosened subgrade to create a transition layer and then place remainder of planting soil
mixture.
D. Grade grass areas to a smooth, even surface with loose, uniformly fine texture. Roll and rake,
remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be
planted in the immediate future. Remove trash, debris, stones larger than 1/2 inch in any
dimension, and other objects that may interfere with planting or maintenance operations.
01269708 SEEDING 02900 - 4
12/10
~ QUAKER AVENUE —FM 1585 TO 114T" STREET
E. Moisten prepared grass areas before planting when soil is dry. Water thoroughly and allow
surface to dry before planting. Do not create muddy soil.
F. Restore prepared areas if eroded or otherwise disturbed after fine grading and before planting.
3.5 SEEDING NEW GRASSED AREAS
A. Sow seed with a spreader or a seeding machine. Do not broadcast or drop seed when wind
velocity exceeds 2 mph. Evenly distribute seed by sowing equal quantities in 2 directions at
right angles to each other.
1. Do not use wet seed or seed that is moldy or otherwise damaged in transit or storage.
B. Rake seed lightly into top 1/4 inch of topsoil, roll lightly, and water with fine spray.
3.6 CLEANUP AND PROTECTION
A. During landscaping, keep pavements clean and work area in an orderly condition.
B. Protect landscaping from damage due to landscape operations, operations by other contractors
and trades, and trespassers. Maintain protection during installation and maintenance periods.
Treat, repair, or replace damaged landscape work as directed.
t ' 3.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS
A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil,
-- trash, and debris, and legally dispose of it off the Owner's property.
B. Grassed Areas: Provide soil amendments in not less than the following quantities:
1. Weight of commercial fertilizer per acre: 400 lbs.
3.8 SEED MIXTURES SCHEDULE
A. Full -Sun Mixture: Provide certified grass -seed blends or mixes, proportioned by weight, as
follows:
01269708
12/10
PROPORTION
NAME
MIN. PCT.
GERM.
MIN. PCT.
PURE SD.
MAX. PCT.
WEED SD.
100 pct.
Green Sprangletop
0.8
85
0.50
Sideouts Grama
0.5
Plains Bristlegr
1.3
Buffalogrss
1.1
K-R Bluestein
9.0
END OF SECTION
SEEDING
02900 - 5
QUAKER AVENUE — FM 1585 TO 1 14TH STREET
SECTION 03100
CONCRETE FORMWORK
PARTI- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Formwork for cast -in place concrete, with shoring, bracing and anchorage.
B. Openings for other work.
C. Form accessories.
D. Form stripping.
1.3 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION
A. Section 03300 - Cast -In -Place Concrete: Supply of concrete accessories for placement by this
Section.
1.4 RELATED SECTIONS
A. Section 03200 - Concrete Reinforcement.
B. Section 03300 - Cast -in -Place Concrete.
1.5 REFERENCES
A. ACl 347 - Recommended Practice For Concrete Formwork.
B. PS-1 - Construction and Industrial Plywood.
1.6 DESIGN REQUIREMENTS
A. Design, engineer and construct formwork, shoring and bracing to conform to code
requirements; resultant concrete to conform to required shape, line and dimension.
1.7 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Shop Drawings: Indicate pertinent dimensions, materials, bracing, and arrangement of joints
and ties.
1.8 QUALITY ASSURANCE
A. Perform Work in accordance with ACI 347.
01269708 CONCRETE FORMWORK 03100 - 1
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
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 (CRS1) "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.
PART 2 - PRODUCTS
2.1 FORM MATERIALS
A. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, earth, or another acceptable
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.
1i
01269708 CAST -IN -PLACE CONCRETE 03300 - 2
12/10
r QUAKER AVENUE — FM 1585 TO 1 14TH STREET
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 waterproofing.
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
CRS1 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 (CRS1, Class 1) or stainless steel
(CRS1, Class 2).
3. Space reinforcing supports at 5'-0" maximum in any direction.
2.3 CONCRETE MATERIALS
A. Portland Cement: ASTM C 150, Type 1.
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.
1. 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.
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 Ib/sq.yd. when applied at 200 sq. ft./gal.
01269708 CAST -IN -PLACE CONCRETE 03300 - 3
12/10
QUAKER AVENUE— FM 1585 TO 114T" STREET
4
L
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 I 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.
2.7 ADMIXTURES
a
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.
01269708 CAST -IN -PLACE CONCRETE 03300 - 4
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
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 ACI 347 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
materials to obtain required finishes. Solidly butt joints and provide backup at joints to prevent
cement paste from leaking.
C. Fabricate forms for easy removal without hammering or prying against concrete surfaces.
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.
01269708 CAST -IN -PLACE CONCRETE 03300 - 5
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET )
i
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.
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.
1. 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 DI A. 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.
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.
01269708 CAST-fN-PLACE CONCRETE 03300 - 6
I_f
12/10
QUAKER AVENUE — FM 1585 TO l 14T" STREET
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.
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
t,
01269708 CAST -IN -PLACE CONCRETE 03300 - 7
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET '
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 AC] 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 AC] 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.
1. 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.
3. Concrete is properly re -mixed after addition of water.
4. Inspector is notified, if concrete placement requires inspection.
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.
01269708 CAST -IN -PLACE CONCRETE 03300 - 8
12/10
QUAKER AVENUE —FM 1585 TO 114T" STREET
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.
l . 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 pen -nit 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 l ] 55 . 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 -finish 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 finish surfaces to tolerances of F(F) 20 (floor
flatness) and F(L) 17 (floor levelness) measured according to ASTM E 1 ] 55. 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.
l . 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.
01269708 CAST -IN -PLACE CONCRETE 03300 - 9
l2/10
QUAKER AVENUE — FM 1585 TO 1 14TH STREET
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.
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.
01269708 CAST -IN -PLACE CONCRETE 03300 - 10
l2/10
1 QUAKER AVENUE — FM 1585 TO l l 4T" STREET
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 l /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 l 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 unfonned 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.
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.
Cure in same manner as adjacent concrete.
E. Repair isolated random cracks and single holes I 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
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, sea] with
Avanti International Scotch Sea] 5600 urethane, water -activated grout prior to dry packing.
01269708 CAST -IN -PLACE CONCRETE 03300 - 11
12/10
QUAKER AVENUE —FM 1585 TO 1 14T" STREET
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 eater -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:
I . 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
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 day's 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.
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.
f
01269708 CAST -IN -PLACE CONCRETE 03300 - 12
12/10
UAKER AVENUE — FM 1585 TO 1 14TH STREET
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
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.
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 strength.
END OF SECTION
01269708 CAST -IN -PLACE CONCRETE 03300 - 13
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET
SECTION 03410
PRECAST CONCRETE
PART I - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. This Section includes precast concrete units, used for construction of the following:
1. Manholes.
1.3 RELATED SECTIONS
A. Section 02665 - Piping, Valves and Fittings.
B. Section 03100 - Concrete Formwork.
C. Section 03200 - Concrete Reinforcement.
D. Section 03300 - Cast -in -Place
1.4 SUBMITTALS
A. General: Submit the following according to Conditions of Contract and Division 1
Specification Sections.
B. Product data and instructions for manufactured materials and products. Include manufacturer's
certifications and laboratory test reports as required.
C. Mix design reports of proposed concrete mix as specified in Part 2 of this Section.
D. Shop drawings prepared by or under the supervision of a qualified professional engineer,
showing complete information for fabrication and installation of precast concrete units. Indicate
member dimensions and cross-section; location, size, and type of reinforcement, including
special reinforcement; and lifting devices necessary for handling and erection.
1. Indicate layout and dimensions, and identify each precast unit corresponding to sequence
and procedure of installation. Indicate welded connections by AWS standard symbols.
Detail inserts, connections, and joints, including accessories and construction at
openings in precast units.
2. Provide location and details of anchorage devices that are to be embedded in other
construction. Furnish templates, if required, for accurate placement.
E. Test reports as required by provisions of this Section.
1.5 QUALITY ASSURANCE
A. Codes and Standards: Comply with provisions of following codes, specifications and standards,
except as otherwise indicated:
1. ACl 301, "Specifications for Structural Concrete for Buildings."
2. ACl 318, "Building Code Requirements for Reinforced Concrete."
3. AWS D1.1, "Structural Welding Code: Steel."
01269708 PRECAST CONCRETE 03410 - 1
12/10
QUAKER AVENUE — FM 1585 TO 1 14TH STREET
4. Concrete Reinforcing Steel Institute, "Manual of Standard Practice."
5. Prestressed Concrete Institute (PCI) MNL 116, "Manual for Quality Control for Plants
and Production of Precast Concrete Products."
6. PCI MNL 120 "Design Handbook - Precast and Prestressed Concrete (3rd Edition).
B. Design by Fabricator: Design precast units to support superimposed dead loads and live loads
as required for compliance with local governing code requirements.
C. Fabrication Qualifications: Produce precast concrete units at fabricating plant engaged
primarily in manufacturing of similar units, unless plant fabrication or delivery to Project site is
impractical.
1. If units are not produced at precast concrete fabricating plant, maintain procedures and
conditions for quality control that are equivalent to plant production.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver the amount of precast concrete units needed in a timely manner to the Project site to
ensure installation continuity. I
B. Store and handle the units at the Project site to prevent cracking, distortion, staining, or other
physical damage, and so that markings are visible. Lift and support units at designated lift
points. r
C. Deliver anchorage items that are to be embedded in other construction before starting such
work. Provide setting diagrams, templates, instructions, and directions, as required, for
installation.
PART 2 - PRODUCTS
2.1 FORMWORK
A. Provide forms and, where required, form facing materials of metal, plastic, wood, or another
acceptable material that is nonreactive with concrete and will produce required finish surfaces.
B. Accurately construct forms, mortar -tight, of sufficient strength to withstand pressures due to
concrete placing operations, temperature changes, and for prestressed, pre -tensioning, and
detensioning operations. Maintain formwork to provide completed precast concrete units of
shapes, lines, and dimensions indicated, within fabrication tolerances specified in PC] MNL
116.
C. Manhole frames and covers shall be of cast iron of the types shown on the drawings. All
castings shall be made from superior quality gray cast iron conforming to the requirements of
ASTM A 48. Drawings of all manhole frames and covers proposed for use shall be submitted
for approval before items are shipped.
D. Resilient materials for connectors and filler rings shall be manufactured of natural or synthetic
rubber and shall conform to the requirements prescribed in Table I of ASTM C923.
E. All joints shall be tongue and groove except for the grade rings and all joints shall be
watertight. ConSeal CS-102 flexible plastic gaskets or approved equal shall be used in all
joints. All joints shall be primed prior to the application of the joint sealing material.
2.2 REINFORCING MATERIALS
A. Reinforcing Bars: ASTM A 615, Grade 60, deformed.
B. Steel Wire: ASTM A 82, plain, cold -drawn steel.
C. Welded Wire Fabric: ASTM A 185.
01269708 PRECAST CONCRETE 03410 - 2
I2/10
QUAKER AVENUE — FM 1585 TO l 14T" STREET
D. Welded Deformed Steel Wire Fabric: ASTM A 497,
E. Supports for Reinforcement: Provide supports for reinforcement including bolsters, chairs,
spacers and other devices for spacing, supporting and fastening reinforcing, complying with
CRSI recommendations.
2.3 CONCRETE MATERIALS
A. Portland Cement: ASTM C 150, Type 1 or Type 111.
B. Use only one brand and type of cement throughout Project, unless otherwise acceptable to
Owner's representative.
C. Aggregates: ASTM C 33, and as specified here. Provide aggregates from a single source for
exposed concrete.
1. Local aggregates not complying with ASTM C 33, but that have shown by special test or
actual service to produce concrete of adequate strength and durability, may be used when
acceptable to the Owner's representative.
D. Lightweight Aggregate: ASTM C 330.
E. Water: Potable.
F. Admixtures, General: Provide admixtures for concrete that contain not more than 0.1 percent
chloride ions.
G. Air -Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other
required admixtures.
H. Water -Reducing Admixture: ASTM C 494, Type A, or other Type approved for fabricator's
units.
2.4 GROUT MATERIALS
A. Cement Grout: Portland cement, ASTM C 150 (Type 1), and clean, natural sand, ASTM C 404.
Mix at ratio of 1.0 part cement to 3.0 parts sand, by volume, with minimum water required for
placement and hydration.
B. Products: Subject to compliance with requirements, provide one of the following:
2.5 MIX PROPORTION AND DESIGN
A. Prepare design mixes for each type of concrete required.
B. Design mixes may be prepared by independent testing facility or by qualified precast
manufacturing plant personnel at precast manufacturer's option.
C. Proportion mixes by either laboratory trial batch or field experience methods using materials to
be employed on the Project for each type of concrete required complying with ACl 318.
l . Produce standard -weight concrete consisting of specified portland cement, aggregates,
admixtures, and water to produce the following properties:
a. Compressive strength--5000 psi minimum at 28 days.
b. Release strength for prestressed units--3500 psi.
2. Cure compression test cylinders using same methods as for precast concrete work.
D. Submit written reports to Owner of proposed mix for each type of concrete at least 15 days
prior to start of precast unit production. Do not begin concrete production until mixes and
evaluations have been reviewed by Owner.
E. Adjusting Concrete Mixes: Mix design adjustments may be requested when characteristics of
materials, job conditions, weather, test results, or other circumstances warrant. Laboratory test
data for revised mix designs and strength results must be submitted to and accepted by Owner's
representative before using in the Work.
01269708 PRECAST CONCRETE 03410 - 3
12/10
QUAKER AVENUE — FM 1585 TO 114T" STREET _ .
F. Admixtures: Use air -entraining admixture in concrete, unless otherwise indicated.
1. Use water -reducing admixtures in strict compliance with manufacturer's directions.
Admixtures to increase cement dispersion, or provide increased workability for
low -slump concrete, may be used subject to Owner's acceptance.
2. Use amounts as recommended by admixture manufacturer for climatic conditions
prevailing at time of placing. Adjust quantities of admixtures as required to maintain
quality control.
2.6 FABRICATION
A. General: Fabricate precast concrete units complying with manufacturing and testing procedures,
quality control recommendations, and dimensional tolerances of PC] MNL-1 16 and as specified
for types of units required.
B. A shorter mixing time than that specified in ASTM C 94 may be required during hot weather or
under conditions contributing to rapidly setting concrete.
1. When the air temperature is between 85 deg F (30 deg C) and 90 deg F (32 deg Q.
reduce mixing and delivery time from 1-1 /2 hours to 75 minutes. When air temperature
is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes.
C. Cast -in openings larger than 12 inches in diameter or 12 inches square in accordance with final
shop drawings. Other smaller holes may be field cut by trades requiring them, as acceptable to
Owner's representative.
D. Coat surfaces of forms with bond -breaking compound before reinforcement is placed. Provide
commercial formula form -coating compounds that will not bond with, stain, or adversely affect
concrete surfaces, and that will not impair subsequent treatments of concrete surfaces requiring
bond or adhesion. Apply in compliance with manufacturer's instructions.
E. Clean reinforcement of loose rust and mill scale, earth, and other materials that reduce or
destroy the bond with concrete.
F. Accurately position, support, and secure reinforcement against displacement by formwork,
construction, or concrete placement operations. Locate and support reinforcement by metal
chairs, runners, bolsters, spacers and hangers, as required.
G. Place reinforcement to obtain at least the minimum coverages for concrete protection. Arrange,
space, and securely tie bars and bar supports to hold reinforcement in position while placing
concrete. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces.
H. Place concrete in a continuous operation to prevent seams or planes of weakness from forming
in precast units, complying with requirements of ACI 304. Thoroughly consolidate placed
concrete by internal and external vibration without dislocating or damaging reinforcement and
built-in items.
1. Identify pick-up points and orientation in structure with permanent markings, complying with
markings indicated on final shop drawings. Imprint casting date on each precast unit on a
surface that will not show in the finished structure.
J. Cure by low-pressure steam, steam vapor, radiant heat and moisture, or another similar process
to accelerate concrete hardening and to reduce curing time.
K. Finish formed surfaces of precast concrete as indicated for each type of unit, and as follows:
1. Standard Finish: Normal plant -run finish produced in forms that impart a smooth finish
to concrete. Small surface holes caused by air bubbles, normal color variations and form
joint marks, and minor chips and spalls will be tolerated. Major or unsightly
imperfections, honeycomb, or structural defects are not permitted.
01269708 PRECAST CONCRETE 03410 - 4
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
2.7 SOURCE QUALITY CONTROL
A. The Owner may employ an independent testing laboratory to evaluate precast manufacturer's
quality control and testing methods.
B. The precast manufacturer shall allow Owner's testing facility access to materials storage areas,
concrete production equipment, and concrete placement and curing facilities. Cooperate with
Owner's testing laboratory and provide samples of materials and concrete mixes as may be
requested for additional testing and evaluation.
C. Dimensional Tolerances: Units having dimensions smaller or greater than required and outside
specified tolerance limits may be subject to additional testing as specified here.
D. Precast units having dimensions greater than required will be rejected if the appearance or
function of the structure is adversely affected or if larger dimensions interfere with other
construction. Repair or remove and replace rejected units, as required, to meet construction
conditions.
E. Strength of precast concrete units will be considered potentially deficient if the manufacturing
processes fail to comply with any of the requirements that may affect the strength of the precast
units, including the following conditions:
1. Failure to meet compressive strength tests requirements.
2. Concrete curing, and protection of precast units against extremes in temperature not as
specified.
3. Precast units damaged during handling and erection.
F. Defective Work: Remove precast concrete units that do not conform to specified requirements,
including strength, tolerances, and finishes. Replace with precast concrete units that meet
requirements of this section.
PART 3 - EXECUTION
3.1 INSTALLATION, GENERAL
A. Erection Tolerances: Install precast units without exceeding tolerance limits specified in PC]
MNL-127, "Recommended Practice for Erection of Precast Concrete."
1. Grouting Connections and Joints: After precast concrete units have been placed and
secured, grout open spaces at connection and joints as follows:
2. Cement grout consisting of 1 part portland cement, 2-1/2 parts sand, and only enough
water to properly mix and hydrate.
3. Provide forms or other acceptable method to retain grout in place until sufficiently hard
to support itself. Pack spaces with stiff grout material, tamping until voids are completely
filled. Place grout to finish smooth, plumb, and level with adjacent concrete surfaces.
Keep grouted joints damp for not less than 24 hours after initial set. Promptly remove
grout material from exposed surfaces before it hardens.
B. Precast Reinforced Concrete Manholes
1. After the excavation has been completed, the concrete base or bottom shall be poured in
accordance with the details shown on the plans.
2. The pipe shall be laid through the manholes and, upon completion of the invert, the top
half of the pipe shall be removed. Where there is a change in direction of the main, and
where lateral lines enter the manhole, the inverts shall be neatly formed with concrete.
The inverts shall have a true curve of as large a radius as the size of the manhole will
permit and shall be given a smooth trowel finish.
01269708 PRECAST CONCRETE 03410 - 5
12/10
QUAKER AVENUE — FM 1585 TO 1 14T" STREET
3. When the concrete bottom has properly cured for not less than 24-hours, the precast
manhole shall be installed. ConSeal CS-102 flexible plastic gaskets or equal shall be
used in the tongue and groove joints and the joint between the manhole bottom section
and the manhole base. The bottom ring shall be grouted in as shown on the plans.
Concrete grade rings shall be used to adjust the manhole frame to the proper grades; the
maximum extension of the top section shall not exceed 12-inches.
C. Manhole Testing
A leakage test shall be performed on each manhole installed in this project. The manhole
leakage test shall not be performed until a backfill around the manhole has been in place in for
at least 48 hours. Manhole leakage tests may be performed by one of two methods:
1. A hydrostatic exfiltration test or
2. A vacuum test.
a. Manhole Hydrostatic Exfiltration Test
l) All wastewater lines entering the manhole shall be temporarily plugged
with an internal pipe plug. The manhole shall be filled with water to the
manhole ring and allowed to stand for 24 hours in order to allow saturation
of the concrete. Following the 24-hour saturation period, the manhole shall
be refilled with water to the manhole ring and the test period begun. The
contractor shall provide test equipment in which the volume of water lost
can be accurately metered or measured. The minimum test period shall be
one hour. The maximum allowable loss rate shall not be greater than 0.025
gallons per foot of manhole diameter per foot of manhole depth per hour.
2) The exfiltration test shall only be performed in the presence of the Owner's
representative. Any manhole which fails the hydrostatic exfiltration test
shall be repaired, reworked or replaced as applicable at the Contractor's
expense until the manhole passes the required test.
b. Manhole Vacuum Test
1) The manhole vacuum test shall be equal to that offered and described by
Cherne Industries Inc., 5700 Lincoln Drive, Minneapolis, MN 55436,
telephone (612) 933-5501, or equivalent. Manufacturer's literature,
procedures and recommendations shall be submitted to the Engineer.
2) Any manhole which fails the vacuum test shall be repaired, reworked or
replaced as applicable at the Contractor's expense until the manhole passes
the required test. Manhole vacuum tests shall only be performed in the
presence of the Engineer. Contact the Engineer at least 48 hours in advance
of testing activities.
END OF SECTION
j
01269708 PRECAST CONCRETE 03410 - 6
12/10
QUAKER AVENUE — FM 1585 TO 114' STREET
SECTION 09703
REHABILITATION AND CORROSION PROTECTION
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division l -
General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. This specification covers all labor, materials, equipment and services necessary to
complete the rehabilitation and installation of corrosion protection for lift station wet wells
and manholes as herein specified.
1.3 RELATED SECTIONS
A. Environmental, Health, and Safety.
1.4 REFERENCES
A. ASTM D638 - Tensile Properties of Plastics.
B. ASTM D790 - Flexural Properties of Unreinforced and Reinforced Plastics.
C. ASTM D695 - Compressive Properties of Rigid Plastics.
D. ASTM D4541 - Pull -off Strength of Coatings Using a Portable Adhesion Tester.
E. ASTM D2584 - Volatile Matter Content.
F. ASTM D543 - Resistance of Plastics to Chemical Reagents.
G. ASTM C109 - Compressive Strength Hydraulic Cement Mortars.
H. ACI 506.2-77 - Specifications for Materials, Proportioning, and Application of Shotcrete.
1. ASTM C579 - Compressive Strength of Chemically Setting Silicate and Silica Chemical
Resistant Mortars.
J. SSPC SP-13/NACE No. 6 — Surface Preparation of Concrete.
K. ASTM - The published standards of the American Society for Testing and Materials, West
Conshohocken, PA.
L. NACE - The published standards of National Association of Corrosion Engineers (MACE
International), Houston, TX.
M. SSPC - The published standards of the Society of Protective Coatings, Pittsburgh, PA.
N. Los Angeles County Sanitation District — Evaluation of Protective Coatings for Concrete.
O. SSPWC 210-2.3.3 - Chemical resistance testing published in the Standard Specifications
for Public Works Construction (otherwise known as "The Greenbook").
1.5 SUBMITTALS
A. Product Data:
1. Technical data sheet on each product used.
2. Material Safety Data Sheet (MSDS) for each product used.
3. Copies of independent testing performed on the coating product indicating the
product meets the requirements as specified herein.
01269708 REHABILITATION AND CORROSION PROTECTION 09703 - 1
12/10
QUAKER AVENUE — FM 1585 TO l 14T" STREET
4. Technical data sheet and project specific data for repair materials to be topcoated
with the coating product(s) including application, cure time and surface preparation
procedures.
B. Contractor Data:
Current documentation from coating product manufacturer certifying Contractor's
training and equipment complies with the Quality Assurance requirements specified
herein.
Five (5) recent references of Contractor indicating successful application of coating
product(s) of the same material type as specified herein, applied by spray application
within the municipal wastewater environment.
1.6 QUALITY ASSURANCE
A. Coating product(s) shall be capable of being installed and curing properly within the
specified environment(s). Coating product(s) shall be resistant to all forms of chemical or
bacteriological attack found in municipal sanitary sewer systems; and, capable of adhering
to the substrates and repair product(s).
B. Repair product(s) shall be fully compatible with coating product(s) including ability to
bond effectively to the host substrate and coating product(s) forming a composite system.
C. Contractor shall utilize equipment for the spray application of the coating product(s) which
has been approved by the coating product manufacturer; and, Contractor shall have
received training on the operation and maintenance of said equipment from the coating
product manufacturer.
D. Contractor shall be trained by, or have their training approved and certified by, the coating
product manufacturer for the handling, mixing, application and inspection of the coating
product(s) to be used as specified herein.
E. Inspectors shall be trained in the use of testing or inspection instrumentation and
knowledgeable of the proper use, preparation and installation of the coating product(s) to
be used as specified herein.
F. Contractor shall initiate and enforce quality control procedures consistent with the coating
product(s) manufacturer recommendations and applicable NACE or SSPC standards as
referenced herein.
G. Pre -construction meeting shall take place no less than two weeks prior to Contractor
mobilization. All parties to have physical presence on the project during construction shall
be present. At this meeting responsibilities and authorities during construction shall be
discerned; comments and questions regarding materials and execution of these
specifications shall be presented and addressed.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Materials are to be kept dry, protected from weather and stored under cover.
B. Protective coating materials are to be stored between 50 deg F and 90 deg F. Do not store
near flame, heat or strong oxidants.
C. Protective coating materials are to be handled according to their material safety data sheets.
1.8 SITE CONDITIONS
A. Contractor shall conform with all local, state and federal regulations including those set
forth by OSHA, RCRA and the EPA and any other applicable authorities.
B. Confined space entry, flow diversion and/or bypass plans shall be presented by Contractor
to Owner as necessary to perform the specified work.
01269708 REHABILITATION AND CORROSION PROTECTION 09703 - 2..
12/10
...'
QUAKER AVENUE — FM 1585 TO 114T" STREET
1.9 SPECIAL WARRANTY
A. Contractor shall warrant all work against defects in materials and workmanship for a
period of one (1) year, unless otherwise noted, from the date of final acceptance of the
project. Contractor shall, within a reasonable time after receipt of written notice thereof,
repair defects in materials or workmanship which may develop during said one (1) year
period, and any damage to other work caused by such defects or the repairing of same, at
his own expense and without cost to the Owner.
PART 2 - PRODUCTS
2.1 EXISTING PRODUCTS
A. Standard Portland cement or new concrete (not quick setting high strength cement) must
cured a minimum of 28 days prior to application of the coating product(s).
B. Remove existing coatings prior to application of the coating product(s) which may affect
the performance and adhesion of the coating product(s).
C. Thoroughly clean and prepare existing products to effect a seal with the coating product(s).
2.2 REPAIR AND RESURFACING PRODUCTS
A. Repair products shall be used to fill voids, bugholes, and/or smooth transitions between
components prior to the installation of the coating product(s). Repair materials must be
compatible with the specified coating product(s) and shall be used and applied in
accordance with the manufacturer's recommendations.
B. Resurfacing products shall be used to fill large voids, lost mortar in masonry structures,
smooth deteriorated surfaces and rebuild severely deteriorated structures.
C. The following products may be accepted and approved if approved by the manufacturer(s)
for suitability and compatibility in topcoating with the specified coating product(s) for use
within the specifications:
1. 100% solids, solvent -free epoxy grout, including the specified coating product(s)
enhanced with Raven Fortifier.
2. Factory blended, rapid setting, high early strength, fiber reinforced, non -shrink
repair mortar that can be trowelled or pneumatically spray applied, such as Quadex
Inc. Aluminaliner or Hyperform.
3. Polymer modified or enhanced cementitious patch and repair materials, including
Quadex Inc. Hyperform enhanced with Raven WB.
2.3 COATING PRODUCTS
A. Manufacturer: Raven Lining Systems, Inc., Tulsa, Oklahoma 800-324-2810, 918-615-
0020 or FAX 918-615-0140.
B. Product: Raven 405 — 100% solids, solvent -free ultra high -build epoxy system exhibiting
the following characteristics:
1. Product Type: amine cured epoxy
2. VOC Content (ASTM D2584): 0%
3. Compressive Strength, psi (ASTM D695): 18,000 (minimum)
4. Tensile Strength, psi (ASTM D638): 7,500 (minimum)
5. Flexural Modulus, psi (ASTM D790): 600,000 (minimum)
6. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) failure
01269708 REHABILITATION AND CORROSION PROTECTION 09703 - 3
l2/10
AKER AVENUE — FM 1585 TO 114T" STREET
Chemical Resistance (ASTM D543/G20) all types of service for:
a. Municipal sanitary sewer environment
b. Sulfuric acid. 30%.
C. Sodium hydroxide, 5%.
Successful Pass: Sanitation District of L.A. County Coating Evaulation Study or
SSPWC 210.2.3.3 (Greenbook "Pickle Jar" Chemical Resistance test).
2.4 COATING APPLICATION EQUIPMENT
A. Manufacturer approved heated plural component spray equipment.
B. Hard to reach areas, primer application and touch-up may be performed using hand tools.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Appropriate actions shall be taken by Contractor to comply with local, state and federal
regulatory and other applicable agencies with regard to environment, health and safety
during work.
B. All structures to be coated shall be readily accessible to Contractor.
C. New Portland cement concrete structures shall have endured a minimum of 28 days since
manufacture prior to commencing coating installation.
D. Any active flows shall be dammed, plugged or diverted as required to ensure all liquids are
maintained below or away from the surfaces to be coated.
E. Temperature of the surface to be coated should be maintained between 40 and 120 deg F.
F. Specified surfaces should be shielded to avoid exposure of direct sunlight or other intense
heat source. Where varying surface temperatures do exist, coating installation should be
scheduled when the temperature is falling versus rising.
G. Prior to commencing surface preparation, Contractor shall inspect all surfaces specified to
receive the coating and notify Owner, in writing, of any noticeable disparity in the site,
structure or surfaces which may interfere with the work, use of materials or procedures as
specified herein.
3.2 SURFACE PREPARATION
A. Oils, grease, incompatible existing coatings, waxes, form release, curing compounds,
efflorescence, sealers, salts, or other contaminants which may affect the performance and
adhesion of the coating to the substrate shall be removed.
B. Concrete and/or mortar damaged by corrosion, chemical attack or other means of
degradation shall be removed so that sound substrate remains.
C. Choice of surface preparation method(s) should be based upon the condition of the
structure and concrete or masonry surface, potential contaminants present, access to
perform work, and required cleanliness and profile of the prepared surface to receive the
coating product(s).
D. Surface preparation method, or combination of methods, that may be used include high
pressure water cleaning, water jetting, abrasive blasting, shotblasting, grinding, scarifying,
detergent water cleaning, hot water blasting and others as referenced in NACE No. 6/SSPC
SP-13. Whichever method(s) are used, they shall be performed in a manner that provides a
uniform, sound clean neutralized surface suitable for the specified coating product(s).
E. Infiltration shall be stopped by using a material which is compatible with the repair
products and is suitable for topcoating with the coating product(s).
f
01269708 REHABILITATION AND CORROSION PROTECTION 09703 - 4
12/10
�.J
QUAKER AVENUE — FM 1585 TO 114T" STREET
3.3 APPLICATION OF REPAIR AND RESURFACING PRODUCTS
A. Areas where rebar has been exposed shall be repaired in accordance with the Project
Engineer's recommendations.
B. Optional insertion if rebar is known to be exposed, and replacement not required. Areas
where rebar has been exposed and is corroded shall be first prepared in accordance with
Section 3.2. The exposed rebar shall then be abrasive blasted and coated with coating
product specified.
C. Repair products shall be used to fill voids, bugholes, and other surface defects which may
affect the performance or adhesion of the coating product(s).
D. Resurfacing products shall be used to repair, smooth or rebuild surfaces with rough profiles
to provide a concrete or masonry substrate suitable for the coating product(s) to be applied.
These products shall be installed to minimum thickness as recommended within
manufacturers published guidelines. Should structural rebuild be necessary, these products
shall be installed to a thickness as specified by the Project Engineer.
E. Repair and resurfacing products shall be handled, mixed, installed and cured in accordance
with manufacturer guidelines.
F. All repaired or resurfaced surfaces shall be inspected for cleanliness and suitability to
receive the coating product(s). Additional surface preparation may be required prior to
coating application.
3.4 APPLICATION OF COATING PRODUCT(S)
A. Application procedures shall conform to the recommendations of the coating product(s)
manufacturer, including environmental controls, product handling, mixing, application
equipment and methods.
B. Spray equipment shall be specifically designed to accurately ratio and apply the coating
product(s) and shall be in proper working order.
C. Contractors qualified in accordance with Section 1.4 of these specifications shall perform
all aspects of coating product(s) installation.
D. Prepared surfaces shall be coated by spray application of the coating product(s) described
herein to a minimum wet film thickness of 125 mils.
E. Subsequent topcoating or additional coats of the coating product(s) shall occur within the
product's recoat window. Additional surface preparation procedures will be required if
this recoat window is exceeded.
F. Coating product(s) shall interface with adjoining construction materials throughout the
manhole structure to effectively seal and protect concrete or masonry substrates from
infiltration and attack by corrosive elements. Procedures and materials necessary to effect
this interface shall be as recommended by the coating product(s) manufacturer.
G. Termination points of the coating product(s) shall be made at the manhole chimney joint,
1" below normal flow levels at the bench or within the invert unless invert is specified to
receive coating, and a minimum of 1" interfacing with each pipe penetration.
H. Optional Sewage flow shall be stopped, bypassed or diverted for application of the coating
product(s) to the invert and interface with pipe materials.
3.5 TESTING AND INSPECTION
A. During application a wet film thickness gauge, meeting ASTM D4414 - Standard Practice
for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be
used. Measurements shall be taken, documented and attested to by Contractor for
submission to Owner.
01269708 REHABILITATION AND CORROSION PROTECTION 09703 - 5
12/10
QUAKER AVENUE — FM 1585 TO 1 14TH STREET
i
B. After the coating product(s) have set in accordance with manufacturer instructions, all
surfaces shall be inspected for holidays with high -voltage holiday detection equipment.
Reference NACE RPO 188-99 for performing holiday detection. All detected holidays
shall be marked and repaired by abrading the coating surface with grit disk paper or other
hand tooling method. After abrading and cleaning, additional coating can be hand applied
to the repair area. All touch-up/repair procedures shall follow the coating manufacturer's
recommendations. Documentation on areas tested, results and repairs made shall be
provided to Owner by Contractor.
C. A minimum of 10% of the manholes coated shall be tested for adhesion/bond of the
coating to the substrate. Testing shall be conducted in accordance with ASTM D4541 as
modified herein. Owner's representative shall select the manholes to be tested. A
minimum of three 20 mm dollies shall be affixed to the coated surface at the cone area, mid
section and at the bottom of the structure. The adhesive used to attach the dollies to the
coating shall be rapid setting with tensile strengths in excess of the coating product and
permitted to cure in accordance with manufacturer recommendations. The coating and
dollies shall be adequately prepared to receive the adhesive. Failure of the dolly adhesive
shall be deemed a non -test and require retesting. Prior to performing the pull test, the
coating shall be scored to within 30 mils of the substrate by mechanical means without
disturbing the dolly or bond within the test area. Two of the three adhesion pulls shall
exceed 200 psi or concrete failure with more than 50% of the subsurface adhered to the
coating. Should a structure fail to achieve two successful pulls as described above,
additional testing shall be performed at the discretion of the Owner or Project Engineer.
Any areas detected to have inadequate bond strength shall be evaluated by the Project
Engineer. Further bond tests may be performed in that area to determine the extent of
potentially deficient bonded area and repairs shall be made by Contractor.
D. Visual inspection shall be made by the Project Engineer and/or Inspector. Any
deficiencies in the finished coating shall be marked and repaired according to the
procedures set forth herein by Contractor.
E. The municipal sewer system may be returned to full operational service as soon as the final
inspection has taken place.
END OF SECTION
01269708 REHABILITATION AND CORROSION PROTECTION 09703 - 6
12/10
M
APPENDIX A
OSHA SUBPART P
OSHA 1926 SUBPART P
For Infonnation Only
I
§ 1926.606
If it is necessary to stand at the out-
board or inboard edge of the deckload
where less than 29 inches of bulwark,
rail, coaming, or other protection ex-
ists, all employees shall be provided
with a suitable means of protection
against falling from the deckload.
(d) First -aid and lifesaving equipment.
(1) Provisions for rendering first aid
and medical assistance shall be in ac-
cordance with subpart D of this part.
(2) The employer shall ensure that
there is in the vicinity of each barge in
use at least one U.S. Coast Guard -ap-
proved 30-inch lifering with not less
than 90 feet of line attached, and at
least one portable or permanent ladder
which will reach the top of the apron
to the surface of the water. If the above
equipment is not available at the pier,
the employer shall furnish it during
the time that he is working the barge.
(3) Employees walking or working on
the unguarded decks of barges shall be
protected with U.S. Coast Guard -ap-
proved work vests or buoyant vests.
(e) Commercial diving operations. Com-
mercial diving operations shall be sub-
ject to subpart T of part 1910,
§§ 1910.401-1910.991, of this chapter.
(39 FR 22801, June 24, 1974. as amended at 92
FR 37674, July 22, 1977)
§ 1926.606 Definitions applicable to
this subpart.
(a) Apron —The area along the water-
front edge of the pier or wharf.
(b) Bulwark —The side of a ship above
the upper deck.
(c) Coaming—The raised frame, as
around a hatchway in the deck, to keep
out water.
(d) Jacob's ladder —A marine ladder of
rope or chain with wooden or metal
rungs.
(e) Rail, for the purpose of § 1926.605,
means a light structure serving as a
guard at the outer edge of a ship's
deck.
Subpart P—Excavations
AUTHORITY: Sec_ 107. Contract Worker
Hours and Safety Standards Act (Construc-
tion Safety Act) (40 U.S.C. 333); Secs. 9, 6, 8,
Occupational Safety and Health Act of 1970
(29 U.S.C. 653, 655. 657); Secretary of Labor's
Order No. 12-71 (36 FR 8754), 8-76 (41 FR
29 CFR Ch. XVII (7-1-07 Edition)
25059). or 9-83 (48 FR 35736), as applicable, and
29 CFR part 1911.
SOURCE: 59 FR 45959. Oct. 31. 1989. unless
otherwise noted.
§ 1926.650 Scope, application, and defi-
nitions applicable to this subpart.
(a) Scope and application. This sub-
part applies to all open excavations
made in the earth's surface. Exca-
vations are defined to include trenches.
(b) Definitions applicable to this sub-
part.
Accepted engineering practices means
those requirements which are compat-
ible with standards of practice required
by a registered professional engineer.
Aluminum Hydraulic Shoring means a
pre-engineered shoring system com-
prised of aluminum hydraulic cylinders
(crossbraces) used in conjunction with
vertical rails (uprights) or horizontal
rails (walers). Such system is designed,
specifically to support the sidewalls of
an excavation and prevent cave-ins.
Bell-bottom pier hole means a type of
shaft or footing excavation, the bottom
of which is made larger than the cross
section above to form a belled shape.
Benching (Benching system) means a
method of protecting employees from
cave-ins by excavating the sides of an
excavation to form one or a series of
horizontal levels or steps, usually with
vertical or near -vertical surfaces be-
tween levels.
Cave-in means the separation of a
mass of soil or rock material from the
side of an excavation, or the loss of soil
from under a trench shield or support
system, and its sudden movement into
the excavation, either by falling or
sliding, in sufficient quantity so that it
could entrap, bury, or otherwise injure
and immobilize a person.
Competent person means one who is
capable of identifying existing and pre-
dictable hazards in the surroundings,
or working conditions which are unsan-
itary, hazardous, or dangerous to em-
ployees, and who has authorization to
take prompt corrective measures to
eliminate them.
Cross braces mean the horizontal
members of a shoring system installed
perpendicular to the sides of the exca-
vation, the ends of which bear against
either uprights or wales.
366
Occupational Safety and Health Admin., labor
Excavation means any man-made cut,
cavity, trench, or depression in an
earth surface, formed by earth re-
moval.
Faces or sides means the vertical or
inclined earth surfaces formed as a re-
sult of excavation work.
Failure means the breakage, displace-
ment, or permanent deformation of a
structural member or connection so as
to reduce its structural integrity and
its supportive capabilities.
Hazardous atmosphere means an at-
mosphere which by reason of being ex-
plosive, flammable, poisonous, corro-
sive, oxidizing, irritating, oxygen defi-
cient, toxic, or otherwise harmful, may
cause death, illness, or injury.
Kickout means the accidental release
or failure of a cross brace.
Protective system means a method of
protecting employees from cave-ins,
from material that could fall or roll
from an excavation face or into an ex-
cavation, or from the collapse of adja-
cent structures. Protective systems in-
clude support systems, sloping and
benching systems, shield systems, and
other systems that provide the nec-
essary protection.
Ramp means an inclined walking or
working surface that is used to gain ac-
cess to one point from another, and is
constructed from earth or from struc-
tural materials such as steel or wood.
Registered Professional Engineer means
a person who is registered as a profes-
sional engineer in the state where the
work is to be performed. However, a
professional engineer, registered in any
state is deemed to be a "registered pro-
fessional engineer" within the meaning
of this standard when approving de-
signs for "manufactured protective
systems" or "tabulated data" to be
used in interstate commerce.
Sheeting means the members of a
shoring system that retain the earth in
position and in turn are supported by
other members of the shoring system.
Shield (Shield system) means a struc-
ture that is able to withstand the
forces imposed on it by a cave-in and
thereby protect employees within the
structure. Shields can be permanent
structures or can be designed to be
portable and moved along as work pro-
gresses. Additionally, shields can be ei-
ther premanufactured or job -built in
§ 1926.650
accordance with §1926.652 (c)(3) or
(c)(9). Shields used in trenches are usu-
ally referred to as "trench boxes" or
"trench shields."
Shoring (Shoring system) means a
structure such as a metal hydraulic,
mechanical or timber shoring system
that supports the sides of an exca-
vation and which is designed to prevent
cave-ins.
Sides. See "Faces."
Sloping (Sloping system) means a
method of protecting employees from
cave-ins by excavating to form sides of
an excavation that are inclined away
from the excavation so as to prevent
cave-ins. The angle of incline required
to prevent a cave-in varies with dif-
ferences in such factors as the soil
type, environmental conditions of ex-
posure, and application of surcharge
loads.
Stable rock means natural solid min-
eral material that can be excavated
with vertical sides and will remain in-
tact while exposed. Unstable rock is
considered to be stable when the rock
material on the side or sides of the ex-
cavation is secured against caving -in
or movement by rock bolts or by an-
other protective system that has been
designed by a registered professional
engineer.
Structural ramp means a ramp built of
steel or wood, usually used for vehicle
access. Ramps made of soil or rock are
not considered structural ramps.
Support system means a structure
such as underpinning, bracing, or shor-
ing, which provides support to an adja-
cent structure, underground installa-
tion, or the sides of an excavation.
Tabulated data means tables and
charts approved by a registered profes-
sional engineer and used to design and
construct a protective system.
Trench (Trench excavation) means a
narrow excavation (in relation to its
length) made below the surface of the
ground. In general, the depth is greater
than the width, but the width of a
trench (measured at the bottom) is not
greater than 15 feet 0.6 m). If forms or
other structures are installed or con-
structed in an excavation so as to re-
duce the dimension measured from the
forms or structure to the side of the ex-
cavation to 15 feet (9.6 m) or less
014%
§ 1926.651
(measured at the bottom of the exca-
vation), the excavation is also consid-
ered to be a trench.
Trench box. See "Shield."
Trench shield. See "Shield."
Uprights means the vertical members
of a trench shoring system placed in
contact with the earth and usually po-
sitioned so that individual members do
not contact each other. Uprights
placed so that individual members are
closely spaced, in contact with or
interconnected to each other, are often
called "sheeting."
Wales means horizontal members of a
shoring system placed parallel to the
excavation face whose sides bear
against the vertical members of the
shoring system or earth.
§ 1926.651 Specific excavation require-
ments.
(a) Surface encumbrances. All surface
encumbrances that are located so as to
create a hazard to employees shall be
removed or supported, as necessary, to
safeguard employees.
(b) Underground installations. (1) The
estimated location of utility installa-
tions, such as sewer, telephone, fuel,
electric, water lines, or any other un-
derground installations that reason-
ably may be expected to be encoun-
tered during excavation work, shall be
determined prior to opening an exca-
vation.
(2) Utility companies or owners shall
be contacted within established or cus-
tomary local response times, advised of
the proposed work, and asked to estab-
lish the location of the utility under-
ground installations prior to the start
of actual excavation. When utility
companies or owners cannot respond to
a request to locate underground utility
installations within 24 hours (unless a
longer period is required by state or
local law), or cannot establish the
exact location of these installations,
the employer may proceed, provided
the employer does so with caution, and
provided detection equipment or other
acceptable means to locate utility in-
stallations are used.
(3) When excavation operations ap-
proach the estimated location of under-
ground installations, the exact loca-
tion of the installations shall be deter-
mined by safe and acceptable means.
29 CFR Ch. XVII (7-1-07 Edition)
(4) While the excavation is open, un-
derground installations shall be pro-
tected, supported or removed as nec-
essary to safeguard employees.
(c) Access and egress—(1) Structural
ramps. (i) Structural ramps that are
used solely by employees as a means of
access or egress from excavations shall
be designed by a competent person.
Structural ramps used for access or
egress of equipment shall be designed
by a competent person qualified in
structural design, and shall be con-
structed in accordance with the design.
(ii) Ramps and runways constructed
of two or more structural members
shall have the structural members con-
nected together to prevent displace-
ment.
(iii) Structural members used for
ramps and runways shall be of uniform
thickness.
(iv) Cleats or other appropriate
means used to connect runway struc-
tural members shall be attached to the
bottom of the runway or shall be at-
tached in a manner to prevent tripping.
(v) Structural ramps used in lieu of
steps shall be provided with cleats or
other surface treatments on the top
surface to prevent slipping.
(2) Means of egress from trench exca-
vations. A stairway, ladder, ramp or
other safe means of egress shall be lo-
cated in trench excavations that are 4
feet (1.22 m) or more in depth so as to
require no more than 25 feet (7.62 m) of
lateral travel for employees.
(d) Exposure to vehicular traffic. Em-
ployees exposed to public vehicular
traffic shall be provided with, and shall
wear, warning vests or other suitable
garments marked with or made of
reflectorized or high -visibility mate-
rial.
(e) Exposure to falling loads. No em-
ployee shall be permitted underneath
loads handled by lifting or digging
equipment. Employees shall be re-
quired to stand away from any vehicle
being loaded or unloaded to avoid being
struck by any spillage or falling mate-
rials. Operators may remain in the
cabs of vehicles being loaded or un-
loaded when the vehicles are equipped,
in accordance with §1926.601(b)(6), to
provide adequate protection for the op-
erator during loading and unloading
operations.
368
Occupational Safety and Health Admin., Labor
(f) Warning system for mobile equip-
ment. When mobile equipment is oper-
ated adjacent to an excavation, or
when such equipment is required to ap-
proach the edge of an excavation, and
the operator does not have a clear and
direct view of the edge of the exca-
vation, a warning system shall be uti-
lized such as barricades, hand or me-
chanical signals, or stop logs. If pos-
sible, the grade should be away from
the excavation.
(g) Hazardous atmospheres—(1) Testing
and controls. In addition to the require-
ments set forth in subparts D and E of
this part (29 CFR 1926.50-1926.107) to
prevent exposure to harmful levels of
atmospheric contaminants and to as-
sure acceptable atmospheric condi-
tions, the following requirements shall
apply:
(i) Where oxygen deficiency
(atmospheres containing less than 19.5
percent oxygen) or a hazardous atmos-
phere exists or could reasonably be ex-
pected to exist, such as in excavations
in landfill areas or excavations in areas
where hazardous substances are stored
nearby, the atmospheres in the exca-
vation shall be tested before employees
enter excavations greater than 9 feet
(1.22 m) in depth.
(ii) Adequate precautions shall be
taken to prevent employee exposure to
atmospheres containing less than 19.5
percent oxygen and other hazardous
atmospheres. These precautions in-
clude providing proper respiratory pro-
tection or ventilation in accordance
with subparts D and E of this part re-
spectively.
(M) Adequate precaution shall be
taken such as providing ventilation, to
prevent employee exposure to an at-
mosphere containing a concentration
of a flammable gas in excess of 20 per-
cent of the lower flammable limit of
the gas.
(iv) When controls are used that are
intended to reduce the level of atmos-
pheric contaminants to acceptable lev-
els, testing shall be conducted as often
as necessary to ensure that the atmos-
phere remains safe.
(2) Emergency rescue equipment. (i)
Emergency rescue equipment, such as
breathing apparatus, a safety harness
and line, or a basket stretcher, shall be
readily available where hazardous at-
§ 1926.651
mospheric conditions exist or may rea-
sonably be expected to develop during
work in an excavation. This equipment
shall be attended when in use.
(h) Employees entering bell-bottom
pier holes, or other similar deep and
confined footing excavations, shall
wear a harness with a life -line securely
attached to it. The lifeline shall be sep-
arate from any line used to handle ma-
terials, and shall be individually at-
tended at all times while the employee
wearing the lifeline is in the exca-
vation.
(h) Protection from hazards associated
with water accumulation. (1) Employees
shall not work in excavations in which
there is accumulated water, or in exca-
vations in which water is accumu-
lating, unless adequate precautions
have been taken to protect employees
against the hazards posed by water ac-
cumulation. The precautions necessary
to protect employees adequately vary
with each situation, but could include
special support or shield systems to
protect from cave-ins, water removal
to control the level of accumulating
water, or use of a safety harness and
lifeline.
(2) If water is controlled or prevented
from accumulating by the use of water
removal equipment, the water removal
equipment and operations shall be
monitored by a competent person to
ensure proper operation.
(3) If excavation work interrupts the
natural drainage of surface water (such
as streams), diversion ditches, dikes, or
other suitable means shall be used to
prevent surface water from entering
the excavation and to provide adequate
drainage of the area adjacent to the ex-
cavation. Excavations subject to runoff
from heavy rains will require an in-
spection by a competent person and
compliance with paragraphs (h)(1) and
(h)(2) of this section.
(i) Stability of adjacent structures. (1)
Where the stability of adjoining build-
ings, walls, or other structures is en-
dangered by excavation operations,
support systems such as shoring, brac-
ing, or underpinning shall be provided
to ensure the stability of such struc-
tures for the protection of employees.
(2) Excavation below the level of the
base or footing of any foundation or re-
taining wall that could be reasonably
369
§ 1926.652
expected to pose a hazard to employees
shall not be permitted except when:
(i) A support system, such as under-
pinning, is provided to ensure the safe-
ty of employees and the stability of the
structure; or
(ii) The excavation is in stable rock;
or
(iii) A registered professional engi-
neer has approved the determination
that the structure is sufficently re-
moved from the excavation so as to be
unaffected by the excavation activity;
or
(iv) A registered professional engi-
neer has approved the determination
that such excavation work will not
pose a hazard to employees.
(3) Sidewalks, pavements, and appur-
tenant structure shall not be under-
mined unless a support system or an-
other method of protection is provided
to protect employees from the possible
collapse of such structures.
(j) Protection of employees from loose
rock or soil. (1) Adequate protection
shall be provided to protect employees
from loose rock or soil that could pose
a hazard by falling or rolling from an
excavation face. Such protection shall
consist of scaling to remove loose ma-
terial; installation of protective barri-
cades at intervals as necessary on the
face to stop and contain falling mate-
rial; or other means that provide equiv-
alent protection.
(2) Employees shall be protected from
excavated or other materials or equip-
ment that could pose a hazard by fall-
ing or rolling into excavations. Protec-
tion shall be provided by placing and
keeping such materials or equipment
at least 2 feet (.61 m) from the edge of
excavations, or by the use of retaining
devices that are sufficient to prevent
materials or equipment from falling or
rolling into excavations, or by a com-
bination of both if necessary.
(k) Inspections. (1) Daily inspections
of excavations, the adjacent areas, and
protective systems shall be made by a
competent person for evidence of a sit-
uation that could result in possible
cave-ins, indications of failure of pro-
tective systems, hazardous
atmospheres, or other hazardous condi-
tions. An inspection shall be conducted
by the competent person prior to the
start of work and as needed throughout
29 CFR Ch. XVII (7-1-07 Edition)
the shift. Inspections shall also be
made after every rainstorm or other
hazard increasing occurrence. These in-
spections are only required when em-
ployee exposure can be reasonably an-
ticipated.
(2) Where the competent person finds
evidence of a situation that could re-
sult in a possible cave-in, indications
of failure of protective systems, haz-
ardous atmospheres, or other haz-
ardous conditions, exposed employees
shall be removed from the hazardous
area until the necessary precautions
have been taken to ensure their safety.
(1) Walkways shall be provided where
employees or equipment are required
or permitted to cross over excavations.
Guardrails which comply with
§ 1926.502(b) shall be provided where
walkways are 6 feet (1.8 m) or more
above lower levels.
[54 FR 45959. Oct. 31. 1989, as amended by 59
FR 40730. Aug. 9, 19941
§ 1926.652 Requirements for protective
systems.
(a) Protection of employees in exca-
vations. (1) Each employee in an exca-
vation shall be protected from cave-ins
by an adequate protective system de-
signed in accordance with paragraph
(b) or (c) of this section except when:
(i) Excavations are made entirely in
stable rock; or
(h) Excavations are less than 5 feet
(1.52m) in depth and examination of the
ground by a competent person provides
no indication of a potential cave-in.
(2) Protective systems shall have the
capacity to resist without failure all
loads that are intended or could rea-
sonably be expected to be applied or
transmitted to the system.
(b) Design of sloping and benching sys-
tems. The slopes and configurations of
sloping and benching systems shall be
selected and constructed by the em-
ployer or his designee and shall be in
accordance with the requirements of
paragraph (b)(1); or, in the alternative,
paragraph (b)(2); or, in the alternative,
paragraph (b)(3), or, in the alternative,
paragraph (b)(9), as follows:
(1) Option (])—Allowable configurations
and slopes. (i) Excavations shall be
sloped at an angle not steeper than one
and one-half horizontal to one vertical
370
Occupational Safety and Health Admin., Labor
(34 degrees measured from the hori-
zontal), unless the employer uses one
of the other options listed below.
(ii) Slopes specified in paragraph
(b)(1)(i) of this section, shall be exca-
vated to form configurations that are
in accordance with the slopes shown
for Type C soil in Appendix B to this
subpart.
(2) Option (2)—Determination of slopes
and configurations using Appendices A
and B. Maximum allowable slopes, and
allowable configurations for sloping
and benching systems, shall be deter-
mined in accordance with the condi-
tions and requirements set forth in ap-
pendices A and B to this subpart.
(3) Option (3)—Designs using other tab-
ulated data. (i) Designs of sloping or
benching systems shall be selected
from and be in accordance with tab-
ulated data., such as tables and charts.
(ii) The tabulated data shall be in
written form and shall include all of
the following:
(A) Identification of the parameters
that affect the selection of a sloping or
benching system drawn from such data:
(B) Identification of the limits of use
of the data, to include the magnitude
and configuration of slopes determined
to be safe:
(C) Explanatory information as may
be necessary to aid the user in making
a correct selection of a protective sys-
tem from the data.
(III) At least one copy of the tab-
ulated data which identifies the reg-
istered professional engineer who ap-
proved the data, shall be maintained at
the jobsite during construction of the
protective system. After that time the
data may be stored off the jobsite, but
a copy of the data shall be made avail-
able to the Secretary upon request.
(4) Option (4)—Design by a registered
professional engineer. (i) Sloping and
benching systems not utilizing Option
(1) or Option (2) or Option (3) under
paragraph (b) of this section shall be
approved by a registered professional
engineer.
(H) Designs shall be in written form
and shall include at least the following:
(A) The magnitude of the slopes that
were determined to be safe for the par-
ticular project;
§ 1926.652
(B) The configurations that were de-
termined to be safe for the particular
project; and
(C) The identity of the registered pro-
fessional engineer approving the de-
sign.
(III) At least one copy of the design
shall be maintained at the jobsite
while the slope is being constructed.
After that time the design need not be
at the jobsite, but a copy shall be made
available to the Secretary upon re-
quest.
(c) Design of support systems, shield
systems, and other protective systems. De-
signs of support systems shield sys-
tems, and other protective systems
shall be selected and constructed by
the employer or his designee and shall
be in accordance with the requirements
of paragraph (c)(1); or, in the alter-
native, paragraph (c)(2); or, in the al-
ternative, paragraph (c)(3); or, in the
alternative, paragraph (c)(4) as follows:
(1) Option (I) —Designs using appen-
dices A, C and D. Designs for timber
shoring in trenches shall be determined
in accordance with the conditions and
requirements set forth in appendices A
and C to this subpart. Designs for alu-
minum hydraulic shoring shall be in
accordance with paragraph (c)(2) of this
section, but if manufacturer's tab-
ulated data cannot be utilized, designs
shall be in accordance with appendix D.
(2) Option (2)--Designs Using Manufac-
turer's Tabulated Data. (i) Design of sup-
port systems, shield systems, or other
protective systems that are drawn
from manufacturer's tabulated data
shall be in accordance with all speci-
fications, recommendations, and limi-
tations issued or made by the manufac-
turer.
(h) Deviation from the specifications,
recommendations, and limitations
issued or made by the manufacturer
shall only be allowed after the manu-
facturer issues specific written ap-
proval.
(III) Manufacturer's specifications,
recommendations, and limitations, and
manufacturer's approval to deviate
from the specifications, recommenda-
tions, and limitations shall be in writ-
ten form at the jobsite during con-
struction of the protective system.
After that time this data may be
stored off the jobsite, but a copy shall
371
§ 1926.652
be made available to the Secretary
upon request.
(3) Option (3)—Designs using other tab-
ulated data. 0) Designs of support sys-
tems, shield systems, or other protec-
tive systems shall be selected from and
be in accordance with tabulated data,
such as tables and charts.
(ii) The tabulated data shall be in
written form and include all of the fol-
lowing:
(A) Identification of the parameters
that affect the selection of a protective
system drawn from such data:
(B) Identification of the limits of use
of the data:
(C) Explanatory information as may
be necessary to aid the user in making
a correct selection of a protective sys-
tem from the data.
(iii) At least one copy of the tab-
ulated data, which identifies the reg-
istered professional engineer who ap-
proved the data, shall be maintained at
the jobsite during construction of the
protective system. After that time the
data may be stored off the jobsite, but
a copy of the data shall be made avail-
able to the Secretary upon request.
(4) Option (4)—Design by a registered
professional engineer. (i) Support sys-
tems, shield systems, and other protec-
tive systems not utilizing Option 1, Op-
tion 2 or Option 3, above, shall be ap-
proved by a registered professional en-
gineer.
(ii) Designs shall be in written form
and shall include the following:
(A) A plan indicating the sizes, types.
and configurations of the materials to
be used in the protective system; and
(B) The identity of the registered
professional engineer approving the de-
sign.
(iii) At least one copy of the design
shall be maintained at the jobsite dur-
ing construction of the protective sys-
tem. After that time, the design may
be stored off the jobsite, but a copy of
the design shall be made available to
the Secretary upon request.
(d) Materials and equipment. (1) Mate-
rials and equipment used for protective
systems shall be free from damage or
defects that might impair their proper
function.
(2) Manufactured materials and
equipment used for protective systems
shall be used and maintained in a man-
29 CFR Ch. XVII (7-1-07 Edition)
ner that is consistent with the rec-
ommendations of the manufacturer,
and in a manner that will prevent em-
ployee exposure to hazards.
(3) When material or equipment that
is used for protective systems is dam-
aged, a competent person shall exam-
ine the material or equipment and
evaluate its suitability for continued
use. If the competent person cannot as-
sure the material or equipment is able
to support the intended loads or is oth-
erwise suitable for safe use, then such
material or equipment shall be re-
moved from service, and shall be evalu-
ated and approved by a registered pro-
fessional engineer before being re-
turned to service.
(e) Installation and removal of sup-
port—(1) General. (i) Members of sup-
port systems shall be securely con-
nected together to prevent sliding, fall-
ing, kickouts, or other predictable fail-
ure.
0i) Support systems shall be in-
stalled and removed in a manner that
protects employees from cave-ins,
structural collapses, or from being
struck by members of the support sys-
tem.
(iii) Individual members of support
systems shall not be subjected to loads
exceeding those which those members
were designed to withstand.
(iv) Before temporary removal of in-
dividual members begins, additional
precautions shall be taken to ensure
the safety of employees, such as in-
stalling other structural members to
carry the loads imposed on the support
system.
(v) Removal shall begin at, and
progress from, the bottom of the exca-
vation. Members shall be released slow-
ly so as to note any indication of pos-
sible failure of the remaining members
of the structure or possible cave-in of
the sides of the excavation.
(vi) Backfilling shall progress to-
gether with the removal of support sys-
tems from excavations.
(2) Additional requirements for support
systems for trench excavations. (i) Exca-
vation of material to a level no greater
than 2 feet (.61 m) below the bottom of
the members of a support system shall
be permitted, but only if the system is
designed to resist the forces calculated
for the full depth of the trench, and
372
Occupational Safety and Health Admin., labor Pt. 1926, Subpt. P, App. A
there are no indications while the
trench is open of a possible loss of soil
from behind or below the bottom of the
support system.
(ii) Installation of a support system
shall be closely coordinated with the
excavation of trenches.
(f) Sloping and benching systems. Em-
ployees shall not be permitted to work
on the faces of sloped or benched exca-
vations at levels above other employ-
ees except when employees at the lower
levels are adequately protected from
the hazard of falling, rolling, or sliding
material or equipment.
(g) Shield systems—(1) General. (i)
Shield systems shall not be subjected
to loads exceeding those which the sys-
tem was designed to withstand.
(ii) Shields shall be installed in a
manner to restrict lateral or other haz-
ardous movement of the shield in the
event of the application of sudden lat-
eral loads.
(III) Employees shall be protected
from the hazard of cave-ins when enter-
ing or exiting the areas protected by
shields.
(iv) Employees shall not be allowed
In shields when shields are being in-
stalled, removed, or moved vertically.
(2) Additional requirement for shield
systems used in trench excavations. Exca-
vations of earth material to a level not
greater than 2 feet (.61 m) below the
bottom of a shield shall be permitted,
but only if the shield is designed to re-
sist the forces calculated for the full
depth of the trench, and there are no
indications while the trench is open of
a possible loss of soil from behind or
below the bottom of the shield.
APPENDIX A TO SUBPART P OF PART
1926—SOIL CLASSIFICATION
(a) Scope and application —(I) Scope. This
appendix describes a method of classifying
soil and rock deposits based on site and envi-
ronmental conditions, and on the structure
and composition of the earth deposits. The
appendix contains definitions, sets forth re-
quirements, and describes acceptable visual
and manual tests for use in classifying soils.
(2) Application. This appendix applies when
a sloping or benching system is designed in
accordance with the requirements set forth
in §1926.652(b)(2) as a method of protection
for employees from cave-ins. This appendix
also applies when timber shoring for exca-
vations is designed as a method of protection
from cave-ins in accordance with appendix C
to subpart P of part 1926, and when alu-
minum hydraulic shoring is designed in ac-
cordance with appendix D. This Appendix
also applies if other protective systems are
designed and selected for use from data pre-
pared in accordance with the requirements
set forth in §1926.652(c), and the use of the
data is predicated on the use of the soil clas-
sification system set forth in this appendix.
(b) Definitions. The definitions and exam-
ples given below are based on, in whole or in
part, the following: American Society for
Testing Materials (ASTM) Standards D653-85
and D2488; The Unified Soils Classification
System. The U.S. Department of Agriculture
(USDA) Textural Classification Scheme; and
The National Bureau of Standards Report
BSS-121.
Cemented soil means a soil in which the par-
ticles are held together by a chemical agent,
such as calcium carbonate. such that a hand -
size sample cannot be crushed into powder or
individual soil particles by finger pressure.
Cohesive soil means clay (fine grained soil),
or soil with a high clay content, which has
cohesive strength. Cohesive soil does not
crumble, can be excavated with vertical
sideslopes, and is plastic when moist. Cohe-
sive soil is hard to break up when dry, and
exhibits significant cohesion when sub-
merged. Cohesive soils include clayey silt,
sandy clay, silty clay, clay and organic clay.
Dry soil means soil that does not exhibit
visible signs of moisture content.
Fissured means a soil material that has a.
tendency to break along definite planes of
fracture with little resistance. or a material
that exhibits open cracks, such as tension
cracks, in an exposed surface.
Granular soil means gravel, sand, or silt,
(coarse grained soil) with little or no clay
content. Granular soil has no cohesive
strength. Some moist granular soils exhibit
apparent cohesion. Granular soil cannot be
molded when moist and crumbles easily
when dry.
Layered system means two or more dis-
tinctly different soil or rock types arranged
in layers. Micaceous seams or weakened
planes in rock or shale are considered lay-
ered.
Moist soil means a condition in which a soil
looks and feels damp. Moist cohesive soil can
easily be shaped into a ball and rolled into
small diameter threads before crumbling.
Moist granular soil that contains some cohe-
sive material will exhibit signs of cohesion
between particles.
Plastic means a property of a soil which al-
lows the soil to be deformed or molded with-
out cracking, or appreciable volume change.
Saturated soil means a soil in which the
voids are filled with water. Saturation does
not require flow. Saturation, or near satura-
tion, is necessary for the proper use of in-
struments such as a pocket penetrometer or
sheer vane.
373
i
11
Pt. 1926, Subpt. P, App. A
Soil classification system means, for the pur-
pose of this subpart, a method of catego-
rizing soil and rock deposits in a hierarchy
of Stable Rock, Type A, Type B. and Type C,
in decreasing order of stability. The cat-
egories are determined based on an analysis
of the properties and performance character-
istics of the deposits and the environmental
conditions of exposure.
Stable rock means natural solid mineral
matter that can be excavated with vertical
sides and remain intact while exposed.
Submerged soil means soil which is under-
water or is free seeping.
Type A means cohesive soils with an
unconfined compressive strength of 1.5 ton
per square foot (tsf) (144 kPa) or greater. Ex-
amples of cohesive soils are: clay. silty clay,
sandy clay, clay loam and, in some cases.
silty clay loam and sandy clay loam. Ce-
mented soils such as caliche and hardpan are
also considered Type A. However, no soil is
Type A if:
(i) The soil is fissured; or
(ii) The soil is subject to vibration from
heavy traffic, pile driving, or similar effects:
or
(III) The soil has been previously disturbed:
or
(iv) The soil is part of a sloped, layered
system where the layers dip into the exca-
vation on a slope of four horizontal to one
vertical (4HJV) or greater: or
(v) The material is subject to other factors
that would require it to be classified as a less
stable material.
Type B means:
(i) Cohesive soil with an unconfined com-
pressive strength greater than 0.5 tsf (48
kPa) but less than 1.5 tsf (144 kPa): or
(ii) Granular cohesionless soils including:
angular gravel (similar to crushed rock).
silt, silt loam, sandy loam and, in some
cases, silty clay loam and sandy clay loam.
(III) Previously disturbed soils except those
which would otherwise be classed as Type C
soil.
(iv) Soil that meets the unconfined com-
pressive strength or cementation require-
ments for Type A, but is fissured or subject
to vibration; or
(v) Dry rock that is not stable; or
(vi) Material that is part of a sloped, lay-
ered system where the layers dip into the ex-
cavation on a slope less steep than four hori-
zontal to one vertical (4H:1V), but only if the
material would otherwise be classified as
Type B.
Type C means:
(i) Cohesive soil with an unconfined com-
pressive strength of 0.5 tsf (48 kPa) or less; or
(ii) Granular soils including gravel, sand,
and loamy sand; or
(III) Submerged soil or soil from which
water is freely seeping; or
(iv) Submerged rock that is not stable, or
29 CFR Ch. XVII (7-1-07 Edition)
(v) Material in a sloped, layered system
where the layers dip into the excavation or a
slope of four horizontal to one vertical
(4H:1V) or steeper.
Unconfined compressive strength means the
load per unit area at which a soil will fail in
compression- It can be determined by labora-
tory testing, or estimated in the field using
a pocket penetrometer, by thumb penetra-
tion tests, and other methods.
Wet soil means soil that contains signifi-
cantly more moisture than moist soil, but in
such a range of values that cohesive material
will slump or begin to flow when vibrated.
Granular material that would exhibit cohe-
sive properties when moist will lose those co-
hesive properties when wet.
(c) Requirements—(1) Classification of soil
and rock deposits. Each soil and rock deposit
shall be classified by a competent person as
Stable Rock, Type A. Type B. or Type C in
accordance with the definitions set forth in
paragraph (b) of this appendix.
(2) Basis of classification. The classification
of the deposits shall be made based on the re-
sults of at least one visual and at least one
manual analysis. Such analyses shall be con-
ducted by a competent person using tests de-
scribed in paragraph (d) below, or in other
recognized methods of soil classification and
testing such as those adopted by the Amer-
ica Society for Testing Materials, or the U.S.
Department of Agriculture textural classi-
fication system.
(3) Visual and manual analyses. The visual
and manual analyses, such as those noted as
being acceptable in paragraph (d) of this ap-
pendix, shall be designed and conducted to
provide sufficient quantitative and quali-
tative information as may be necessary to
identify properly the properties, factors, and
conditions affecting the classification of the
deposits.
(4) Layered systems, In a layered system,
the system shall be classified in accordance
with its weakest layer. However, each layer
may be classified individually where a more
stable layer lies under a less stable layer.
(5) Reclassification. If, after classifying a de-
posit, the properties, factors, or conditions
affecting its classification change in any
way, the changes shall be evaluated by a
competent person. The deposit shall be re-
classified as necessary to reflect the changed
circumstances_
(d) Acceptable visual and manual tests—(1)
Visual tests. Visual analysis is conducted to
determine qualitative information regarding
the excavation site in general, the soil adja-
cent to the excavation, the soil forming the
sides of the open excavation, and the soil
taken as samples from excavated material.
(i) Observe samples of soil that are exca-
vated and soil in the sides of the excavation.
Estimate the range of particle sizes and the
relative amounts of the particle sizes. Soil
that is primarily composed of fine-grained
374
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B
material is cohesive material. Soil composed
primarily of coarse -grained sand or gravel is
granular material.
(ff) Observe soil as it is excavated. Soil
that remains in clumps when excavated is
cohesive. Soil that breaks up easily and does
not stay in clumps is granular.
(iii) Observe the side of the opened exca-
vation and the surface area adjacent to the
excavation. Crack -like openings such as ten-
sion cracks could indicate fissured material.
If chunks of soil spa]] off a vertical side, the
soil could be fissured. Small spalls are evi-
dence of moving ground and are indications
of potentially hazardous situations.
Ov) Observe the area adjacent to the exca-
vation and the excavation itself for evidence
of existing utility and other underground
structures, and to identify previously dis-
turbed soil.
(v) Observe the opened side of the exca-
vation to identify layered systems. Examine
layered systems to identify if the layers
slope toward the excavation. Estimate the
degree of slope of the layers.
(vi) Observe the area adjacent to the exca-
vation and the sides of the opened exca-
vation for evidence of surface water, water
seeping from the sides of the excavation, or
the location of the level of the water table.
(vii) Observe the area adjacent to the exca-
vation and the area within the excavation
for sources of vibration that may affect the
stability of the excavation face.
(2) Manual tests. Manual analysis of soil
samples is conducted to determine quan-
titative as well as qualitative properties of
soil and to provide more information in
order to classify soil properly.
(f) Plasticity. Mold a moist or wet sample of
soil into a ball and attempt to roll it into
threads as thin as fist -inch in diameter- Cohe-
sive material can be successfully rolled into
threads without crumbling. For example, if
at least a two inch (50 mm) length of %-inch
thread can be held on one end without tear-
ing, the soil is cohesive.
(if) Dry strength. If the soil is dry and
crumbles on its own or with moderate pres-
sure into individual grains or fine powder, it
is granular (any combination of gravel, sand,
or silt). If the soil is dry and falls into
clumps which break up into smaller clumps,
but the smaller clumps can only be broken
up with difficulty, it may be clay in any
combination with gravel, sand or silt. If the
dry soil breaks into clumps which do not
break up into small clumps and which can
only be broken with difficulty, and there is
no visual indication the soil is fissured, the
soil may be considered unfissured.
Off) Thumb penetration. The thumb penetra-
tion test can be used to estimate the
unconfined compressive strength of cohesive
soils. (This test is based on the thumb pene-
tration test described in American Society
for Testing and Materials (ASTM) Standard
designation D2488—"Standard Recommended
Practice for Description of Soils (Visual —
Manual Procedure).") Type A soils with an
unconfined compressive strength of 1.5 tsf
can be readily indented by the thumb; how-
ever, they can be penetrated by the thumb
only with very great effort. Type C soils with
an unconfined compressive strength of 0.5 tsf
can be easily penetrated several inches by
the thumb. and can be molded by light finger
pressure. This test should be conducted on
an undisturbed soil sample, such as a large
clump of spoil, as soon as practicable after
excavation to keep to a miminum the effects
of exposure to drying influences. If the exca-
vation is later exposed to wetting influences
(rain, flooding), the classification of the soil
must be changed accordingly.
(iv) Other strength tests. Estimates of
unconfined compressive strength of soils can
also be obtained by use of a pocket pene-
trometer or by using a hand -operated
shearvane.
(v) Drying test. The basic purpose of the
drying test is to differentiate between cohe-
sive material with fissures, unfissured cohe-
sive material, and granular material. The
procedure for the drying test involves drying
a sample of soil that is approximately one
inch thick (2.59 cm) and six inches (15.24 cm)
in diameter until it is thoroughly dry:
(A) if the sample develops cracks as it
dries, significant fissures are indicated.
(B) Samples that dry without cracking are
to be broken by hand. If considerable force is
necessary to break a sample, the soil has sig-
nificant cohesive material content. The soil
can be classified as a unfissured cohesive ma-
terial and the unconfined compressive
strength should be determined.
(C) If a sample breaks easily by hand, it is
either a fissured cohesive material or a
granular material. To distinguish between
the two, pulverize the dried clumps of the
sample by hand or by stepping on them. If
the clumps do not pulverize easily. the mate-
rial is cohesive with fissures. If they pul-
verize easily into very small fragments, the
material is granular.
APPENDIX B TO SUBPART P OF PART
1926—SLOPING AND BENCHING
(a) Scope and application. This appendix
contains specifications for sloping and
benching when used as methods of protecting
employees working in excavations from
cave-ins- The requirements of this appendix
apply when the design of sloping and bench-
ing protective systems is to be performed in
accordance with the requirements set forth
in §1926.652(b)(2).
(b) Definitions.
Actual slope means the slope to which an
excavation face is excavated.
Distress means that the soil is in a. condi-
tion where a cave-in is imminent or is likely
375
Pt. 1926, Subpt. P, App. B
to occur. Distress is evidenced by such phe-
nomena as the development of fissures in the
face of or adjacent to an open excavation;
the subsidence of the edge of an excavation;
the slumping of material from the face or
the bulging or heaving of material from the
bottom of an excavation; the spalling of ma-
terial from the face of an excavation: and
ravelling, i.e., small amounts of material
such as pebbles or little clumps of material
suddenly separating from the face of an exca-
vation and trickling or rolling down into the
excavation.
Maximum allowable slope means the steep-
est incline of an excavation face that is ac-
ceptable for the most favorable site condi-
tions as protection against cave-ins, and is
expressed as the ratio of horizontal distance
to vertical rise (H:V).
Short term exposure means a period of time
less than or equal to 24 hours that an exca-
vation is open.
(c) Requirements—(1) Soil classification. Soil
and rock deposits shall be classified in ac-
cordance with appendix A to subpart P of
part 1926.
29 CFR Ch. XVII (7-1-07 Edition)
(2) Maximum allowable slope. The maximum
allowable slope for a soil or rock deposit
shall be determined from Table B-1 of this
appendix.
(3) Actual slope. (i) The actual slope shall
not be steeper than the maximum allowable
slope.
(ii) The actual slope shall be less steep
than the maximum allowable slope, when
there are signs of distress. If that situation
occurs. the slope shall be cut back to an ac-
tual slope which is at least 1/2 horizontal to
one vertical (1/2H:IV) less steep than the
maximum allowable slope_
(iii) When surcharge loads from stored ma-
terial or equipment, operating equipment. or
traffic are present. a competent person shall
determine the degree to which the actual
slope must be reduced below the maximum
allowable slope, and shall assure that such
reduction is achieved. Surcharge loads from
adjacent structures shall be evaluated in ac-
cordance with §1926.661(i).
(4) Configurations. Configurations of slop-
ing and benching systems shall be in accord-
ance with Figure 13-1.
. AM F 3-1
MAXTPUF' P—LOWABLL" SLOPES
SOIL OR ROCK Tiff
!'.�.�1F��,+1 AL'_C'MAB:E 5Ls1PES(F.:Yj[11
F03LXCAVATTVNS_ESSTHAN 20ILLI
5TA6LF. ROCK
iLRI[CA_ (90°1
1°Pf A j
3f4:1 (§A
TYPE U
_A (451
TYPE C
111:1 ;34
.l 1,,3,
1. Numbers 9hohn in',:arsnithesas next to maximu-m all— able slupes are angles Pxpressed in
degrees fro m the hori[total, Angles have been rounded ofI-
2. A k1"LWL-C*rL• 10.V'.OT nlirxn?:lr e::rpe of 1r211:1v (611) is-Ilcrwed in
Oxca atlevs in 9Epr. A nu.il LhUL nor 12 :eet (5.(7 m) or lest; in dw�Lh.
}hnrt-icon uaxiuma a�l<ue L_'4 eloace .`nr rrr w:cL io�r, grraLef LJtPu 12
feet (l,ri' n) it dnpr: :ia_:1 6w 3!411:1V
` 3. Sloping or benchirg for P►cavations greater than 20 feet weeµ shall he designed by z registered
profes5innal engineer.
376
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B
Figu7e B-1
Slope Configurations
(All slopes stated below are in the horizontal to vertical ratio)
B-1.1 Excavations made in Type A soil.
1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope
of 3/a:l.
;n'lMax,�
SIMPLE SLOPE —GENERAL
Exception: Simple slope excavations which are open 24 hours or less (short term) and which
are 12 feet or less in depth shall have a maximum allowable slope of/2:1.
i2' Max. r
i
112
SIMPLE SLOPE —SHORT TERM
2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope
of 3/9 to 1 and maximum bench dimensions as follows:
377
Pt. 1926, Subpt. P, App. B
SIMPLE BENCH
20' Max.
' 5'
Max_
4' Max
29 CFR Ch. XVII (7-1-07 Edition)
J
MULTIPLE BENCH
3. All excavations 8 feet or less in depth which have unsupported vertically sided lower por-
tions shall have a maximum vertical side of 31/2 feet.
i \ / z 1
80 Max. 3/4
4
UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 8 FEET IN DEPTH
All excavations more than 8 feet but not more than 12 feet in depth which unsupported
vertically sided lower portions shall have a maximum allowable slope of 1:1 and a maximum
vertical side of 31/2 feet.
378
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. 6
UNSUPPORTED VERTICALLY SIDED LOWER- PORTION —MAXIMUM 12 FEET IN DEPTH
All excavations 20 feet or less in depth which have vertically sided lower portions that are
supported or shielded shall have a maximum allowable slope of 3tga. The support or shield sys-
tem must extend at least 18 inches above the top of the vertical side.
Stipport or sbield system
I'
Y '
20' Max,
Total height of vertical Side
SUPPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION
9. All other simple slope. compound slope, and vertically sided lower portion excavations
shall be in accordance with the other opWons permitted under § 1926.652(b).
B-1.2 Excavations Made in Type B Soil
1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable
slope of 1:1.
SIMPLE SLOPE
2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope
of 1:1 and maximum bench dimensions as follows:
379
Pt. 1926, Subpt. P, App. B
29 CFR Ch. XV11 (7-1-07 Edition)
This bench 811uved in cohevive $oil only-
1
20' Max 1
1
4' ti i
Max_ ` Ji
SINGLE BENCH
This bench aliowel in coAeitgive snit only
//�
'ter
l t
1
y• /
1
MULTIPLE BENCH
1All excavations 20 feet or less in depth which have vertically sided lower portions shall
be shielded or supported to a height at least 18 inches above the top of the vertical side. All
such excavations shall have a maximum allowable slope of 1:1.
Support or shield sysCp.n
8 Kin.
I
j Total heigh-, of vertical side
VERTICALLY SIDED LOWER PORTION
9. All other sloped excavations shall be in accordance with the other options permitted in
§1926.652(b).
B-1.3 Excavations Made in Type C Soil
1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable
slope of 1'h:L
380
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B
I
1�
SIMPLE SLOPE
2. All excavations 20 feet or less in depth which have vertically sided lower portions shall
be shielded or supported to a height at least 18 inches above the top of the vertical side. All
such excavations shall have a maximum allowable slope of P/z:l.
Support or shield system
20' Ka -A. /I
18" kin.
Tntal height of ver:iral side
2
VERTICAL SIDED LOWER PORTION
3. All other sloped excavations shall be in accordance with the other options permitted in
§1926.652(b).
B-1.9 Excavations Made in Layered Soils
L All excavations 20 feet or less in depth made in layered soils shall have a maximum al-
lowable slope for each layer as set forth below.
381
Pt. 1926, Subpt. P, App. B
ei OVER A
C 04ER r1
C GV8R 3
382
29 CFR Ch. XVII (7-1-07 Edition)
1
� 4
Occupational Safety and Health Admin., Labor Pf. 1926, Subpf. P, App. C
Space 2x6 uprights at four feet hori-
zontally.
Arrangement #B3
Space 6x6 crossbraces at 10 feet hori-
zontally and four feet vertically.
Space 8x10 wales at four feet vertically.
Space 2x6 uprights at five feet hori-
zontally.
Arrangement 4B4
Space 6x6 crossbraces at 12 feet hori-
zontally and four feet vertically.
Space 1Ox10 wales at four feet vertically.
Spaces 3x8 uprights at six feet bori-
zontally.
(2) Example 2.
A trench dug in Type B soil in 13 feet deep
and five feet wide. From Table C-1.2 three
acceptable arrangements of members are
listed.
Arrangement 4B]
Space 6x6 crossbraces at six feet hori-
zontally and five feet vertically.
Space 8x8 wales at five feet vertically.
Space 2x6 uprights at two feet hori-
zontally.
Arrangement 4B2
Space 6x8 crossbraces at eight feet hori-
zontally and five feet vertically.
Space 1Oxl0 wales at five feet vertically.
Space 2x6 uprights at two feet hori-
zontally.
Arrangement #B3
Space 8x8 crossbraces at 10 feet bori-
zontally and five feet vertically.
Space 1Ox12 wales at five feet vertically.
Space 2x6 uprights at two feet vertically.
(3) Example 3.
A trench dug in Type C soil is 13 feet deep
and five feet wide.
From Table C-1.3 two acceptable arrange-
ments of members can be used.
Arrangement 4Bl
Space 8x8 crossbraces at six feet hori-
zontally and five feet vertically.
Space 1Ox12 wales at five feet vertically.
Position 2x6 uprights as closely together as
possible.
If water must be retained use special
tongue and groove uprights to form tight
sheeting.
Arrangement 4B2
Space 8x10 crossbraces at eight feet hori-
zontally and five feet vertically.
Space 12x12 wales at five feet vertically.
Position 2x6 uprights in a close sheeting
configuration unless water pressure must be
resisted. Tight sheeting must be used where
water must be retained.
(4) Example 4.
A trench dug in Type C soil is 20 feet deep
and 11 feet wide. The size and spacing of
members for the section of trench that is
over 15 feet in depth is determined using
Table C-1.3. Only one arrangement of mem-
bers is provided.
Space 8x10 crossbraces at six feet hori-
zontally and five feet vertically.
Space 12x12 wales at five feet vertically.
Use 3x6 tight sheeting.
Use of Tables G2.1 through C-2.3 would fol-
low the same procedures.
(g) Notes for all Tables.
1. Member sizes at spacings other than in-
dicated are to be determined as specified in
§1926.652(c), "Design of Protective Systems."
2. when conditions are saturated or sub-
merged use Tight Sheeting. Tight Sheeting
refers to the use of specially -edged timber
planks (e.g.. tongue and groove) at least
three inches thick, steel sheet piling. or
similar construction that when driven or
placed in position provide a tight wall to re-
sist the lateral pressure of water and to pre-
vent the loss of backfill material. Close
Sheeting refers to the placement of planks
side -by -side allowing as little space as pos-
sible between them.
3. All spacing indicated is measured center
to center.
4. Wales to be installed with greater di-
mension horizontal.
5. If the vertical distance from the center
of the lowest crossbrace to the bottom of the
trench exceeds two and one-half feet.
uprights shall be firmly embedded or a
mudsill shall be used. where uprights are
embedded_. the vertical distance from the
center of the lowest crossbrace to the bot-
tom of the trench shall not exceed 36 inches.
When mudsills are used, the vertical dis-
tance shall not exceed 42 inches. Mudsills are
wales that are installed at the toe of the
trench side.
6. Trench jacks may be used in lieu of or in
combination with timber crossbraces.
7. Placement of crossbraces. when the
vertical spacing of crossbraces is four feet.
place the top crossbrace no more than two
feet below the top of the trench. when the
vertical spacing of crossbraces is five feet.
place the top crossbrace no more than 2.5
feet below the top of the trench.
385
w
ib
0)
,IMB:a TaEH:H 51iUVJ,4C' ••- M1NMH T;MBEP, REDJBLFLNl--
%fL TYPE A. Pa = 25 X H « 72 asf i'P ft SvCNV�P)
5% wr
DI.OF'
> >'CES
UD `HT
OF
T.'.EN�;
HOni2,
.'iCTll CT TRENCH ;,iE-j
ERT.
eRT_
VE
°'
YI:+..�K'_M ALI.GHAB1.= NO.+i1C�%TAL SPr�LINC
OF TC
UP T(1
P TO
w u
P TO
MET)
SPACING
SPACING
_
$11
SPACING
(FEET'
-
(I'LL)
4
6
9
.2
S
(FEET;
UN)
(FEET',
Up TC
Not
S
1 X4
f X1
4A6
6K6
6XG
L
i2-to-
UP TC
Nat
TC
o
4X�
sK4
4x6
€:K6
t
ae 'd
tm
UP TO
lU
Xx
S'446FM
txa
L
r
UP To
ir.
496
1 : K3
06
6.(6
Fi7f5
<?
nX8
1
PX6
Iv TO
Not
in
s:
d
S '
'3
3KR
U' TO
TC
;3
0.5
416
.X6
bx6
6Xu
L
8xe
4
2XE
U= Tn
I5
?C
6X6
6Ss
EK6
6KR
+:.
A
ZXS
U+ "U
'2
6X6
6k�
;K6
6X8
5xg
�{
OF TC
1>
b
69t
SX6
Sri()
N•xU
Re
6►8
4
3Xb
OF TC
TO
6X6
06
06
%xU
tlxu
;SAE
4
3Y.5
Ul TO
10
,r
AM
BX81
4
u^ To
nr
.i'
8X6
6X8
8X6
i '3
BX!e�
S
4
3AS
C9c'2
20
SEE NC•TE 1
*4fxe' oak ;r equivalent %it;i tt Lrnd n.^, ,trpnytr, net less than S5C psi.
'lenufttc.urOd mMhbCr5 of eWlvalam stren_t, may by sibstrtuted `or wood,
TAPLR C-1.2
TIF.W.1k VIUMCE SIDRING •.11tiLKUM 'fLUJ;K RE;QUjKL.'I-'NTS
.SCTT, TYPr il, P = 45 X F t ;2 paF
�-IZE AND
:1-If'TN(: r
w SAA
or
K5FAV's
IUNT,rAT,
s
.kENCH
KID
GTF I
'RaIMP MT.Ir)
N-IL,'VAi;, R Hok 1 SVA<
'TJJF TO
TO
�PT
;rArTlk
A471 Krf�
slv�
AP.TtG
�179T.T)
9
12
PE-T)
(INJ
(IFE-T)
CLOSE
2
3
ur A)
f.
/4XiJ
6xG
6XO
5
636
3
,CI, W
Up
(Ixb
614;
6EE
M
6r;
.5
SX1 u
2X6
10
0
C.A6
GX t
6%4
67r
6ys
5
IuXIu
See
17.
In
G
W
616
(Irb
bKS
1 6X8
j
HXH
5
13 h
-�P TO
,A
6X8
iX8
6X5
m
aX8
5
lox I C.
5
W,
TU
UP Tu
---
. -
-
0
Xq
W
M, R
SWR
Al�:
2x
UP t1)
-.5
6
614
6X8
6X5
Sxs
5
:ixiu
5
Ur L:
rr ic
10
6XI n
-t
F. It."
41y. C; I
SY .
1
Ir mul
U6
2:j
MIC NOU
YjAed u.jk �_- aqujva"LLL 'ottl, a b8rerjrr, FCrnn.tlh nor t1h.ir 9490 r,!.J.
of r.q-.L-Va1(!rt ;LrLrH-.L nny by YU:�LILULA:L LUf WUCIll.
-0
Y
777 -777 7-7
-7.X= MNCR S1,11J.'UNC
ft..
lam
r,= OW li-:NA
Cr
:X)RIZ,
kfD,-x U1, Kv,
hk
0 •C."i
U.
!"p
Cp
SLY.L
Z5FA(.l, - W;
707- -T
V'- r.T)
A
6
12
Ii
(TTIJ
le LTJ
w
6"
'als
'.�P TO
Ti
P,; r
SIP
5t8
sxA
8XI0
k., Tr,
C
L U
ax; C.
LXIO
SX10
loxio
5—
1 vz L I
M,
)U
6
8X8
By.d
JEM
tin
8xi ki
111512-
5
Ix
ti
"X.o
wr 10
sxiu
8XIU
IG3:1ul
6,cr
15
HLt I
Sew
Nexi
11 TO
sxIo
&Liu
vxiu
Amu
I,—,71"
See
NEI . L. 1
sti
Xr.
se e
STa t4,jL--- I
r,
* (I;A :)r L; T>CICIL'lg NLZd7.t;L*'L CIC14 L leog L�tl A')L' p;1.
'* U.LLSLLULe11 jlldlllbtf:. V- cqi:iv;.'I:nL LeIE-U�Llz Ue tsU--tI�LLWeL: 'Of WVr4.
:2
W,
IL
-pC.:m illf piln-i7-�sjns Aq Xmn qj.R"Ajnc
Tad UUS.
av'-P fs i � L �"o U kJ43"'l 4i '4CL ?"N L' q4 �a uu LUA µibi) .: w .; I j !; 0 L'il)UQ sp
T
07.1
1
e L X17
y '.L
7
c LX14
RiN
RM
4x9
9X4
9x4
4
uz
LX7
9)L".
7
RXR
SX9
3—Aq
939
-f3,q
9%9
;)tD
tiX9
x-)
ul
RX9
7
'Jxy
419
9 X'?
le y
LU
c
YXY
qX4
. Y7
y v
Nq
M.
C
CQ
I
qxy
9xy
' Nv
L?39
t.
Rn
7
9xc?
914
qY7
Xt.
Yx4
u t
4
0
J
. ir:l
p
9%
A
V xt-I
P. —A
it, riR7
9x�
7xs
txs
*Xl)
7xs
4wx
ON Ovas
—7 —
-"7
121
—1
7 a =2u
I)t' I ivd
—"
(AT. .1
0-1 dill.X
Z
X.
I.- -!n I
77LELI —
U.L d"t.
. - -
5 7.1 V k$
DSITM IV-7-ULY/-A0M 370VAM7V -Ank) Xr,4
'.Uft ^
'XIAR A
SUDY'du noyll
rr T �79=7nrww
rL 7 S +vu 'uris
situodiab*-'a uiLiu jcLco:li -- L)sjumis un-wva li.T n.-F
m
co
m
T.A.2 LE .' . , )
TITER T[tL`'C'r viol G, -- NTNMN TMER VZE UTAEN}YVS
SOIL TYP= S r - 43 X V + /Z ?e7 (2 tc. Surubarge)
t
Tlr•.xrH
SIZ (,ai+ to-D SCdCINi. OI mErg6R3 ••
0r
fl e•
WAL L4
_
'1'LCtTCII
NL:RL_.
Gfii'I'
' "LRh.'H(y fHB'f•
al<'i'.
:'CRT.
H6YTP(m ALLL°aULL nVXIZG%tAL
_P 'P7
1 TO
it? TQ
'-P Tt)
i:P TO
(1+?rTj
57ACr_N!:
::FACT le,
ST7P.
beACLU-_
tr'UT)
CLASP
2
3
5
h
)
5
9
l!
l.i
(?YET)
(I`)
TO
lit
h
5X6
9i°
iXh
hXh
6X•5
5
hXB
5
12
U" 'A)
Yn
R
iXh
Oi'
hX<5
hXF
P4R
5
dX9
i
3Xd
04'
Ultill
I,
In
iy;
4X6
6X6
6x5
6Xd
;
dXlo
3
4x8
Sze
N<:LC 1
T7
6
htif•
6 y 6
6XG
Ull
US
5
AXR
9
385
LX10
�)
8
66S
6KA
6s4
AY.l
A%R
i
ink1
i
IY6
"ll,
i-r TO
IS
;p
nXR
.'.XR
AXR
9XR
Vs
i
I(AI
i
AX6
4%i0
anrr I
t P Tt)
q
C�
6kd
F"Q
h)Ctt
htif
lii
dXtU
5
4X6
U' t)
J:
g
(+..1
6V.R
h:i3
RR!!
NYi!
5
l'JXi!
3
314h
11? TO
10
RX5
8XS
8X5
8\3
8X5
5
I:t!"
5
Lx5
.'G
N,:Le 1
UV'_<
:.0
f UCLLdIh, _IL VC e4Licalect vlth 9 UtodU.; atren.n l'.. "at !rsa ttmr S:)n 7. ..
of r.4 ttv _='tl L't[, rc.er'.:nr: of nnii•:nl nn` S.i -th w:i b<• :;oh•:C dcaLed 1J7 uJ4::.
x
W
bay
0
a
0
z V °
C O p, is
ttzj C
C
p R
ywc�
a
t�'ro
°p Oy
R
x
a
wy�yy
W
a
m
C d
ts
0
a ~
0 C C
Oy O. eN•, N
m w Q
t7 m m
its
ts
O R
n O N
GY P.
fD
Oy
y
w N 49 m
� b
�. o
w
o C
m
m
C
; IUN•K1tiJ"::C:._!MI\r. -- MTNI,`11R' TT'41.1 RT::nI1R rR17Ty +,
D?.FT9
.. .
C'+ zz
OI
CROSS P&.ti:.'
d
U7Rj VF j'�
FOVU
WIDTn 0 ('
i'riQ7.
Vb'K'1•.
'4.tXT7l..M �T.LI16J3�1.8 3JRItot?Tht P,?AUj`.G
lt(}t
PR^TJ
�CLtiC
S^ACLtic]
ST7T'.
$�F�;y(;
(FEET)
i'P TA
i�'LCI
I!'.- IO
TIT TO
CT.CiF
(HET,
4
6
1S
"TTTI.
.11 MI.
7T.f{?;
.up
:G,
6
6V.
6tiG
'J%6
686
2X8
sxb
>
>X6
rTT• Tr.
C'\'`'
"•``f'
6k6
AK(t
dYS
3X6
TO8
nr• T�
10
lU
h_Y.
hTb
8XN
RX9
elyR
?
IOX12
S
3x6
Sae
�7nt p t
U? 79
10
h:<r,
6xr
6F,8
US
8::8
luxlu
4X6
n TO
•1':
bT?
H."
M7A
AN
8x8
12\12
AX6
15
FSee
or .
See
N tf i
IIF tll
ty
6
w
8xs
axs
al
Qx:c
ICXI2
>
4X6
S;:c
-C)
"c vx 7
5c_
ntr t
2C
OhRQ
•_
5--1 N!ir@ !
n
d U.xq;1Be `1t' or aI,H, n hrnding arr.n Xth not ".c=a t.h1n 75ro p:7.
fih r, rn�•`oatc re.l RW F-r9 Of P/10: ^dtpnr GtrCr.J,,., a ; :-.. ;;jhgijr•Jtrd fqr, aaod.
0
0
0
c
v
Q
0
Q
N
0
N
Q
7
CL
x
!D
Q
D
a
3
7
r
Q
(S
0
U
� 1
a ....w._..m..d 6.......m.......u� 4..,,. ,.....n,.r✓ �wwe,.»....,..wd Vaw.....,......gv✓ ...,.... ..„d ._. _..._...ar a. _._. .. ,..w. ,. __..,.. _ ...,a
1
Pt. 1926, Subp1. P, App. D
first be determined using the soil classifica-
tion method set forth in appendix A of sub-
part P of part 1926.
(c) Presentation of Information. Information
is presented in several forms as follows:
(1) Information is presented in tabular
form in Tables D-1.1, D-1.2, D-1.3 and E-1.9.
Each table presents the maximum vertical
and horizontal spacings that may be used
with various aluminum member sizes and
various hydraulic cylinder sizes. Each table
contains data only for the particular soil
type in which the excavation or portion of
the excavation is made. Tables D-1.1 and D-
1.2 are for vertical shores in Types A and B
soil. Tables D-1.3 and DIA are for horizontal
waler systems in Types B and C soil.
(2) Information concerning the basis of the
tabular data and the limitations of the data
is presented in paragraph (d) of this appen-
dix.
(3) Information explaining the use of the
tabular data is presented in paragraph (e) of
this appendix.
(4) Information illustrating the use of the
tabular data is presented in paragraph (f) of
this appendix.
(5) Miscellaneous notations (footnotes) re-
garding Table D-1.1 through D-1.9 are pre-
sented in paragraph (g) of this appendix.
(6) Figures, illustrating typical installa-
tions of hydraulic shoring, are included just
prior to the Tables. The illustrations page is
entitled "Aluminum Hydraulic Shoring;
Typical Installations."
(d) Basis and limitations of the data. (1)
Vertical shore rails and horizontal wales are
those that meet the Section Modulus re-
quirements in the D-1 Tables. Aluminum
material is 6061-T6 or material of equivalent
strength and properties.
(2) Hydraulic cylinders specifications. (1) 2-
inch cylinders shall be a minimum 2-inch in-
side diameter with a minimum safe working
capacity of no less than 18,000 pounds axial
compressive load at maximum extension.
Maximum extension is to include full range
of cylinder extensions as recommended by
product manufaturer.
(if) 3-inch cylinders shall be a minimum 3-
inch inside diameter with a safe working ca-
pacity of not less than 30,000 pounds axial
compressive load at extensions as rec-
ommended by product manufacturer.
(3) Limitation of application.
(i) It is not intended that the aluminum
hydraulic specification apply to every situa-
tion that may be experienced in the field.
These data were developed to apply to the
situations that are most commonly experi-
enced in current trenching practice. Shoring
systems for use in situations that are not
covered by the data in this appendix must be
otherwise designed as specified in
§1926.652(c).
(H) When any of the following conditions
are present, the members specified in the Ta-
29 CFR Ch. XVII (7-1-07 Edition)
bles are not considered adequate. In this
case, an alternative aluminum hydraulic
shoring system or other type of protective
system must be designed in accordance with
§1926.652.
(A) When vertical loads imposed on cross
braces exceed a 100 Pound gravity load dis-
tributed on a one foot section of the center
of the hydraulic cylinder.
(B) When surcharge loads are present from
equipment weighing in excess of 20,000
pounds.
(C) When only the lower portion or a
trench is shored and the remaining portion
of the trench is sloped or benched unless:
The sloped portion is sloped at an angle less
steep than three horizontal to one vertical;
or the members are selected from the tables
for use at a depth which is determined from
the top of the overall trench, and not from
the toe of the sloped portion.
(e) Use of Tables D-1.1, D-11, D-1.3 and D-
1.9. The members of the shoring system that
are to be selected using this information are
the hydraulic cylinders, and either the
vertical shores or the horizontal wales. When
a waler system is used the vertical timber
sheeting to be used is also selected from
these tables. The Tables D-1.1 and D-1.2 for
vertical shores are used in Type A and B
soils that do not require sheeting_ Type B
soils that may require sheeting, and Type C
soils that always require sheeting are found
in the horizontal wale Tables D-1.3 and D-1.9.
The soil type must first be determined in ac-
cordance with the soil classification system
described in appendix A to subpart P of part
1926. Using the appropriate table, the selec-
tion of the size and spacing of the members
is made. The selection is based on the depth
and width of the trench where the members
are to be installed. In these tables the
vertical spacing is held constant at four feet
on center. The tables show the maximum
horizontal spacing of cylinders allowed for
each size of wale in the waler system tables,
and in the vertical shore tables, the hydrau-
lic cylinder horizontal spacing is the same as
the vertical shore spacing.
(f) Example to Illustrate the Use of the Tables:
(1) Example 1:
A trench dug in Type A soil is 6 feet deep
and 3 feet wide. From Table D-1.1: Find
vertical shores and 2 inch diameter cylinders
spaced 8 feet on center (o.c.) horizontally and
9 feet on center (o.c.) vertically. (See Figures
1 & 3 for typical installations.)
(2) Example 2:
A trench is dug in Type B soil that does
not require sheeting, 13 feet deep and 5 feet
wide. From Table D-1.2: Find vertical shores
and 2 inch diameter cylinders spaced 6.5 feet
o.c. horizontally and 9 feet o.c. vertically.
(See Figures 1 & 3 for typical installations.)
(3) A trench is dug in Type B soil that does
not require sheeting, but does experience
some minor raveling of the trench face. The
QN,
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D
trench is 16 feet deep and 9 feet wide. From
Table D-1.2: Find vertical shores and 2 inch
diameter cylinder (with special oversleeves
as designated by footnote i/B2) spaced 5.5 feet
o.c. horizontally and 4 feet o.c. vertically.
plywood (per footnote (g)(7) to the D-1 Table)
should be used behind the shores. (See Fig-
ures 2 & 3 for typical installations_)
(4) Example 4: A trench is dug in pre-
viously disturbed Type B soil, with charac-
teristics of a Type C soil, and will require
sheeting. The trench is 18 feet deep and 12
feet wide. 8 foot horizontal spacing between
cylinders is desired for working space. From
Table D-1.3: Find horizontal wale with a sec-
tion modulus of 14.0 spaced at 4 feet o.c.
vertically and 3 inch diameter cylinder
spaced at 9 feet maximum o.c. horizontally.
3x12 timber sheeting is required at close
spacing vertically. (See Figure 4 for typical
installation.)
(5) Example 5: A trench is dug in Type C
soil, 9 feet deep and 4 feet wide. Horizontal
cylinder spacing in excess of 6 feet is desired
for working space. From Table D-1.4: Find
borizontal wale with a section modulus of 7.0
and 2 inch diameter cylinders spaced at 6.5
feet o.c. horizontally. Or, find horizontal
wale with a 14.0 section modulus and 3 inch
diameter cylinder spaced at 10 feet o.c. hori-
zontally. Both wales are spaced 4 feet o.c_
vertically. 3x12 timber sheeting is required
at close spacing vertically. (See Figure 4 for
typical installation.)
(g) Footnotes, and general notes, for Tables
D-l.l, D-1.2, D-1.3, and D-1.4.
(1) For applications other than those listed
in the tables, refer to §1926.652(c)(2) for use of
manufacturer's tabulated data. For trench
depths in excess of 20 feet, refer to
§1926.652(c)(2) and §1926.652(c)(3).
(2) 2 inch diameter cylinders. at this width,
shall have structural steel tube
(3.5x3.54.1875) oversleeves. or structural
oversleeves of manufacturer's specification,
extending the full. collapsed length.
(3) Hydraulic cylinders capacities. (1) 2
inch cylinders shall be a. minimum 2-inch in-
side diameter with a safe working capacity
of not less than 10,000 pounds axial compres-
sive load at maximum extension. Maximum
extension is to include full range of cylinder
extensions as recommended by product man-
ufacturer.
(if) 3-inch cylinders shall be a minimum 3-
inch inside diameter with a safe work capac-
ity of not less than 30,000 pounds axial com-
pressive load at maximum extension. Max-
imum extension is to include full range of
cylinder extensions as recommended by
product manufacturer.
(4) All spacing indicated is measured cen-
ter to center.
(5) Vertical shoring rails shall have a min-
imum section modulus of 0.40 inch-
(6) When vertical shores are used. there
must be a minimum of three shores spaced
equally, horizontally, in a group.
(7) Plywood shall be 1.125 in. thick
softwood or 0.75 inch. thick. 14 ply. arctic
white birch (Finland form). Please note that
plywood is not intended as a structural
member, but only for prevention of local rav-
eling (sloughing of the trench face) between
shores.
(8) See appendix C for timber specifica-
tions.
(9) Wales are calculated for simple span
conditions.
(10) See appendix D, item (d), for basis and
limitations of the data.
393
Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-07 Edition)
ALUMIKUhl HYDRAULIC SHORING
TYPICAL. INSTALLATIONS
SIOURE NO. t � FIGURE NO. 2
r {:[fC Ac w.uLaay �h�• {.lk.n4y
nrlll•NLc w+own InOwuiuc a■oNwa
fvcrwucwl
rxm.nvwaam 7
xOR120�r�\
NCRIION7AL SPA9100 SPAcI RO
I� ?kRr1CA\ >t{I.� BapRAVIIC
CTL:MDEI
is- N{R-
OE AT I^A_
SPAC:PG
2• IAA.
FIGURE NO. 3
YiwMN AI DwnIP.
nvLn...ucwwoa.as aw
IY114�FCI ��
4�
S
pV
a04
V iRTicll
S PA:IN6
4' .41.
2• PAR_
Ydk1:CAL AAI.
N rDRAut 11; [T iIND ER
�B•
i 11 A
VI R7ICAL
t PAtlwc =�
l' AAA. �
2 H4X.
FIGURE NO, 4
,�uu.A..vyaaw.c aroww
nw.{a �vYLV
•i s..�aJ
NDa IIOYTAL SPA; IN S�
�fkl:r.al PA1. 21 NAV1Y. '/i
I/ j?
NYO RCUI L^ "
E I{.uDel VI
VY R1:CAL k'
{�A6IN:
394
UPII Icw7
Sht II rvc
co
TABLE D - 1. 1
AUJMTNI,I,M HYDRAULIC SHORING
VERTTCAL STJORF-S
FOR SOILT Y PE A
HYDRAULIC CYLINDERS
WMTI I OF TRENCTI (FTIEI)
DEPTH
MAXIMUM
MAXIMUM
OF
11ORIZONTAL
'vTRTIC.AL
TRUNCII
SPACINC,
SPACING
UP To 8
OVER 8 UP
OVER 12 Ull
Tn 12
To 15
(PERT)
(YE"ET)
(FEFM
OVER
5
UP To
9
IG
OVER
10
8
4
2 INCH
2 INCH
3 NCH
ITP TO
DIAN-IrFr7k
MAWFTrR
MAKIY.ThF,
1.5
N(YTF (1)
OVER
15
7
LIP TO
2f)
Cv�:R 10
NOTE (1)
llc>otnotcs WRbles, and general notes on hydraulic shoriug, am found in Appendix 1), lxm (g)
Note (1): Sec AppemcUy. D. hem (gl 4 1)
Nate (1): Sce Appeudix D. Irem (g) (2)
0
0
0
c
13
st
0
(D
(D
O
W"
10
c
M
.. ...........
co
TABLE D • 1.2
AI,UMI UM HYDRAULIC SITORTNC,
VERTICAL SHORES
FOR SOIL TYPE B
IIYDRAUT.IC
CYLINDERS
N 10TH OF TRENCH (FEET)
DEPTH
MAXIMUM
MAXIMUM
OF
HORIZONTAL
VPR'l'ICAL
'rtZP.NCH
SPACING
SPACING(
ITP TQ S
OVbR 8 UP
OVER 12 Lp
'fO 12
TO 15
(11')
(FEET)
(ITEEET)
OVER
5
up TO
8
10
OVER
10
615
d
? TNC}i
2INCh
3 INCH
I:PTO
D1AMFIT.R
01A}1!•:FER
DIAMETER
15
NUTE; (2)
OVER
15
5.5
UP TU
20
O4'HR 20
Non (i)
Pnntniror% to trhlc5; and , ncraI nom on hpdrxtlIEC shoring, arc IOw1d ill Appendix D. hem (�1
Noce (i): $cc ApTrndix U, itcro (g) (1)
Note(2): Sec Appondix 17, Item (g) (2)
"
w
TABLE D - 1.3
,4LUM1NTM IIYI)F kL?LIC SHORING
WALLRSYSTEMS
FOR SOIL TYPE B
WALES
14YDRAUI-IC C'YLINDRRS
Ttlil;FR UPR1['lil'S
WIDTH OF TRENCH (FFET'}
MAX,R0R17,SPAt;iKG
Dr.P7'ii
(UN CENTER)
UP TO 8
(1V ER R [l P TO12
UV 7 R L 2 UP 7C]t i
SOT
2 FT,
3 Fr.
OF
TRI:NCII
v>;It71C.41
SPACIV43
SrLTIDN
AO(101.1.03
HllltlL. fYLINOER
NORM
CYLINT)CR
)JOR17. *
YLINDF3t
(FFFTy
(F H'17
l(V')
SP4('71'!; JAMETER
SPACING
DLAKETER
SPA[:]\[;
IA54bTYR
()VFR
?5
Kx) '2 IN
S.0
NcylV211
8.0
3 iN
,.0
9ml
21N
9.0
2IN
Nq'rF.(2)
9.0
31N
5
—
3xl2
lip TO
11,U
12,0
31N
12.0
.1 IN
12.0
31N
IU
t
E OVER
1.s
6.0
2I7;
s.0
NOTE z
e.()
? iN
9.0
? IN
8,0
3 JN
9.41
31Kfit
i{ 0
4
lJP TO7,U
14.0
10.0
3IN
10.0
3IN
1(1.t1
3IN
1;
21N
oviuk
3,i
.5,i
2IN
$,5
NOTE 2
5.5
3IN
6.0
3IN
6.0
3IN
6.0
3[V
15
lR' TO
d
7.0
3H12
—
1a.0
9.0
3 f-4
9.()
; IN
9-0
? IV
�6
O','F.R 2{1
TrC1Th (1)
FontnoLea to tables, and gemmt notes an hydraulic shoring, arc round in Appendix D, Item (g)
%r&i (1): &C Appendix T], iLem (g) (1)
Nutes ill., %r. Apixndix D, Imm if) (2)
K Cunsrlt pmduct eranufacmxrandlorgLioUind togineer fur Section Modulus of available wales.
0
n
c
.a
c
0
G
CA
fl
!D
G
7
a
S
!D
O
7
D
CL
3
c
O
u
w
co
co
ALU!vllNUM HYDRAULIC SHORING
WALER CYS'il EMR
FOR SOtL't'YPF l;
1GALTS
ITYDRAULICCYL1R'DIJ RS
T(MRP.RUMOMS
MTH OF TRENCH CM
W'�
y.aX.1l( S1'AC.C�G
DEPTH
.
<ON CE:L N7L• R
UP T%) K
OV'F.R 8 UP TO 12
YER 12 UP 1,0 15
S�J M
,
2 FT,
�
- FT,
oij
TRLENCH
VT,5tTrC*,ll.
SYAONG
CrC.MQN
hMDlVJS
J10RIZ.
CYMNDER
IDIAMRTM
HOPIZ.
CY1.INT7rR
HONCL
CYLIND"
Olt,I
(FEET)
(!v'l
SPACING
SPACINr,
ulAMh-j'ER
SPACING
Dt:xemr•R
2 1N
pVF.Tt
3•`
60
2IN
6.0
KCYTF 2
6,0
3IN
21N
5
a
76
65
ZIN
6.5
)`OTEc2?
6.5
3fV
3xt3
—
—
> ,'P TO
J4.0
RIO
3 IN
10,0
3 rN
t9.13
3IN_
lt)
2 IN
D�fiR
3 S
4.0
[v
7A
I•(71>~!2
i.9
31v
7.0
5.5
31N
5.5
.1 IN
SS
3IN-
d
1JPTC)
14.0
8.0
31N
8.0
3IN
8.0
31N
15
2 IN
ovr:Jz
3.5
3.5
2 rN
3.5
yOTEM
3.5
3 IN
7.0
5.0
3IN
5.0
3IN
Sk
3IN-
d
Ur Tr]
20
14.A
h.tJ ; IN6.0
i IN
B.CI
; In�
OVER 20
K(Yrr. (1)
FoMoies IU utbtre, and general notes cm h}*sWic shnring, are f0uEld in Apyernlix 1), kern iF)
Kates (1): Sce Appendix J), it4+n (g) (0
Nutt% (2): See Appendix D. Ttem (R) (2)
r Coando pnndacc rnroufu,tettr od/nrgttalificd �neinc;.r rpr Seution >7WOUs of 8v3ilab!c Wales.
6m
Occupational Safety and Health Admin., Labor Pi. 1926, Subpt. P, App. E
APPENDIX E TO SUBPART P OF PART 1926—ALTERNATIVES TO TIMBER SHORING
Figure 1. Aluminum Hvdraulle Shoring
184, I
YER1
SPAC
41 MA
,RTICAL RAIL
YDRAIILIC CYLINDER
Figure 2. Pneumatic/hydraulic Shoring
rep
o _.. ,if I1ri j11`iif�l i
i
a
-_ O D O p
-1
399
Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-07 Edition)
b.g�re 3. Trench Jic<.,w C5: —
r.
...
_.
..,tip
fY
S•-:
Figure 4. Trcnc: Sh:ulJa
APPENDIX F TO SUBPART P OF PART part P for excavations 20 feet or less in
1926YSELECTION OF PROTECTIVE depth. Protective systems for use in exca-
SYSTEMS vations more than 20 feet in depth must be
designed by a registered professional engi-
The following figures are a graphic sum- neer in accordance with §1926.652 (b) and (c).
mary of the requirements contained in sub-
400
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. F
IS the CxcAValiun nnrP.
t),.%n 5 feet in denth?
IS them pnrenrial Is tTP excavOtion
inr C-OVC-in? Ciltirely in Ftah1C 1•ock?
Fxcavation may he
maJe vilh
XIOrtical aiAea,
Excavation :n, a! U�•
FICUkL 1 — YBEITMINARY T)RD SIGNS
401
Pi. 1926, Subp1. P, App. F 29 CFR Ch. XVII (7-1-07 Edition)
j 51.31)ing .=elected as the
-r.r..,od of prorrr.tiw•
will coiI c..1:[9sificstior:
bi rradL in
with J1926.652 W!
F:r[:a:'At1O,t !9uBt Camply With=XCAViIt'r.nrc Tu':t ri ply
tm P. of the follawint tbzce with JI9M,Fh)(r
5) fl w5i re,
qp C_one[ rr:gi:irca a al.y,r
(34°).
Option 1:
SS 1926,G52 (b)(2) whict:
rl,qu^rl•l' •`PPA"IliCee A
and n to hu foll[,wed
Option 2;
519:n_02 (b)(:) vh;clj
requixes other tahularcd
darn iaee 4efiniti:n) to
»: iollo>;ed.
Option 3!
S1926.652 (3)(4) vbich
rP<lt,irea the excavation
to be ek-signed by a
���;isteted professimal
<;vP, ineer
402
I;11;u] B 2 - SLOPING 011TIONr
Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. F
Shoring or 5elrctecl
is cbv rr.thnd of pcocrction.
Soil classi'icatirrn ;rl rrr)ijintd
when shoring rir rlhielding is
ased_ The excavatirm 7lnral: cnY0j1_]f
with one o the =iO lowirtj. fo; r
options
oj1.: i ail
S1926.652 (eMl) xhich r.yuir,-e
Apprrndic:P.e d and C to be fotlouod
(c.g. 1-1-mber shoring).
Opti<ln 2
S2926.659 (c:)r2) which recuires
msnufacturerA riots Co be followed
(e.g. b,!rir:nclic: ehor_ne,'_rencb
.lacks, air Alwre+:, shir.zJe).
tilt. iarl 3
S]92A.A-,2 (r)(3) nic: recui ;
tahul:Ycd data iS22 dcfiniti(ll)
to be follor ;!d (e,g. sng sy�t(l
es per :Fn: ealn,r_a_ed dace).
Option 4
SIF12G.G52 (c)(4) w%)ic➢1 rPgvire5
the excavation to he Acsigne.]
b7 n registered profr�:;:irinal.
engin1wr (R.g. any designcri
);ve:i aw) .
FIGURE 3 - SHORING AND SHIEL AX wrio.,s
403
APPENDIX B
TXDOT SPECIFICATIONS
()lJ.\KER ;\V�:NI►i: I fVl 1585 T"() 114 111 STRI;IiT
CONTRACTOR
The folloMng contains Spy il-ications taken directly horn tlic T.-xas Department cif Transport,ition's
Standard Specifications for C onsiructioti tool Wintcn,nw of Highways. Streets and Bridges. adopled by
FxOC H' cm June 1. N)Q ; provided for case of rel-crence aml wlec tud as heing appliodAe to Us priijw.
VJ In smile' cases, Hie Imwicled TxDOT Mweilication4 Inay reference other Txf)f)T specifications that air nets
prodded here. In the event that the hour specification, provided here contain a reference to TxDO'Y
specifiemions nui pimAl d hr.r.•. the (Aminwkir shouhl utilize thr A04 version of lira Standard
SlxxificOMM for C'cMulaction and Mainirnance of I ligh►vays, Streets and Bridge.,
1.
tryr j i �
a- r dnslxTrrav F zlrC;nF=i i �
...........:
95971
ce
ONAI `
01 69708
1_ 11)
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
Aernnvmc
Acronym Dermition
Test Pro_cedu_re Designations
Tex Department
T or R AASHTO
D ASTM
Polymer Modifier Designations_
P
SBR or L
SBS
TR
polymer -modified y
styrene-butadiene rubber (latex)
styrene-butadiene-styrene block co -polymer
lire 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)
BF
high float
MC
medium -curing
MS
medium -setting
PCE
prime. cure. and erosion control
PG
performance grade
RC
rapid -curing
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.
Item 300 -1
Table 2
Aanhait Cement
Test
ViscosityGrade
AC-0.6
AC-l.5
AC-3
AC-5
AC-l0
Property
rocedn
Min max
Min IMa
Min -Ma
Min Imax
Min Wax
Viscosity
T 202
j
140°F, poise
40 180
100 200
250 1350
400 ; 600
800 :1,20
275°F, poise
0.4 I
0.7 -
1.1 -
14 -
1.9 -
Penetration,
77'F, 100g,
T 49
350 -
250 -
210 -
135 -
85 -
5 sec.
Flash point;
T 48
425 j -
425 -
425 -
425 -
450 1-
C.O.C.. °F
Solubility in
trichloroethylene,
T 44
99.0 -
99.0 -
99.0 -
99.0 -
940 -
%
Spot test
ex-509-ClNeg.
Ne _
Ne _
Neg..
Ne .
Tests on residue
from Thin -Film
Oven Test:
T 179
viscosity,
T 202
- :180
- 1050
- i 900
- 1,500
- 3.000
140*F, poise
Ductility- 777
i
5 cm/min.,
T 51
100 -
100 -
100 -
100 -
100 -
cm
t. 11 Al.-U.b or Al-1 _J auctility at 11-IF is less than Iuu cm, material is acceptable 11 auclihhv at
607 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.
Item 300 - 2
Table 3
PoNmer-Modified Asphalt Cement
Pol mer-Modified Viscosity Grade
AC-5
AC-10
AC- 15P
AC-20-5TR
Property
Test
Procedure
w/2% SBR
w/2% SBR
Min i Max
Min i Max
Min Max
Min ! Max
Polymer
SBR
SBR
SBS
TR
Polymer content, % solids basis)
Tex-533-C
2.0 1—
2.0 —
3.0 —
5.0
Dynamic shear, G*/sin 6, 64°C, 10 rad/s, kPa
T 315
— —
— —
— —
1.0 —
Viscosity
140°F, poise
T 202
700 —
1,300 —
1,500 —
2,000 —
275°F, poise
T 202
— ! 7.0
— i 8.0
— ! 8.0
— ! 10.0
Penetration, 77°F, 100 g, 5 sec.
T 49
120 —
80 —
100 i 150
75 115
Ductility, Scm/min. 39.2°F, cm
T 51
70 —
60 —
— —
— —
Elastic recove , 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., OF
T 48
425 —
425 —
425
—
425 —
Tests on residue from Thin -Film Oven Test:
T 179
Retained penetration ratio, 77°F
T 49
— —
— —
0.60
1.00
0,60 1.00
Tests on residue from RTFOT aging and pressure aging:
Tex-541-C
and R 28
i
Creep stiffness
T 313
S, -18°C, MPa
— —
— —
—
—
— 300
m-value, -18°C
— —
— —
—
—
0.300 —
Item 300 - 3
C. Cutback Aspbalt. 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
Type
—Grade
Property
Test
RC-250
RC400
RC-3000
Procedure
Min
Max
Min
Max
Min
Max
Kinematic viscosity, 140°F. cS1
T 201
250
400
800
1,600
3.000
; 6.000
Water. %
T 55
—
0.2
—
0.2
—
0.2
Flash point, T.O.C. °F
T 79
80
—
80
—
80
—
Distillation test:
T 78
Distillate, percentage by volume of
Iota] distillate to 680°F
to 437°F
40
75
35
70
20
55
to 500°F
65
90
55
85
45
i 75
to 600°F
85
—
80
—
70
—
Residue from distillation, volume %
70
—
75
—
82
—
Tests on distillation residue:
i
Penetration. 100 g, 5 sec., 77°F
T 49
80
120
80
120
801
120
Ductility, 5 cm/min., 77°F, cm
T 51
100
—
1 o0
—
100
—
Solubility in trichloroethylene, %
T 44
99.0
—
99.0
—
99.0
i
Spot test
Tex-509-C
Neg.
Neg.
Neg.
Table 5
Medium -Curing Cutback Asphalt
Type —Grade
Property
Test
MC-30
MC-250
MC-800
MC-3000
Procedure
Min -Max
Min ;Maa
Min ;Maa
Min ;Maa
Kinematic viscosity. 140°F, cSt
T 201
30 60
250 500
800 1,6
3.00 ; 6,00
00
0 0
Water, %
T 55
— 0.2
— ; 0.2
— 0.2
— 0.2
Flash point, T.O.C., °F
T 79
100 ; —
150 —
150 ; —
150 i —
Distillation test:
T 78
z
Distillate, percentage by volume of
total distillate to 680°F
to 437°F
— 25
i
— i 10
— —
—
to 500°F
40 70
15 55
— 35
— 15
to 600°F
75 93
60 E� 87
45 80
15 75
Residue from distillation, volume %
50 —
67 I —
75 —
80 —
Tests on distillation residue:
Penetration, 100 g, 5 sec., 77°F
T 49
120 250
120 j 250
120 250
120 250
Ductility, 5 cm/min-, 77°F, cm)
T 51
100 —
]00 I —
100 i —
]00 —
Solubility in trichloroethylene, %
T 44
99.0 —
99.01 —
99.0 —
99.0
Spot test
Tex-509-C
Neg.
Neg.
Neg.
Neg.
1. 11 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.
Item 300 - 4
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.
Item 300 - 5
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 v4
-16 1 -22 1 -28 1 -34
-16 -22 1 -28 1 -34
-16 -22 -28 1 -34
-16 1 -22 1 -28
Average 7-day max pavement design temperature,
Oct
< 58
< 64
< 70
< 76
< 82
Min pavement design temperature, oC
>-22 >-28 >-34
>-16 1 >-22 1 >-28>-34
>-16 >-22 1 >-28 T >-34
>-IC, 1 >-22 1 >-28 >-34
>-16 >-22 >-28
ORIGINAL BINDER
Flash point, T 48, Min, °C
230
Viscosity. T 316: "
Max, 3.0 Pa-s, test temperature, *C
135
Dynamic shear, T 315:
58
64
70
76
82
G*/sin(S), Min, 1.00 kPa
Test temperature tr 10 rad/sec., °C
Elastic recovery, D 6084, 507, % Min
— — 30
— — 30 1 50
— 30 1 50 60
30 50 1 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 n 10 rad/sec., °C
PRESSURE AGING VESSEL (PAV) RESIDUE R 28
PAV aging temperature, °C
100
Dynamic shear, T 315:
25
22
19
28
25
22
19
28
21
22
19
28
25
7
19
28
25
22
G*/sin(S), Max, 5000 kPa
Test temperature a 10 rad/sec., °C
Item — 300 - 6
_7
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 -22 1 -28 -34
-16 1 -22 1 -28 -34
-16 22 -28 -34
-16 1 -22 -28
Average 7-day max pavement design temperature,
.C1<
58
< 64
< 70
< 76
< 82
Min pavement design ternerature,°C
>-22
>-28
>-34
>-16
>-22
>-28
>-34
>-16
>-22
>-28
>-34
>-16
>-22
>-28
>-34
>-16
>-22
>-28
C eep stiffness,T313:'
-
12
-
18
-
24
-6
-
12
-
18
-
24
-6
-
12
-
18
-
24
-6
-
12
-
18
-
24
-6
-
12
-
18
S, max, 300 MPa,
ni-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 a) 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 viscomet (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 constructabilit y 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(S) 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 viscomet 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 in -value requirement must be satisfied in both cases.
Item — 300 - 7
300.3. Equipment. Provide all equipment necessary to transport, store, sample, heat, apply; and
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
Tvnical Material Use
Material Application
Typically Used Materials
Hot -mixed. hot -laid asphalt mixtures
PG binders, A-R binders Types 1 and Il
Surface treatment
AC-5, AC-10, AC-5 w/2%SBR. AC-10 w12%SBR. AC-15P,
AC-20-5TR. HFRS-2. Ms-2, CRS-2. CRS-2H. HFRS-2P_
CRS-2P. A-R binders Types Il and Ill
Surface treatment (cool weather)
RS-IP, CRS-lP. RC-250, RC-800. RC-3000. MC-250. MC-800.
MC-3000, MC-2400L
Precoatin
AC-S. AC-10. PG 64-227 SS-1. SS-1H. CSS-1. CSS-IH
Tack coat
PG Binders. SS- IH_ CSS-IH. EAP&T
Fog seal
SS-1, SS- 1H, CSS-I, CSS-1H
Hot -mixed. cold -laid asphalt mixtures
AC-0.6. AC-1.5_ AC-3. AES-300. AES-300P, CMS-2. CMS-2S
Patching mix
MC-800. SCM 1. SCM 11. AES-300S
Recycling
AC-0.6, AC-1.5. AC-3, AES-150P. AES-300P. recycling agent.
emulsified recycling agent
Crack sealing
SS-IR polymer mod AE crack sealant, rubber asphalt crack
sealers (Class A, Class B
Microsurfacin
CSS- I P
Prime
A4C-30. AE-P. EAP&T. PCE
Curin membrane
SS -I, SS-1H, CSS-1, CSS-1H, PCE
Erosion control
SS - I. SS- 1H. CSS-I. CSS-1H_ 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 supersede those of Table 19.
Item 300 - 8
Table 19
Stnrane and Annlicatinn Temneraturec
Applicat]on
Storage
Recommended
Maximum
Type -Grade
Maximum
Range, OF
g '
Allowable
°F
(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 vv/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 17 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
180
180
AES-300, AES-300S. AES-150P,
AES-300P
SS-1. SS-1H. CSS-1, CSS-lH. PCE,
EAP&T, SS-1 P.. RS-1P. CRS-IP,
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 1, 11, and 111
1 325-425
1 425
1 425
Item 300 - 9
L-D
ITEM 401
FLOWABLE BACKFILL
401.1. Description. Furnish and place flowable backfill for trench, hole, or other void.
401.2. Materials.
A. Cement. Furnish cement conforming to DMS-4600, "Hydraulic Cement."
B. Fly Ash. Furnish fly ash conforming to DMS-4610, "Fly Ash."
C. Chemical Admixtures. Furnish chemical admixtures conforming to DMS-4640, "Chemical
Admixtures for Concrete."
D. Fine Aggregate. Provide fine aggregate that will stay in suspension in the mortar to the extent required
for proper flow and that meets the gradation requirements of Table I .
Table 1
AQpreeate Gradation Chart
$ Sieve Size
Percent Passing
3A in.
100
No. 200
0-30
Test fine aggregate gradation in accordance with Tex-401-A.
Plasticity Index (PI) must not exceed 6 when tested in accordance with Tex-106-A.
E. Mixing Water. Use mixing water conforming to the requirements of Item 421, "Hydraulic Cement
Concrete."
401.3. Construction. Submit a construction method and plan, including mix design and shrinkage
characteristics of the mix, for approval. Provide a means of filling the entire void area, and be able to
demonstrate that this has been accomplished. Prevent the movement of any inserted structure from its
designated location. If voids are found in the fill or if any of the requirements are not met as shown on the
plans, remove and replace or correct the problem without additional cost to the Department.
Unless otherwise shown on the plans, furnish a mix meeting the requirements of Sections 401.3.A,
"Strength," and 401.3.13, "Consistency."
A. Strength. The 28-day compressive strength range, when tested in accordance with Tex-418-A, must be
between 80 psi and 150 psi unless otherwise directed. Two specimens are required for a strength test,
and the compressive strength is defined as the average of the breaking strength of the 2 cylinders.
B. Consistency. Design the mix to be placed without consolidation and to fill all intended voids. Fill an
open-ended, 3-in.-diameter-by-6-in.-high cylinder to the top to test the consistency. Immediately pull
the cylinder straight up. The correct consistency of the mix must produce a minimum 8-in.-diameter
circular spread with no segregation.
When necessary, use specialty type admixtures to enhance the flowability, reduce shrinkage, and
reduce segregation by maintaining solids in suspension. All admixtures must be used and proportioned
in accordance with the manufacturer's recommendations.
Mix the flowable fill using a central -mixed concrete plant, ready -mix concrete truck, pug mill, or other
approved method.
Furnish all labor, equipment, tools, containers, and molds required for sampling, making, transporting,
curing, removal, and disposal of test specimens. Furnish test molds meeting the requirements of
Tex-447-A. Transport, strip, and cure the test specimens as scheduled at the designated location. Cure
test specimens in accordance with Tex-447-A. The Engineer will sample, make, and test all specimens.
Dispose of used, broken specimens in an approved location and manner. The frequency of job control
testing will be at the direction of the Engineer.
Item 401 - 1
401.4. Measurement. This Item will be measured by the cubic yard of material placed. Measurement will
not include additional volume caused by slips, slides, or cave-ins resulting from the Contractor's
operations.
401.5. Payment. The work performed and materials furnished in accordance with this Item and measured
as provided under "Measurement" will be paid for at the unit price bid for "Flowable Backfill." This price
is full compensation for furnishing, hauling, and placing materials and for equipment, tools, labor, and
incidentals.
Item 401 - 2
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 TV e
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
Acceptable
Design and
Acceptable
Placement Type
j
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 r 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%
<1.15
<45
<6%
Item 416 - 1
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-130-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 — I 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 shown 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 finished 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.
Item 416 - 2
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 slurry 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 it as a unit immediately before
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 shafl, 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.
Item 416 - 3
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 shafl 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 day 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 416 - 4
ITEM 421
HYDRAULIC CEMENT CONCRETE
421.1. Description. Furnish hydraulic cement concrete for concrete pavements, concrete structures, and other
concrete construction.
421.2. Materials.
A. Cement. Furnish cement conforming to DMS-4600, "Hydraulic Cement."
B. Supplementary Cementing Materials (SCM).
1. Fly Ash. Furnish fly ash conforming to DMS-4610, "Fly Ash."
2. Ultra -Fine Fly Ash (UFFA). Furnish UFFA conforming to DMS-4610, "Fly Ash."
3. Ground Granulated Blast -Furnace Slag (GGBFS). Furnish GGBFS conforming to DMS-4620, "Ground
Granulated Blast -Furnace Slag," Grade 100 or 120.
4. Silica Fume. Furnish silica fume conforming to DMS-4630, "Silica Fume."
5. Metakaolin. Furnish metakaolin conforming to DMS-4635, "Metakaolin."
C. Chemical Admixtures. Furnish admixtures conforming to DMS-4640, "Chemical Admixtures for Concrete."
Do not use calcium chloride.
D. Water. Furnish mixing and curing water that is free from oils, acids, organic matter, or other deleterious
substances. Water from municipal supplies approved by the Texas Department of Health will not require
testing. When using water from other sources, provide test reports showing compliance with Table 1 before use.
Water that is a blend of concrete wash water and other acceptable water sources, certified by the concrete
producer as complying with the requirements of both Table 1 and Table 2, may be used as mix water. Test the
blended water weekly for 4 weeks for compliance with Table l and Table 2 or provide previous test results.
Then test every month for compliance. Provide water test results upon request.
Table l
Chemical Limits for Mix Water
Maximum
Contaminant
Test Method
Concentration
(ppm)
Chloride (Cl)
ASTM D 512
Prestressed concrete
500
Bridge decks & superstructure
500
All other concrete
1,000
Sulfate (SO4)
ASTM D 516
1,000
Alkalies (Na20 + 0.658K20)
ASTM D 4191 &
600
ASTM D 4192
Total solids
AASHTO T 26
50,000
Table 2
Acceptance Criteria for Ouestionable Water SnDDlies
Property
Test Method
Limits
Compressive strength, min % control
at 7 days
ASTM C 109'
90
Time of set, deviation from control,
from 60 early
Min.
ASTM C 191'
to 90 later
1. Base comparisons on fixed proportions and the same volume of test water compared to the
control mix using city water or distilled water.
Item 421 - 1
Do not use mix water that has an adverse effect on the air -entraining agent, on any other chemical admixture, or
on strength or time of set of the concrete. When using white hydraulic cement, use mixing and curing water free
of iron and other impurities that may cause staining or discoloration.
E. Aggregate. Supply aggregates that meet the definitions in Tex-] 00-E. Provide coarse and fine aggregates from
sources listed in the Department's Concrete Rated Source Quality Catalog (CRSQC). Provide aggregate from
non -listed sources only when tested and approved by the Engineer before use. Allow 30 calendar days for the
Engineer to sample, test, and report results for non -listed sources. Do not combine approved material with
unapproved material.
1. Coarse Aggregate. Provide coarse aggregate consisting of durable particles of gravel, crushed blast
furnace slag, recycled crushed hydraulic cement concrete, crushed stone, or combinations thereof that are
free from frozen material and from injurious amounts of salt, alkali, vegetable matter, or other
objectionable material, either free or as an adherent coating. Provide coarse aggregate of uniform quality
throughout.
Provide coarse aggregate that, when tested in accordance with Tex-413-A, has:
• at most 0.25% by weight of clay lumps,
• at most 1.0% by weight of shale, and
• at most 5.0% by weight of laminated and friable particles.
Wear must not be more than 40% when tested in accordance with Tex-410-A.
Unless otherwise shown on the plans, provide coarse aggregate with a 5-cycle magnesium sulfate
soundness of not more than 18% when tested in accordance with Tex-411-A. Crushed recycled hydraulic
cement concrete is not subject to the 5-cycle soundness test.
The loss by decantation as tested in accordance with Tex-406-A, plus the allowable weight of clay lumps,
must not exceed 1.0% or the value shown on the plans, whichever is smaller. In the case of aggregates
made primarily from crushing stone, if the material finer than the No. 200 sieve is established to be the dust
of fracture and essentially free from clay or shale as established by Tex-406-A, Part 111, the limit may be
increased to 1.5%. When crushed limestone coarse aggregate is used in concrete pavements, the decant
may exceed 1.0% but not more than 3.0% if the material finer than the No. 200 sieve is determined to be at
least 67% calcium carbonate in accordance with Tex-406-A. Part Ill.
Unless otherwise specified, provide aggregate conforming to the gradation requirements shown in Table 3
when tested in accordance with Tex-401-A.
Table 3
Coarse Aggregate Gradation Chart
Aggregate
Node
Nominal
Size
Percent Pass ng on Each Sieve
2-1/2"
2"
I-1/2"
1"
3/4"
1R"
3/8"
No.4
No.8
l
2"
100
80-100
50-85
20-40
0-5
2(467)
1-1/2"
100
95-160
35-70
10-30
0-5
3
1-1/2"
100
95-100
60-90
25-60
0-5
4(57)
1"
100
95-100
25-60
0-10
0-5
5(67)
3/4"
100
90-100
20-55
0-10
0-5
6(7)
1/2"
100
90-100
40-70
0-15
0-5
7
3/8"
100
70-95
0-25
8
13/8"
100
95-100
20-65
0-10
1. Corresponding ASTM C 33 gradation shown in parentheses.
2. Fine Aggregate. Provide fine aggregate consisting of clean, hard, durable particles of natural or
manufactured sand or a combination thereof with or without mineral filler. Provide fine aggregate free from
frozen material and from injurious amounts of salt, alkali, vegetable matter, or other objectionable material,
and containing no more than 0.5% clay lumps by weight in accordance with Tex-413-A.
Provide fine aggregate that does not show a color darker than standard when subjected to the color test for
organic impurities in accordance with Tex-408-A.
Unless otherwise shown on the plans, use fine aggregate with an acid insoluble residue of at least 60% by
weight when tested in accordance with Tex-6124 in all concrete subject to direct traffic.
Item 421 - 2
Unless otherwise shown on the plans, when necessary, blend the fine aggregate to meet the acid insoluble
residue requirement. When blending, use the following equation:
Acid Insoluble (%)= {(AI)(PI)+(A2)(P2))1l00
where:
AI = acid insoluble (%) of aggregate 1
A2 = acid insoluble (%) of aggregate 2
PI = percent by weight of Al of the fine aggregate blend
P2 = percent by weight of A2 of the fine aggregate blend
Provide fine aggregate or combinations of aggregates, including mineral filler, conforming to the gradation
requirements shown in Table 4 when tested in accordance with Tex-401-A unless otherwise specified.
Table 4
Fine Aggregate Gradation Chart (Grade 1)
Sieve Size
Percent Passing
3/8 in.
100
No. 4
95-100
No. 8
80-100
No. 16
50-85
No. 30
25-65
No. 50
10-3 5
No. 100
0-10
No. 200
0-3
L 6-35 when sand equivalent value is greater than 85.
2. 0-6 for manufactured sand.
Unless otherwise shown on the plans, provide fine aggregate with a sand equivalent of at least 80 in
accordance with Tex-203-F.
For all classes of concrete except Class K, provide fine aggregate with a fineness modulus between 2.30
and 3.10 as determined by Tex-402-A. For Class K concrete, provide a fine aggregate with a fineness
modulus between 2.60 to 2.80 unless otherwise shown on the plans.
3. Mineral Filler. Provide mineral filler consisting of stone dust, clean crushed sand, or other approved inert
material with 100% passing the No. 30 sieve and 65 to 100% passing the No. 200 sieve when tested in
accordance with Tex-401-A.
F. Mortar and Grout. When required or shown on the plans, provide mortar and grout consisting of 1 part
hydraulic cement, 2 parts sand, and sufficient water to provide the desired consistency. Provide mortar with a
consistency such that the mortar can be easily handled and spread by trowel. Provide grout of a consistency that
will flow into and completely fill all voids.
421.3. Equipment.
A. Concrete Plants and Mixing Equipment. Except for volumetric mixers (auger/mixer), each plant and truck
mixer must be currently certified by the National Ready Mixed Concrete Association (NRMCA) or have an
inspection report signed and sealed by a licensed professional engineer showing that concrete measuring,
mixing, and delivery equipment meets all requirements of ASTM C 94. A new certification or signed and sealed
report is required every time a plant is moved. Plants with a licensed engineer's inspection require reinspection
every 2 years. Provide a copy of the certification or the signed and sealed inspection report to the Engineer.
When equipment or facilities fail to meet specification requirements, remove them from service until corrected.
1. Scales. Check all scales prior to beginning of operations, after each move, or whenever their accuracy or
adequacy is questioned, and at least once every 6 mo. Immediately correct deficiencies, and recalibrate.
Provide a record of calibration showing scales in compliance with ASTM C 94 requirements. Check
batching accuracy of volumetric water hatching devices and admixture dispensing devices at least every 90
days. Perform daily checks as necessary to ensure measuring accuracy.
2. Volumetric Mixers. Provide volumetric mixers with rating plates defining the capacity and the
performance of the mixer in accordance with the Volumetric Mixer Manufacturers Bureau or equivalent.
Item 421 - 3
Provide volumetric mixers that comply with ASTM C 685. Provide test data showing mixers meet the
uniformity test requirements of Tex-472-A.
3. Agitators and Truck and Stationary Mixers. Inspect and furnish inspection reports on truck mixers and
agitators annually. If an inspection within 12 mo. is not practical, a 2-mo. grace period (for a maximum of
14 mo. between inspections) is permitted. Include in the report the condition of blades and fins and their
percent wear from the original manufacturer's design. Repair mixing equipment exhibiting 10% or more
wear before use. Provide truck mixers and agitators equipped with means to readily verify the number of
revolutions of the drum, blades, or paddles.
Provide stationary and truck mixers capable of combining the ingredients of the concrete within the
specified time or the number of revolutions specified into a thoroughly mixed and uniform mass and
capable of discharging the concrete so that at least 5 of the 6 requirements of Tex-472-A are met.
As directed, to resolve issues of mix uniformity and mixer performance, perform concrete uniformity tests
on mixers or agitators in accordance with Tex-472-A.
Perform the mixer or agitator uniformity test at the full rated capacity of the equipment and within the
maximum mixing time or maximum number of revolutions. Remove from service all equipment that fails
the uniformity test.
Inspect and maintain mixers and agitators. Keep them reasonably free of concrete buildup, and repair or
replace worn or damaged blades or fins.
Ensure all mixers have a plate affixed showing manufacturer's recommended operating speed and rated
capacity for mixing and agitating.
B. Hauling Equipment. Provide hauling equipment capable of maintaining the mixed concrete in a thoroughly
mixed and uniform mass and of discharging the concrete with a satisfactory degree of uniformity.
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.
C. Testing Equipment. Unless otherwise shown on the plans or specified, in accordance with the pertinent test
procedure, furnish and maintain:
• test molds.
• curing facilities,
• maturity meters if used, and
• wheelbarrow or other container acceptable for the sampling of the concrete.
Provide strength -testing equipment in accordance with the Contract controlling test unless shown otherwise.
421.4. Construction.
A. Classification and Mix Design. Furnish mix designs using AC1 211, "Standard Practice for Selecting
Proportions for Normal. Heavyweight, and Mass Concrete," or other approved procedures for the classes of
concrete required in accordance with Table 5. Do not exceed the maximum water-to-cementitious-material
ratio.
A higher -strength class of concrete with equal or lower water-to-cementitious-material ratio may be substituted
for the specified class of concrete.
To account for production variability and ensure minimum compressive strength requirements are met, over -
design the mix in accordance with Table 6.
1. Cementitious Materials. Use cementitious materials from prequalified sources; otherwise, request
sampling and testing for approval before use. Unless otherwise specified or approved, limit cementitious
material content to no more than 700 lb. per cubic yard. When supplementary cementing materials are used,
"cement" is defined as "cement plus supplementary cementing material."
Use Type III cement only in precast concrete or when specified or permitted.
For monolithic placements, use cement of the same type and from the same source.
When sulfate -resistant concrete is required, use mix design options 1, 2, 3, or 4 given in Section 421.4.A.6,
"Mix Design Options," using Type 1/11, 11, V, IP, or IS cement. Do not use Class C fly ash in sulfate -
resistant concrete.
Item 421 - 4
11
Do not use supplementary cementing materials when white hydraulic cement is specified.
Table 5
Concrete Classes
Design
Class of
Strength,
Maximum
Coarse
Concrete
Min
W/C Ratio
Aggregate
General Usage'
28-day f,
Grades"'
(psi)
Inlets, manholes, curb_ gutter, curb &
A
3,000
0.60
1-4, 8
gutter, cone. retards, sidewalks, driveways,
backup walls, anchors
B
2,000
0.60
2-7
Ri ra , small roadside signs, and anchors
Drilled shafts, bridge substructure, bridge
railing, culverts except top slab of direct
C5
3,600
0.45
1-6
traffic culverts, headwalls, wing walls,
approach slabs, concrete traffic barrier
(cast -in- lace
D
1.500
0.60
2-7
Ri ra
E
3,000
0.50
2-5
Seal concrete
F5
Note 6
0.45
2-5
Railroad structures; occasionally for bridge
iers, columns, or bents
H5
Note b
0.45
3-6
Prestressed concrete beams, boxes, piling,
and concrete traffic barrier (precast)
S5
4,000
0.45
2-5
Bridge slabs, top slabs of direct traffic
culverts
P
See
0.45
2-3
Concrete pavement
1
Item 360
DC`
5,500
0.40
6
Dense cone. overlay
CO
4,600
0.40
6
Conc. overlay
LMC
4.000
0.40
6-8
Latex -modified concrete overlay
SS'
Note 7
0 45
4-6Slurry
displacement shafts, underwater
drilled shafts
K5
Note 6
0.45
Note 6
Note 6
HES
Note 6
1 0.45
Note 6
Note 6
1. Maximum Water -cement or water-cementitious ratio by weight.
2. Unless otherwise permitted, do not use Grade I coarse aggregate except in massive
foundations with 4-in. minimum clear spacing between reinforcing steel bars. Do not use
Grade I aggregate in drilled shafts.
3. Unless otherwise approved, use Grade 8 aggregate in extruded curbs.
4. For information only.
5. Structural concrete classes.
6. As shown on the plans or specified.
7. Cememitious material content shall be minimum 658 Ib/cy of concrete.
Item 421 - 5
Table 6
Over Design to Meet Compressive Strength Requirements'
No. of Tests'' Standard Deviation,
300 400 500
psi
600
700
15 470 620 850
1,120
1,390
20 430 580 760
1,010
1,260
30 or more 400 530 670
900
1,130
I. When designing the mix, add the tabulated amounts to the minimum design strength in
Table 5.
2. Number of tests of a concrete mixture used to estimate the standard deviation of a concrete
production facility. Test of another mix Mithin 1,000 psi of the specified strength may be used.
3. If Tess than 15 prior tests are available, the overdesign should be 1,000 psi for specified
strength less than 3,000 psi, 1,200 psi for specified strengths from 3,000 to 5,000 psi and
1400 psi for specified strengths greater than 5,000 psi.
2. Aggregates. Limit the use of recycled crushed hydraulic cement concrete as a coarse or fine aggregate to
Class A. B, D, E, and P concrete. Limit recycled crushed concrete fine aggregate to a maximum of 20% of
the fine aggregate.
When white hydraulic cement is specified, use light-colored aggregates.
3. Chemical Admixtures. Use only preapproved concrete chemical admixtures from the list of prequalified
concrete admixtures maintained by the Construction Division. Submit non-preapproved admixtures for
testing to the Engineer for approval. Do not use high -range water -reducing admixtures (Type F or G) or
accelerating admixtures (Type C or E) in bridge deck concrete.
4. Air Entrainment. Air -entrain all concrete except for Class B in accordance with Table 7 unless otherwise
shown on the plans. Use moderate exposure values unless otherwise specified. If the air content is more
than ]-1/2 percentage points below or 3 percentage points above the required air, the load of concrete will
be rejected. If the air content is more than ]-1/2 but less than 3 percentage points above the required air, the
concrete may be accepted based on strength tests.
Table 7
Air Entrainment
Nominal Maximum
! Aggregate Size, in.
% Air'
Moderate Ex osure
Severe Exposure
3/8 (Grades 7 & 8)
6
7-1/2
1/2 (Grade 6)
/3 4 Grade 5)
5-1/2
5
7_ —
6
1 (Grade 4)
4-1/2
6
1-1/2 (Grades 2 & 3)
4-1/2
5-1/2
2 (Grade 1)
4
5
t. for specttted concrete strengths above --,,uuu psi a reduction of i percentage point is
permitted.
5. Slump. Unless otherwise specified, provide concrete slump in accordance with Table 8 using the lowest
slump possible that can be placed and finished efficiently without segregation or honeycombing.
Concrete that exceeds the maximum acceptable placement slump at time of delivery will be rejected.
When approved, the slump of a given concrete mix may be increased above the values shown in Table 8
using chemical admixtures, provided that the admixture -treated concrete has the same or lower water —
cement or water--cementitious-material ratio and does not exhibit segregation or excessive bleeding.
Request approval for the mix design sufficiently in advance for proper evaluation by the Engineer.
Item 421 - 6
Table 8
Slumn Remurements
Recommended Design
Maximum Acceptable
j Concrete Designation
and Placement Slump,
Placement Slump, in.
in.
Drilled shafts
See Item 416
See Item 416
;Thin walled section
4
6-1/2
(9 in. or less
lApproach slabs, concrete
overlays, caps, columns, piers,
3
5
wall sections (over 9 in.)
'Bridge slabs
4
5-1/2
,Prestressed concrete members
4
6-1/2 j
Concrete traffic barrier,
4
6-1/2 j
!concrete bridge railing
Dense concrete overlay
3/4
2
Latex -modified conc. for
3
7-1/2
bridge deck overlays
Concrete placed underwater
6
8-1/2
,Concrete pavement (slip-
1-1/2
3
formed)
Concrete pavement (formed)
4
6-1/2
'Riprap, curb, gutter, slip-
As approved
As approved
:formed, and extruded concrete
1. It a high -range water reducer (HK WK) is used, maximum acceptable placement slump will
be 9 in.
6. Mix Design Options. For structural concrete identified in Table 5 and any other class of concrete designed
using more than 520 lb. of cementitious material per cubic yard, use one of the mix design Options 1-8
shown below.
For concrete classes not identified as structural concrete and designed using less than 520 lb. of
cementitious material per cubic yard, use one of the mix design Options 1-8 shown in Table 5, except that
Class C fly ash may be used instead of Class F fly ash for Options 1, 3, and 4 unless sulfate -resistant
concrete is required.
a. Option]. Replace 20 to 35% of the cement with Class F fly ash.
b. Option 2. Replace 35 to 50% of the cement with GGBFS.
c. Option 3. Replace 35 to 50% of the cement with a combination of Class F fly ash, GGBFS, or silica
fume. However, no more than 35% may be fly ash, and no more than 10% may be silica fume.
d. Option 4. Use Type IP or Type IS cement. (Up to 10% of a Type IP or Type IS cement may be
replaced with Class F fly ash, GGBFS, or silica fume.)
e. Option 5. Replace 35 to 50% of the cement with a combination of Class C fly ash and at least 6% of
silica fume, UFFA, or metakaolin. However, no more than 35% may be Class C fly ash, and no more
than 10% may be silica fume.
f. Option 6. Use a lithium nitrate admixture at a minimum dosage of 0.55 gal. of 30% lithium nitrate
solution per pound of alkalis present in the hydraulic cement.
g. Option 7. When using hydraulic cement only, ensure that the total alkali contribution from the cement
in the concrete does not exceed 4.00 lb. per cubic yard. of concrete when calculated as follows:
1b. alkali per cu. yd. = (lb. cement per cu. yd.)x (% Na2O equivalent in cement
100
IJ In the above calculation, use the maximum cement alkali content reported on the cement mill
certificate.
C, h. Option 8. For any deviations from Options 1-7, perform the following:
Item 421 - 7
No Text
ITEM 432
RIPRAP
432.1. Description. Furnish and place concrete, stone, cement -stabilized, or special riprap.
432.2. Materials. Furnish materials in accordance with the following:
• Item 420, "Concrete Structures"
• Item 421, "Hydraulic Cement Concrete"
• Item 431. "Pneumatically Placed Concrete"
• Item 440, "Reinforcing Steel'
• DMS-6200. "Filter Fabric."
A. Concrete Riprap. Use Class B Concrete unless otherwise shown on the plans.
B. Pneumatically Placed Concrete Riprap. Use Class 11 concrete that meets Item 431. "Pneumatically
Placed Concrete." unless otherwise shown.
C. Stone Riprap. Unless otherwise shown on the plans, use durable natural stone with a minimum bulk
specific gravity of 2.40 as determined by Tex-403-A. Provide stone that, when tested in accordance
with Tex-411-A, has a maximum weight loss of 18% after 5 cycles of magnesium sulfate solution and
14% after 5 cycles of sodium sulfate solution.
For all types of stone riprap perform a size verification test on the first 5,000 sq. yd. of finished riprap
stone at a location determined by the Engineer. Weigh each stone in a square test area with the length
of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones,
excluding spalls, should be as specified below. Additional tests may be required. Do not place
additional riprap until the initial 5,000 sq. yd. of riprap has been approved.
When specified, provide grout or mortar in accordance with Item 421,"Hydraulic Cement Concrete."
Provide grout with a consistency that will flow into and fill all voids.
Provide filter fabric in accordance with DMS-6200, "Filter Fabric." For protection stone riprap,
provide Type 2 filter fabric unless otherwise shown on the plans. For Type R, F, or Common stone
riprap, provide Type 2 filter fabric when shown on the plans.
1. Type R. Use stones between 50 and 250 lb. with a minimum of 50% of the stones heavier than
100 lb.
2. Type F. Use stones between 50 and 250 lb. with a minimum of 40% of the stones heavier than
100 lb. Use stones with at least 1 broad flat surface.
3. Common. Use stones between 50 and 250 lb. Use stones that are at least 3 in. in their least
dimension. Use stones that are at least twice as wide as they are thick. When shown on the plans
or approved, material may consist of broken concrete removed under the Contract or from other
-' approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement
flush with all surfaces.
4. Protection. Use boulders or quarried rock that meets the gradation requirements of Table 1. Both
the width and the thickness of each piece of riprap must be at least 1 /3 of the length. When shown
on the plans or as approved, material may consist of broken concrete removed under the Contract
or from other approved sources. Before placement of each piece of broken concrete, cut exposed
reinforcement flush with all surfaces. Determine gradation of the finished, in -place, riprap stone
under the direct supervision of the Engineer in accordance with Tex-41 1-A, Part 11.
Item 432 - 1
V
Mortar when
specified �.
o�
min
Slope of
embankment
10.5
1'-6' min
Figure 2
Type F stone riprap, dry or mortared.
b. Grouting. Construct riprap as shown in Figure 3. Size, shape, and lay large flat -surfaced
stones to produce an even surface with minimal voids. Place stones with the flat surface
facing upward parallel to the slope. Place the largest stones near the base of the slope. Fill
spaces between the larger stones with stones of suitable size, leaving the surface smooth,
tight, and conforming to the contour required. Place the stones to create a plane surface with a
maximum variation of 6 in. in 10 ft. from true plane. Provide the same degree of accuracy for
warped and curved surfaces. Prevent earth, sand or foreign material from filling the spaces
between the stones. After the stones are in place, wet them thoroughly, fill the spaces between
them with grout, and pack. Sweep the surface with a stiff broom after grouting.
Item 432 - 4
Grout when
specified
Flat side up f
" min
Slope of
embankment
�.E 1'-6" min
Figure 3
Type F stone riprap, grouted.
c. Mortaring. Construct riprap as shown in Figure 2. Lap courses as described for dry
placement. Before placing mortar, wet the stones thoroughly. As the larger stones are placed,
bed them in fresh mortar and shove adjacent stones into contact with one another. After
completing the work, spread all excess mortar forced out during placement of the stones
uniformly over them to fill all voids completely. Point up all joints roughly either with flush
joints or with shallow, smooth -raked joints as directed.
3. Common. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base
course. Bed the base course of stone well into the ground with the edges in contact. Bed and place
each succeeding course in even contact with the preceding course. Use spalls and small stones to
fill any open joints and voids in the riprap. Ensure the finished surface presents an even, tight
surface, true to the line and grades of the typical sections.
When the plans require grouting common stone riprap, prevent earth, sand, or foreign material
from filling the spaces between the stones. After the stones are in place, wet them thoroughly, fill
the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting.
Item 432 - 5
Provide lifting holes of sufficient size for adequate lifting devices based on the size
and weight of the box section. Do not use lifting holes larger than 3 in. in diameter.
Do not cut more than 1 longitudinal wire or 2 circumferential wires per layer of
reinforcing steel when locating lift holes. Repair spalled areas around lifting holes.
E. Marking. Mark precast boxes with the following:
• name or trademark of the producer:
• date of manufacture;
• box size:
• minimum and maximum fill heights; and
• match marks for proper installation, when required, under Section 462.2.F,
"Tolerances."
For boxes without lifting holes, mark I end of each box section on the inside and
outside walls to indicate the top or bottom as it will be installed.
Indent markings into the box section or paint them on each box with waterproof paint.
F. Tolerances. Ensure that precast sections of either type meet the following
requirements:
• The inside vertical and horizontal dimensions do not vary from plan requirements
by more than 1 /2 in. or I %, whichever is greater.
• The horizontal or vertical plane at each end of the box section does not vary from
perpendicular by more than 1 /2 in. or I %, whichever is greater, measured on the
inside faces of the section.
• The sides of a section at each end do not vary from being perpendicular to the top
and bottom by more than l /2 in. or 1 %, whichever is greater, when measured
diagonally between opposite interior corners.
Ensure that wall and slab thicknesses are not less than shown on the plans except for
occasional deficiencies not greater than 1 /4 in. or 5%, whichever is greater. If proper
jointing is not affected, thicknesses in excess of plan requirements are acceptable.
Deviations from the above tolerances will be acceptable if the sections can be fitted at
the plant or job site and the joint opening at any point does not exceed I in. Use
match marks for proper installation on sections that have been accepted in this
manner.
G. Defects and Repair. Fine cracks on the surface of the member that do not extend to
the plane of the nearest reinforcement are acceptable unless the cracks are numerous
and extensive. Repair cracks that extend into the plane of the reinforcing steel in an
approved manner. Excessive damage, honeycomb, or cracking will be subject to
structural review. The Engineer may accept boxes with repairs that are sound,
properly finished, and cured in conformance with pertinent specifications. When fine
cracks on the surface indicate poor curing practices, discontinue further production of
precast sections until corrections are made and proper curing is provided.
H. Storage and Shipment. Store precast sections on a level surface. Do not place any
load on the sections until design strength is reached and curing is complete. Shipment
of sections is permissible when the design strength and curing requirements have
been met.
Item 462 - 2
462.3. Construction.
A. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in
accordance with Item 400, "Excavation and Backfill for Structures," except where
jacking, boring, or tunneling methods are shown on the plans or are permitted. Jack,
bore, or tunnel in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or
Box." For all box structures where joints consist of materials other than mortar,
immediate backfilling is permitted. Take precautions in placing and compacting the
backfill to avoid any movement of the boxes or damage to the joints. Remove and
replace boxes damaged by the Contractor at no expense to the Department.
B. Placement of Boxes. When precast boxes are used to form multiple barrel structures,
place the box sections in conformance with the plans or as directed. Place material to
be used between barrels as shown on the plans or as directed. Unless otherwise
authorized, start the laying of boxes on the bedding at the outlet end and proceed
toward the inlet end with the abutting sections properly matched. Fit, match, and lay
the boxes to form a smooth, uniform conduit true to the established lines and grades.
For trench installations, lower the box sections into the trench without damaging the
box or disturbing the bedding and the sides of the trench. Carefully clean the ends of
the box before it is placed. Prevent the earth or bedding material from entering the
box as it is laid. Remove and re -lay, without extra compensation, boxes that are not in
alignment or that show excessive settlement after laying. Form and place cast -in -
place boxes in accordance with Item 420, "Concrete Structures."
C. Jointing. Unless otherwise shown on the plans, use any of the jointing materials in
accordance with the jointing requirements specified in Item 464, "Reinforced
Concrete Pipe."
A Connections and Stub Ends. Make connections of boxes to existing boxes, pipes,
storm drains, or storm drain appurtenances as shown on the plans. Mortar or concrete
the bottom of existing structures if necessary to eliminate any drainage pockets
created by the connections. Connect boxes to any required headwalls, wingwalls,
safety end treatments or riprap, or other structures as shown on the plans or as
directed. Repair any damage to the existing structure resulting from making the
connections. Finish stub ends for connections to future work not shown on the plans
by installing watertight plugs into the free end of the box.
For precast boxes, fill lifting holes with mortar or concrete and cure. Precast concrete
or mortar plugs may be used.
462.4. Measurement. This Item will be measured by the foot. Measurement will be
made between the ends of the culvert or storm drain along the flow line, not including
safety end treatments. Safety end treatments will be measured in accordance with
Item 467, "Safety End Treatment." Measurement of spurs, branches, or new connection
box section will be made from the intersection of the flow line with the outside surface
of the structure into which it connects. Where inlets, headwalls, wingwalls, catch basins,
manholes, junction chambers, or other structures are included in lines of culverts or
storm drains, the length of box section tying into the structure wall will be included for
measurement, but no other portion of the structure length or width will be included.
Item 462 - 3
The measured length of multiple barrel structures will be the sum of the lengths of the
barrels.
This is a plans quantity measurement Item. The quantity to be paid is the quantity shown
in the proposal unless modified by Article 9.2, "Plans Quantity Measurement."
Additional measurements or calculations will be made if adjustments of quantities are
required.
462.5. Payment. The work performed and materials furnished in accordance with this
Item and measured as provided under "Measurement" will be paid for at the unit price
bid for "Concrete Box Culvert" of the size specified. This price is full compensation for
constructing, furnishing, and transporting sections; preparation and shaping of the bed;
backfill material between box sections; jointing of sections; jointing material; cutting of
sections on skew or slope; connections to new or existing structures; breaking back,
removing and disposing of portions of the existing structure and replacing portions of
the existing structure as required to make connections; concrete and reinforcing steel;
and equipment, labor, materials, tools, and incidentals.
Protection methods for excavations greater than 5 ft. deep will be measured and paid for
as required under Item 402, "Trench Excavation Protection," or Item 403, "Temporary
Special Shoring." Excavation, shaping, bedding, and backfill will be paid for in
accordance with Item 400, "Excavation and Backfill for Structures." When jacking,
boring, or tunneling is used at the Contractor's option, payment will be made under this
Item. When jacking, boring, or tunneling is required, payment will be made under
Item 476, "Jacking, Boring, or Tunneling Pipe or Box."
Item 462 - 4
ITEM 464
REINFORCED CONCRETE PIPE
464.1. Description. Furnish and install reinforced concrete pipe, materials for precast concrete pipe
culverts, or precast concrete storm drain mains, laterals, stubs, and inlet leads.
464.2. Materials.
A. Fabrication. Provide precast reinforced concrete pipe that conforms to the design shown on the plans
and to the following:
• ASTM C 76 or ASTM C 655 unless otherwise shown on the plans for circular pipe, or
• ASTM C 506 for arch pipe, or
• ASTM C 507 for horizontal elliptical pipe.
Provide precast concrete pipe that is machine -made or cast by a process that will provide for uniform
placement of the concrete in the form and compaction by mechanical devices that will assure a dense
concrete. Mix concrete in a central batch plant or other approved batching facility where the quality
and uniformity of the concrete is assured. Do not use transit -mixed concrete for precast concrete pipe.
When sulfate -resistant concrete is required, do not use Class C fly ash.
Do not place more than 2 holes for lifting and placing in the top section of precast pipe. Cast, cut, or
drill the lifting holes in the wall of the pipe. The maximum hole diameter is 3 in. at the inside surface
of the pipe wall and 4 in. at the outside surface. Do not cut more than 1 longitudinal wire or 2
circumferential wires per layer of reinforcing steel when locating lift holes.
B. Design.
1. General. The class and D-load equivalents are shown in Table 1. Furnish arch pipe in accordance
with ASTM C 506 and the dimensions shown in Table 2. Furnish horizontal elliptical pipe in
accordance with ASTM C 507 and the dimensions shown in Table 3. For arch pipe and horizontal
elliptical pipe the minimum height of cover required is 1 ft.
Item 464 - 1
Table l
Circular Pipe
ASTM C 76 & ASTM C 655
Class
D-Load
1
800
11
1.000
111
1,350
IV
2,000
V
3,000
Table 2
Arch Pipe
Design Size
Equivalent
Rise
Span
Diameter (in.)
(in.)
(in.)
1
18
13-1/2
22
2
21
15-1/2
26
3
24
18
28-1/2
4
60
22-1/2
36-1/4
5
36
26-5/8
43-3/4
6
42
31-5/16
51-1/8
7
48
36
58-1/2
8
54
40
65
9
60
45
73
10
72
54
88
Table 3
Hnri7nnt2l F.11intiral Pine
Equivalent
Design Size Diameter (in.
Rise
in.
Span
in.
1 18
14
23
2 24
19
30
s 3 27
22
34
4 30
24
38
5 33
27
42
6 36
29
45
7 39
32
49
8 42
34
53
9 48
38
60
10 54
43
68
r_J
2. Jacking, Boring, or Tunneling. Design pipe for jacking, boring, or tunneling considering the
specific installation conditions such as the soil conditions, installation methods, anticipated
deflection angles, and jacking stresses. When requested, provide design notes and drawings signed
and sealed by a Texas licensed professional engineer.
C. Physical Test Requirements. Acceptance of the pipe will be determined by the results of the
following tests:
• material tests required in ASTM C 76, C 655, C 506, or C 507,
• absorption tests in accordance with ASTM C 497,
• three -edge bearing tests in accordance with ASTM C 497 (Perform 3-edge bearing tests on 1 pipe
for each 300 pipes or fraction thereof for each design or shape, size, class, or D-load produced
within 30 calendar days. Test for the load to produce a 0.01-in. crack or 15% in excess of the
required D-load, whichever is less. Test the pipe to ultimate load if so directed. Tested pipe that
satisfies the requirements of Section 464.2.F., "Causes for Rejection," may be used for
construction. As an alternate to the 3-edge bearing test, concrete pipe 54 in. in diameter and larger
may be accepted on the basis of compressive strength of cores cut from the wall of the pipe. The
Item 464 - 2
j`,
manufacturer must determine the compressive strength of the samples. Obtain, cure, prepare, and
T test the cores in accordance with ASTM C 497. The manufacturer must plug and seal core holes in
the pipe wall after testing.), and
• inspection of the finished pipe to determine its conformance with the required design and its
freedom from defects.
f
It
D. Marking. Clearly mark the following information on each section of pipe:
• class or D-load of pipe,
• ASTM designation,
• date of manufacture.
• name or trademark of the manufacturer, and
• pipe to be used for jacking and boring.
For pipe with elliptical reinforcement, clearly mark I end of each section during the process of
manufacture or immediately thereafter. Mark the pipe on the inside and the outside of opposite walls to
show the location of the top or bottom of the pipe as it should be installed unless the external shape of
the pipe is such that the correct position of the top and bottom is obvious. Mark the pipe section by
indenting or painting with waterproof paint.
E. Inspection. Provide facilities and access to allow for inspection regarding the quality of materials, the
process of manufacture, and the finished pipe at the pipe manufacturing plant. In addition, provide
access for inspection of the finished pipe at the project site before and during installation.
F. Causes for Rejection. Individual sections of pipe maybe rejected for any of the following:
• fractures or cracks passing through the shell, with the exception of a single end crack that does not
exceed the depth of the joint;
• defects that indicate imperfect proportioning, mixing, and molding;
• surface defects indicating honeycombed or open texture;
• damaged ends where such damage would prevent making a satisfactory joint;
• any continuous crack having a surface width of 0.01 in. or more and extending for a length of
12 in. or more.
G. Repairs. Make repairs if necessary because of occasional imperfections in manufacture or accidental
damage during handling. The Engineer may accept pipe with repairs that are sound, properly finished,
and cured in conformance with pertinent specifications.
H. Rejections. Allow access for the marking of rejected pipe. Rejected pipe will be plainly marked by the
Engineer by painting colored spots over the Department monogram on the inside wall of the pipe and
on the top outside wall of the pipe. The painted spots will be no larger than 4 in. in diameter. The
rejected pipe will not be defaced in any other manner. Remove the rejected pipe from the project and
replace with pipe meeting the requirements of this Item.
1. Jointing Materials. Use any of the materials described herein for the making of joints, unless
otherwise shown on the plans. Furnish a manufacturer's certificate of compliance for all jointing
materials except mortar.
1. Mortar. Provide mortar for joints that meets the requirements of Section 464.3.C, "Jointing."
2. Cold -Applied, Plastic Asphalt Sewer Joint Compound. Provide a material that consists of
natural or processed asphalt base, suitable volatile solvents, and inert filler. The consistency is to
be such that the ends of the pipe can be coated with a layer of the compound up to 1/2 in. thick by
means of a trowel. Provide a joint compound that cures to a firm, stiff plastic condition after
application. Provide a material of a uniform mixture. If any small separation occurs in the
container, stir to a uniform mix before using.
Provide a material that meets the requirements of Table 4 when tested in accordance with
Tex-526-C.
Item 464 - 3
Table 4
Cold -Applied, Plastic Asphalt Sewer Joint Compound
Material Requirements
Composition Analysis
Asphalt base, 1000/6--% volatiles—% ash, % by weight 28--45
Volatiles, 212°F evaporation, 24 hr., % by weight 10-26
Mineral matter, determined as ash, % by weight 30-55 I
Consistencv, cone penetration, 150 q, 5 sec., 77°F 150-275 1
3. Rubber Gaskets. Provide gaskets that conform to ASTM C 361 or C 443. Meet the requirements
of ASTM C 443 for design of the joints and permissible variations in dimensions.
4. Pre -Formed Flexible Joint Sealants. Pre -formed flexible joint sealants may be used for sealing
joints of tongue -and -groove concrete pipe. Provide flexible joint sealants that meet the
requirements of ASTM C 990. Use flexible joint sealants that do not depend on oxidizing,
evaporating, or chemical action for its adhesive or cohesive strength. Supply in extruded rope form
of suitable cross section. Provide a size of the pre -formed flexible joint sealant in accordance with
the manufacturer's recommendations and large enough to properly seal the joint. Flexible joint
sealants must be protected by a suitable wrapper, and the jointing material must maintain integrity
when the wrapper is removed.
464.3. Construction.
A. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with
Item 400, "Excavation and Backfill for Structures," except where jacking, boring, or tunneling
methods are permitted. Jack, bore, or tunnel the pipe in accordance with Item 476, "Jacking, Boring, or
Tunneling Pipe or Box.'' If joints consist of materials other than mortar, immediate backfilling is
permitted. Take special precautions in placing and compacting the backfill to avoid any movement of
the pipe or damage to the joints. Unless otherwise shown on the plans or permitted in writing, do not
use heavy earth -moving equipment to haul over the structure until a minimum of 4 ft. of permanent or
temporary compacted fill has been placed over the structure. Remove and replace pipe damaged by the
Contractor at no expense to the Department.
B. Laying Pipe. Unless otherwise authorized, start the laying of pipe on the bedding at the outlet end with
the spigot or tongue end pointing downstream, and proceed toward the inlet end with the abutting
U
sections properly matched, true to the established lines and grades. Fit, match, and lay the pipe to form
a smooth, uniform conduit. Where bell -and -spigot pipe is used, cut cross trenches in the foundation to
t
allow the barrel of the pipe to rest firmly upon the bedding. Do not cut cross trenches more than 2 in.
larger than the bell ends of the pipe. Lower sections of pipe into the trench without damaging the pipe
or disturbing the bedding and the sides of the trench. Carefully clean the ends of the pipe before the
pipe is placed. Prevent the earth or bedding material from entering the pipe as it is laid. When elliptical`
pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, lay the pipe in the
trench so that the markings for the top or bottom are not more than 5° from the vertical plane through
the longitudinal axis of the pipe. Remove and re -lay, without extra compensation, pipe that is not in
alignment or that shows excessive settlement after laying.
Lay multiple lines of reinforced concrete pipe with the centerlines of the individual barrels parallel.
Unless otherwise shown on the plans, use the clear distances between outer surfaces of adjacent pipes
shown in Table 5. For arch pipe or horizontal elliptical pipe use the equivalent diameter from Table 2
or Table 3 to determine the clear distance requirement in Table 5.
Item 464 - 4
byes
Table 5
Minimum Clear Distance between Pipes
Equivalent Diameter
Min. Clear Distance
18 in.
9 in.
24 in.
11 in.
30 in.
1 ft. 1 in.
36 in.
1 ft. 3 in.
42 in.
1 ft. 5 in.
48 in.
1 ft. 7 in.
54 in.
1 ft. 11 in.
60 to 84 in.
2 ft.
C. Jointing. Make available an appropriate rolling device similar to an automobile mechanic's "creeper"
for conveyance through small -size pipe structures.
1. Joints Sealed with Hydraulic Cement Mortar. Use mortar consisting of 1 part cement, 2 parts
sand, and enough water to make a plastic mix. Clean and wet the pipe ends before making the
joint. Plaster the lower half of the bell or groove and the upper half of the tongue or spigot with
mortar. After the pipes are tightly jointed, pack mortar into the joint from both inside and outside
the pipe. Finish the inside smooth and flush with adjacent joints of pipe. For tongue -and -groove
joints, form a bead of semicircular cross section over the joint outside the pipe, extending at least
1 in. on each side of the joint. For bell -and -spigot joints, form the mortar to a 45' fillet between
the outer edge of the bell and the spigot. Cure mortar joints by keeping the joints wet for at least
48 hr. or until the backfill has been completed, whichever comes first. When mortar joints are
used, do not place fill or backfill until the jointing material has cured for at least 6 hr. Do not
conduct jointing when the atmospheric temperature is at or below 40°F. Protect mortared joints
against freezing by backfilling or other approved methods for at least 24 hr.
Driveway culverts do not require mortar banding on the outside of the pipe.
With approval, pipes that are large enough for a person to enter may be furnished with the groove
between 1 /2 in. and 3/4 in. longer than the tongue. Such pipe may be laid and backfilled without
mortar joints. After the backfilling has been completed, clean the space on the interior of the pipe
between the end of the tongue and the groove of all foreign material, thoroughly wet and fill with
mortar around the entire circumference of the pipe, and finish flush.
2. Joints Using Cold -Applied, Plastic Asphalt Sewer Joint Compound. Ensure that both ends of
the pipes are clean and dry. Trowel or otherwise place a 1/2-in.-thick layer of the compound in the
groove end of the pipe covering at least 2/3 of the joint face around the entire circumference. Next,
shove home the tongue end of the next pipe with enough pressure to make a tight joint. After the
joint is made, remove any excess mastic projecting into the pipe. Backfill after the joint has been
inspected and approved.
3. Joints Using Rubber Gaskets. Make the joint assembly according to the recommendations of the
gasket manufacturer. When using rubber gaskets, make joints watertight. Backfill after the joint
has been inspected and approved.
4. Joints Using Pre -Formed Flexible Joint Sealants. Install pre -formed flexible joint sealants
in accordance with the manufacturer's recommendations. Place the joint sealer so that no dirt or
other deleterious materials come in contact with the joint sealing material. Pull or push home the
pipe with enough force to properly seal the joint. Remove any joint material pushed out into the
interior of the pipe that would tend to obstruct the flow. When the atmospheric temperature is
below 607, store pre -formed flexible joint sealants in an area warmed to above 70°F or
artificially warm to this temperature in an approved manner. Apply flexible joint sealants to pipe
joints immediately before placing pipe in trench, and then connect pipe to previously laid pipe.
Backfill after the joint has been inspected and approved.
D. Connections and Stub Ends. Make connections of concrete pipe to existing pipes, pipe storm drains,
or storm drain appurtenances as shown on the plans.
Item 464 - 5
t..
Mortar or concrete the bottom of existing structures if necessary to eliminate any drainage pockets
created by the connections. Repair any damage to the existing structure resulting from making the
connections.
Unless otherwise shown in the plans, make connections between concrete pipe and corrugated metal
pipe with a suitable concrete collar having a minimum thickness of 4 in.
Finish stub ends for connections to future work not shown on the plans by installing watertight plugs
into the free end of the pipe.
Fill lift holes with concrete, mortar, or precast concrete plugs after the pipe is in place.
464.4. Measurement. This Item will be measured by the foot. Measurement will be made between the ends
of the pipe barrel along the flow line, not including safety end treatments. Safety end treatments will be
measured in accordance with Item 467, "Safety End Treatment." Pipe that will be jacked, bored, or
tunneled will be measured in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box."
Measurement of spurs, branches, or new connecting pipe will be made from the intersection of the flow line
with the outside surface of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes,
junction chambers, or other structures are included in lines of pipe, the length of pipe tying into the
structure wall will be included for measurement, but no other portion of the structure length or width will
be included.
For multiple pipes, the measured length will be the sum of the lengths of the barrels.
This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal
unless modified by Article 9.2. "Plans Quantity Measurement." Additional measurements or calculations
will be made if adjustments of quantities are required.
464.5. Payment. The work performed and materials furnished in accordance with this Item and measured
as provided under "Measurement" will be paid for at the unit price bid for "Reinforced Concrete Pipe,"
"Reinforced Concrete Pipe (Arch)," or "Reinforced Concrete Pipe (Elliptical)" of the size and D-load
specified or of the size and class specified. This price is full compensation for constructing, furnishing,
transporting, placing, and joining pipes; shaping the bed; cutting pipes on skew or slope; connecting to new
or existing structures; breaking back, removing, and disposing of portions of the existing structure. -
replacing portions of the existing structure, cutting pipe ends on skew or slope; and equipment, labor, tools,
and incidentals.
Protection methods for excavations greater than 5 ft. deep will be measured and paid for as required under
Item 402, "Trench Excavation Protection," or Item 403, "Temporary Special Shoring." Excavation,
shaping, bedding, and backfill will be paid for in accordance with Item 400, "Excavation and Backfill for
Structures." When jacking, boring, or tunneling is used at the Contractor's option, payment will be made "#
under this Item. When jacking, boring or tunneling is required, payment will be made under Item 476,
"Jacking, Boring or Tunneling Pipe or Box." t
j
Item 464 - 6
I
ITEM 585
RIDE QUALITY FOR PAVEMENT SURFACES
585.1. Description. Measure and evaluate the ride quality of pavement surfaces.
585.2. Equipment.
A. Surface Test Type A. Provide a 1041. straightedge.
B. Surface Test Type B. Provide a high-speed or lightweight inertial profiler, certified at the Texas Transportation
Institute. Provide the Engineer with equipment certification documentation. Display a current decal on the
equipment indicating the certification expiration date.
Use a certified profiler operator from the Construction Division's approved list. When requested, furnish the
Engineer documentation for the person certified to operate the profiler.
C. Diamond Grinding Equipment. When grinding is required, provide self-propelled powered grinding
equipment that is specifically designed to smooth and texture pavements using circular diamond blades. Provide
equipment with automatic grade control capable of grinding at least 3 ft. of width longitudinally in each pass
without damaging the pavement.
585.3. Work Methods. Measure and evaluate profiles using Surface Test Types A and B on surfaces as described
below unless otherwise shown on the plans.
A. Transverse Profile. Measure the transverse profile of the finished riding surface in accordance with Surface
Test Type A.
B. Longitudinal Profile. Measure the longitudinal profile of the surface, including horizontal curves.
1. Travel Lanes. Unless otherwise shown on the plans, use Surface Test Type B on the finished riding
surface of all travel lanes except as follows.
a. Service Roads and Ramps. Use Surface Test Type A on service roads and ramps unless Surface Test
Type B is shown on the plans.
b. Short Projects. Use Surface Test Type A when project pavement length is less than 2,500 ft. unless
otherwise shown on the plans.
c. Bridge Structures. For span type bridge structures, approach slabs, and the 100 ft. leading into and
away from such structures, measure the profile in accordance with the pertinent item or use Surface
Test Type A.
d. Leave -out Sections. Use Surface Test Type A for areas listed on the plans as leave -out sections.
e. Ends. Use Surface Test Type A on the first and last 100 ft. of the project pavement length.
2. Shoulders and Other Areas. Use Surface Test Type A for shoulders and all other areas including
intermediate pavement layers.
C. Profile Measurements. Measure the finished surface in accordance with Surface Test Type A or Bin
accordance with Section 585.3.A, "Transverse Profile"; Section 585.3.13, "Longitudinal Profile"; and the plans.
1. Surface Test Type A. Test the surface with a 10-ft. straightedge at locations selected by the Engineer.
2. Surface Test Type B.
a. Quality Control (QC) Testing. Perform QC tests on a daily basis throughout the duration of the
project. Use a 10-fl. straightedge, inertial profiler, profilograph, or any other means to perform QC
tests.
b. Quality Assurance (QA) Testing. Perform QA tests using either a high-speed or lightweight inertial
profiler. Coordinate with and obtain authorization from the Engineer before starting QA testing.
Perform QA tests on the finished surface of the completed project or at the completion of a major stage
of construction as approved by the Engineer. Perform QA tests within 7 days after receiving
authorization.
Item 585 - 1
The Engineer may require QA testing to be performed at times of off-peak traffic flow. Operate the
inertial profiler in a manner that does not unduly disrupt traffic flow as determined by the Engineer.
When using a lightweight inertial profiler to measure a surface that is open to traffic, use a moving
traffic control plan in accordance with Part 6 of the TMUTCD and the plans.
In accordance with Tex-] 001-S, operate the inertial profiler and deliver test results to the Engineer
within 24 hr. of testing. Provide all profile measurements to the Engineer in electronic data files using
the format specified in Tex- 1001-S.
(1) Verification Testing. Within 10 working days after the Contractor's QA testing is completed for
the project or major stage of construction, the Engineer may perform ride quality verification
testing. When the Department's profiler produces an overall average international roughness index
(1R1) value that is more than 3.0 in. per mile higher than the value calculated using Contractor
data, the Engineer will decide whether to accept the Contractor's data, use the Department's data,
use an average of both party's data, or request a referee test. Referee testing is mandatory if the
difference is greater than 6.0 in. per mile.
(2) Referee Testing. The Construction Division will conduct referee testing, and their results are
final. The Construction Division may require recertification for the Contractor's or Department's
inertial profiler.
D. Acceptance Plan and Pay Adjustments. The Engineer will evaluate profiles for determining acceptance,
bonus, penalty, and corrective action.
1. Surface Test Type A. Use diamond grinding or other methods approved by the Engineer to correct surface
areas that have more than 1/8-in. variation between any 2 contacts on a 10-11. straightedge. For asphalt
concrete pavements, fog seal the aggregate exposed from diamond grinding. Following correction, retest
the area to verify compliance with this Item.
2. Surface Test Type B. The Engineer will use the QA test results and the corresponding values in Table 1 to
determine pay adjustments for ride quality using Department software. IRI values will be calculated using
the average of both wheel paths. When taking corrective actions to improve a deficient 0.1-mi. section, pay
adjustments will be based on the data obtained from reprofiling the corrected area.
a. 1R1 Pay Adjustment for 0.1-mi. Sections. Unless pay adjustment Schedule 1 or 2 is shown on the
plans, Schedule 3 from Table I will be used to determine the level of bonus or penalty for each 0.1-mi.
section on the project.
When Schedule 3 is specified, no associated bonuses will be paid for any 0.1-mi. section that contains
localized roughness.
b. IRI Deficient 0.1-mi. Sections. When pay adjustment Schedule 1 or 2 is specified, use diamond
grinding or other approved work methods to correct any 0.1-mi. section with an average IRI over
95.0 in. per mile (IRI deficient). Correct the deficient section to an IRI of 65 in. per mile or less when
Schedule 1 is specified and to an IRI of 75 in. per mile or less when Schedule 2 is specified. After
making corrections, reprofile the pavement section to verify that corrections have produced the
required improvements. Associated bonuses apply when successful corrective action improves the IRI
of a deficient 0.1-mi. section.
(1) Hydraulic Concrete Pavement. Use diamond grinding to correct deficient 0.1-mi. sections.
(2) Asphalt Concrete Pavement. For asphalt concrete pavement, the Engineer may assess a $3,000
penalty per 0.1-mi. section instead of requiring corrective action. Use diamond grinding or other
approved methods to correct deficient 0.1-mi. sections. If corrective action does not produce the
required improvement, the Engineer may require continued corrective action, assess the pertinent
schedule penalty if the reprofiled IRI is 95 in. per mile or less, or assess the $3,000 penalty if the
reprofiled IRI is greater than 95 in. per mile. Fog seal the aggregate exposed from diamond
grinding or other corrective methods allowed.
c. Localized Roughness. Localized roughness will be measured using an inertial profiler in accordance
with Tex-] 001-S. The Engineer will determine areas of localized roughness using the average profile
from both wheel paths.
Item 585 - 2
The Engineer may waive localized roughness requirements for deficiencies resulting from manholes or
other similar appurtenances near the wheel path.
(1) Corrective Action. When Schedule 1 or 2 is specified, use diamond grinding or other approved
methods to remove localized roughness.
When Schedule 3 is specified, use a 10-ft. straightedge to further evaluate areas with localized
roughness, and use diamond grinding or other approved methods to correct areas that have more
than 1/8-in. variation between any 2 contacts on the straightedge.
For asphalt concrete pavements, fog -seal the aggregate exposed from diamond grinding.
Reprofile the corrected area, and provide the Engineer the results that show the corrective action
was successful. For asphalt concrete pavement, if the corrective action is not successful, the
Engineer will require continued corrective action or assess a localized roughness penalty.
(2) Localized Roughness Penalty Assessed. For asphalt concrete pavement, in lieu of corrective
action, the Engineer may assess a penalty for each occurrence of localized roughness. No more
than 1 penalty will be assessed for any 5 ft. of longitudinal distance. No localized roughness
penalties will be assessed in deficient 0.1-mi. sections where the Engineer elects to asses the
$3,000 penalty instead of corrective action. For Schedule 1, a localized roughness penalty of $500
per occurrence will be assessed. For Schedule 2, a localized roughness penalty of $250 per
occurrence will be assessed. For Schedule 3, localized roughness penalties will not be assessed.
585.4. Measurement and Payment. The work performed, materials furnished, certification and recertification,
traffic control for all testing, materials and work needed for corrective action, equipment, labor, tools, and
incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. Sections shorter than
0.1 mi. and longer than 50 ft. will be prorated in accordance with Tex-I001-S.
Item 585 - 3
Table 1
Pay Adjustment Schedules for Ride Quality
Average 1R1 for
each 0.10 mi. of
Traffic Lane
(in. / mi.)
Pay Adjustment
$/0.10 mi. of Traffic Lane
Schedule 1
Schedule 2
j Schedule 3
< 30
600
600
300
30
600
600
j 300
31
580
580
290
32
560
560
280
33
540
540
270
34
520
520
260
35
500
500
250
36
480
480
240
37
460
460
230
38
440
440
220
39
420
420
210
40
400
400
200
41
380
380
190
42
360
360
180
43
340
340
170
44
320
320
160
45
300
300
150
46
280
280
140
47
260
260
130
48
240
240
120
49
220
220
110
50
200
200
100
51
180
180
90
52
160
160
80
53
140
140
70
54
120
120
60
55
100
100
50
56
80
80
40
57
60
60
30
58
40
40
20
59
20
20
10
60
0
0
0
61
0
0
0
Item 585 - 4
Table l (continued)
Pay Adjustment Schedules for Ride Quality
Average lRl for
each 0.10 mi. of
Traffic Lane
in./mi.
Pay Adjustment
S/0.10 mi. of Traffic Lane
Schedule l
Schedule 2
Schedule 3
62
0
0
0
63
0
0
0
64
0
0
0
65
0
0
0
66
—20
0
0
67
—40
0
0
68
—60
0
0
69
—80
0
0
70
—100
0
0
71
—120
0
0
72
—140
0
0
73
—160
0
0
74
—180
0
0
75
—200
0
0
76
—220
—20
0
77
—240
—40
0
78
—260
—60
0
79
—280
—80
0
80
—300
—100
0
81
—320
—120
0
82
—340
—140
0
83
—360
—160
0
84
—380
—180
0
85
-400
—200
0
86
-420
—220
0
87
—440
—240
0
88
-460
—260
0
89
—480
—280
0
90
—500
—300
0
91
—520
—320
0
92
—540
—340
0
93
—560
—360
0
94
-580
-380
0
Item 585 - 5
i
Table l (continued)
Pay Adjustment Schedules for Ride Quality
Average 1R1 for
Pay Adjustment
each 0.10 mi. of
S/0.10 mi. of Traffic Lane
Traffic Lane
in./mi.
Schedule]
Schedule 2
Schedule 3
95
-600
—400
0
Corrective
Corrective
> 95
Action
Action
Not Applicable
Item 585 - 6
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-1 1010, "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-11 10-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 445.3.1), "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.
Item 610 - 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 AASFITO 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. below final grade. Backfill the hole with material that
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 of in accordance with federal, state, and local
regulations.
Item 610 - 2
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-11080, "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 628 - 1
11 1
I