HomeMy WebLinkAboutResolution - 2002-R0159 - Contract For Patriot Plaza Parking Lot - Allen Butler Construction, Inc. - 04_25_2002Resolution No. 2002-RO159
April 25, 2002
Item No. 48
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock, a Contract for the Patriot
Plaza Parking Lot, by and between the City of Lubbock and Allen Butler Construction,
Inc., of Ransom Canyon, 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 this 25th
ATTEST:
Rebecca Garza, City Secretary
APPROVED AS TO CONTENT:
Victor Kilman, Pur asing Manager
APPROVED AS TO FORM:
William de Haas
Contract Manager/Attorney
gs/ccdocs/Cont-Allen Butler Const—res
April 15, 2002
day of April , 2002.
p . DDT — ,D� .rt-1NTEXAS
oZ----._._
BY
CITY OF LUBBOCK
SPECIF;CATIONS FOR
PATRIOT PLAZA PARKING LOT
ITB #053-02/BM
uting Slip ontract
ppr a As to tent
2. `
Appr val of Bonds
T , Admin. rative Assistant
3.
Approval of Insurance Requirements
Leisa Hut eson, Safety
4.
Approve As to Form
Bill de Haas, Legal
5.
Mayor
Windy Sitton
6.
CitfTcretary
Please Return to Purchasing, East. 2167
Date
-S / O� _
Date
Date
Date
ITB # 053-02l13M, Addendum # 3
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13TH STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2167 FAX: (806) 775-2164
http://purchasing.ci.lubbock.tx.us
MAILED TO VENDOR:
CLOSE DATE:
ADDENDUM # 3
ITB # 053-02/BM
Patriot Plaza Parking Lot
April 2, 2002
April 4, 2002 @ 2:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any
item called for in the ITB documents is supplemented here, the original requirements, not affected by this
addendum, shall remain in effect.
1. THE FOLLOWING CHANGES SHALL BE MADE TO THE ORIGINAL DRAWINGS: On Sheet E5, Lighting
Fixture Schedule, fixture type "B," Delete "Devine CLBl-70W MH", "(1)—70WMH", and "aluminum bollard top
with galvanized anchor bolts for mounting on concrete bollard" references in their entirety. Contractor
shall refer to architectural sheet Al and Specifications Section 02851 for design and material requirements of
custom bollard.
All requests for additional information or clarification must be submitted in writing and directed to:
Questions may be faxed to:
or Email to:
Bruce MacNair, Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
(806)775-2164
bmacnair@mail.ci.lubbock.tx.us
THANK YOU,
CITY OF LUBBOCK /
CE MAR
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
ITB #053-02/Bmad3
ITB # 053-02/BM, Addendum # 2
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
162513T" STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2167 FAX: (806) 775-2164
http://purchasing.ci.lubbock.tx.us
MAILED TO VENDOR:
CLOSE DATE:
ADDENDUM # 2
ITB # 053-02/BM
Patriot Plaza Parking Lot
March 28, 2002
April 4, 2002 @ 2:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any
item called for in the ITB documents is supplemented here, the original requirements, not affected by this
addendum, shall remain in effect.
1. Addendum #1 (attached) was published for Internet advertisement only and does not affect the contract
documents.
2. In the Section, "GENERAL INSTRUCTIONS TO BIDDERS" add paragraph 32 DISADVANTAGED
BUSINESS ENTERPRISE (DBE) REQUIREMENTS (below) in its entirety.
32. DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS
32.1 The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this ITB, Disadvantaged Business Enterprises (DBE's) will be afforded equal opportunities to
submit bids and will not be discriminated against on the grounds of race, color, sex, disability, or
national origin in consideration of an award.
32.2 A DBE is defined as a small business concern which is at least 51 % owned and controlled by one
or more socially and economically disadvantaged individuals, or in the case of any publicly owned
business, at least 51% of the stock of which is owned by one ore more socially and economically
disadvantaged individuals. Socially and economically disadvantaged include Women, Black
Americans, Hispanic Americans, Native Americans, Asian -Pacific Americans, and Asian -Indian
Americans.
32.3 Good Faith Efforts (Information to be submitted)
City of Lubbock treats bidders' compliance with good faith efforts requirements as a matter of
responsiveness.
Each solicitation for which a contract goal has been established will require the bidders/offerors to
submit the following information with its bid as a condition of responsiveness:
1. The names and addresses of DBE firms that will participate in the contract;
2. A description of the work that each DBE will perform;
3. The dollar amount of the participation of each DBE firm participation;
4. Written and signed documentation of commitment to use a DBE subcontractor whose participation it
submits to meet a contract goal;
5. Written and signed confirmation from the DBE that it is participating in the contract as provided in the
prime contractor's commitment; and
6. If the contract goal is not met, evidence of good faith efforts.
32.4 Demonstration of good faith efforts
The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that it has
done so either by meeting the contract goal or documenting good faith efforts. Examples of good
faith efforts are found in Attachment 7 of the Airport's DBE plan,
httg:/lpurchasing.ci.lubbock.tx.us/vendor.htm.
ITB #053-02/Bmad2
ITB # 053-02BM, Addendum # 2
The following W
i g personnel are responsi6le for determining whether a bidder who has not met the
1 contract goal has documented sufficient good faith efforts to be regarded as responsive: Persons
assigned to evaluate bids or proposals as specified on the City's "Request to Solicit Competitive
Bids or Proposals — Procurement Document Submittal Form."
We will ensure that all information is complete and accurate and adequately documents and
bidder's good faith efforts before we commit to the performance of the contract by the bidder.
32.5 Administrative reconsideration
Within 10 days of being informed by City of Lubbock that it is not responsive because it has not
documented sufficient good faith efforts, a bidder may request administrative reconsideration.
Bidders should make this request in writing to the following reconsideration official: Victor Kilman,
Purchasing Department, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. The
reconsideration official will not have played any role in the original determination that the bidder
did not make/document sufficient good faith efforts.
As part of this reconsideration, the bidder will have the opportunity to provide written
documentation or argument concerning the issue of whether it met the goal or made adequate
good faith efforts to do so. The bidder will have the opportunity to meet in person with our
reconsideration official to discuss the issue of whether it met the goal or made adequate good
faith efforts to do so. We will send the bidder a written decision on reconsideration, explaining the
basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to
do so. The result of the reconsideration process is not administratively appealable to the
Department of Transportation.
32.6 Good Faith Efforts when a DBE is replaced on a contract City of Lubbock will require a contractor
to make good faith efforts to replace a DBE that is terminated or has otherwise failed to complete
its work on a contract with another certified DBE, to the extent needed to meet the contract goal.
The City will require the prime contractor to notify the DBE Liaison Officer (DBELO) immediately of
the DBE's inability or unwillingness to perform and provide reasonable documentation.
In this situation, we will require the prime contractor to obtain our prior approval of the substitute
DBE and to provide copies of new or amended subcontracts, or documentation of good faith
efforts. If the contractor fails or refuses to comply in the time specified, our contracting office will
issue an order stopping all or part of payment/work until satisfactory action has been taken. If the
contractor still fails to comply, the contracting officer may issue a termination for default
proceeding.
32.7 Counting DBE Participation
The City will count DBE participation toward overall goals as provided in 49 CFR 26.55.
32.8 Certification
The DBELO will use the certification standards of Subpart D of part 26 and the certification
procedures of Subpart E of part 26 to determine the eligibility of firms to participate as DBEs in
DOT -assisted contracts. In addition, the Department of Aviation has approval from Citibus, the
City's transit authority and the Affirmative Action and Contract Compliance Division of the City of
Houston, Texas to assist in applying certification standards. To be certified as a DBE, a firm must
meet all certification eligibility standards. The City will make their certification decisions based on
the facts as a whole.
32.9 Process
The City's certification application form and documentation requirements are found in Attachment
5 of the Airport's DBE Plan.
For information about the certification process or to apply for certification, firms should contact:
Mark Earle, Director of Aviation, Lubbock International Airport, Rt. 3 Box 389, Lubbock, Texas
79403, 806f775-3126, mearle _mall.cHubbock.bcus.
In the event the City proposes to remove a DBE's certification, the City will follow procedures
consistent with 26.87. Attachment 6 to the Airport's DBE Plan sets forth these procedures in
j detail. To ensure separation of functions in a decertification, the City has determined that the
]] Purchasing Manager will serve as the decision maker in decertification proceedings. The City has
f ITB #053-02/Bmad2
ITB # 053-02/BM, Addendum # 2
established an administrative "firewall" to ensure that the Purchasing Manager will not have
iparticipated in any way in the decertification proceeding against the firm (including the decision to
initiate such a proceeding).
If the City denies a firm's application or decertifies it, the firm may not reapply until 12 months
have passed from our action.
32.10 Certification Appeals
1 Any firm or complainant may appeal the City's decision in a certification matter to DOT. Such
appeals may be sent to:
Department of Transportation Office of Civil Rights Certification Appeals Branch, 400 7�'
} St., SW, Room 2104, Washington, DC 20590.
1 The City will promptly implement any DOT certification appeal decision affecting the eligibility of
DBEs for all DOT -assisted contracting (e.g., certify a firm if DOT has determined that our denial of
its application was erroneous).
} 32.11 "Recertifications"
The City will review the eligibility of DBEs that the City might have certified under former part 23,
to make sure that they meet the standards of Subpart D of part 26. The City will complete this
review within four years beginning October, 1999. In order to comply with requirements of re-
certification each currently certified DBE the airport works with as well as any new applicant for
certification will be required to submit a Statement of Personal Net Worth as shown in Exhibit 9 of
the Airport's DBE plan.
For firms that the City has certified or reviewed and found eligible under part 26, the City will
review their eligibility every five years following the date of their certification. These reviews will
include the following components:
1. The City of Lubbock will require that the firm complete a new DBE Certification Form.
2. The City of Lubbock may use on -site visits where necessary to make proper
determinations.
3. The City of Lubbock will use any discretion to certify a firm on reliance of the decisions
made by DOT or another recipient, to make an independent certification decision based
on additional documentation provided by another recipient or to require the applicant to
proceed through our application procedure without regard to the action of the other
recipient
4. City of Lubbock reserves the right to determine recertification procedures on a case -by -
case basis.
32.12 "No Change" Affidavits and Notices of Change
The City will require all certified DBEs to inform the DBELO, in a written affidavit, of any change in
its circumstances affecting its ability to meet size, disadvantaged status, ownership or control
criteria of 49 CFR part 26 or of any material changes in the information provided with the DBE's
application for certification.
The City will also require all owners of all DBEs the City has certified to submit, on the anniversary
date of their certification, a "no change" affidavit meeting the requirements of 26.830). The text of
this affidavit is the following:
I swear (or affirm) that there have been no changes in the circumstances of [name of DBE firm]
affecting its ability to meet the size, disadvantaged status, ownership, or control requirements of
49 CFR part 26. There have been no material changes in the information provided with [name of
DBE]'s application for certification, except for any changes about which you have provided written
notice to the City of Lubbock under 26.83(1). [Name of firm] meets Small Business Administration
(SBA) criteria for being a small business concern and its average annual gross receipts (as
defined by SBA rules) over the firm's previous three fiscal years do not exceed $16.6 million.
The City will require DBEs to submit with this affidavit documentation of the firm's size and gross
receipts.
ITB #053-02/Bmad2
ITB # 053-02/13M, Addendum # 2
The City will notify all currently certified DBE firms of these obligations by newsletter or direct mail
beginning October, 2000, This notification will inform DBEs that to submit the "no change"
affidavit, their owners must swear or affirm that they meet all regulatory requirements of part 26,
including personal net worth. Likewise, if a firm's owner knows or should know that he or she, or
the firm, fails to meet a part 26 eligibility requirement, the obligation to submit a notice of change
applies.
32.13 Bidders List
The City of Lubbock will create a bidders list, consisting of information about all DBE and non -
DBE firms that bid or quote on DOT -assisted contracts. The purpose of this requirement is to
allow use of the bidders list approach to calculating overall goals. The bidders list will include the
name, address, DBE/non-DBE status, age, and annual gross receipts of firms.
The City will collect this information in the following ways: a notice in all solicitations and direct
request to firms quoting on subcontracts to report information directly to the DBELO. The City of
lLubbock will work closely with all prime bidders in order to collect necessary information of all
firms who quote to them on contracts.
32.14 Monitoring Payments to DBEs
The City will require prime contractors to maintain records and documents of payments to DBEs
for three years following the performance of the contract. These records will be made available
for inspection upon request by any authorized representative of the City of Lubbock or DOT. This
reporting requirement also extends to any certified DBE subcontractor.
The City will keep a running tally of actual payments to DBE firms for work committed to them at
the time of contract award.
The City will perform interim audits of contract payments to DBEs. The audit will review payments
to DBE subcontractors to ensure that the actual amount paid to DBE subcontractors equals or
exceeds the dollar amounts stated in the schedule of DBE participation.
32.15 Reporting to DOT
The City will report DBE participation to DOT annually on Form 4630, as modified for use by FAA
recipients.
3. Tree Grates: Tree grates shall be East Jordan Iron Works —Model 8710 Star or approved equal.
4. "SEWER" Manhole Lids: The two manhole lids that read "SEWER" have been identified as electrical
manholes. Therefore, we are aware of no additional sewer service than what is currently shown within the
project limits.
5. Brick Material: THE OWNER WILL NOT BE SUPPLYING THE BRICK AS DISCUSSED AT THE PRE -BID
CONFERENCE. All brick and related items necessary to completely install the brick shall be provided by the
contractor and included in the contractor's bid price. THE OWNER WILL NOT PROVIDE ANY MATERIALS
FOR THIS PROJECT. Also, please note the following color blend change to Specification Section 04200 —
UNIT MASONRY.
• 2.3 D - 1 shall read
Endicott Coppertone TK (light) — 80%
Endicott "Medium Ironspot" #46 TK (dark) — 20%
• 2.3 D — 2 remains the same
6. Weekly Progress Meetings: Weekly progress meetings as defined in Special Provision #33 will be held on a
weekly basis, rather than every 2 weeks.
7. Light Pole Demolition — Sheet E1: Refer to the attached drawing for the correct light pole demolition. The
two (2) poles shown to be demolished shall match the light pole demolition requirements shown on Sheet C1.
ITB #053-02/13mad2
ITB # 053-02IBM, Addendum # 2
8. Clarification to general note "A" on sheet El: The initial intent of general note "A" on sheet E1 is that, included
in the contract, is the reconnection of the secondary service entrance serving the existing FAA building. LP&L
will replace the primary and existing transformer with a new pad -mount. The contractor shall coordinate with
LP&L and reconnect the secondary as required. Both primary and secondary services will be in place at that
time and only reconnection of secondary to transformer will be required of this contractor. SEE ATTACHED
DRAWING FOR LOCATION OF FAA BUILDING.
9. Driveway Thickened Edge and Dowel Details: Refer to attached drawing for the revised driveway detail.
Dowel details C5/C11 and B1/C11 are not required for this project.
10. Stop Sign Replacement: The contractor shall remove and replace the existing stop signs for the north and
southbound lanes at the intersection of the Westport Access Road and the Patriot Plaza entrance road. This
Rem shall consist of two (2) "Stop" signs, two (2) "One Way" signs, two (2) poles, and all related mounting
l equipment. Refer to the attached drawing for installation location and for a detail of the new signs. Signs
J shall be side -mounted in a manner consistent with all other signage on the project.
11. Demolition of Small Exit Booth: On demolition of the small exit booth, the owner is currently testing the building
floor tiles for the presence of asbestos. If the test results are positive, the owner will remove the asbestos at
their cost and the contractor will be responsible for the remainder of the demolition. If the test results indicate
no asbestos, the contractor will be responsible for all demolition.
12. Coal -Tar Sealer/Rejuvenator: Make the following additions to Specification Section 02786 — COAL -TAR
SEALER/REJUVENATOR:
• 2.1 A shall remain the same
• 2.1 B shall read — "An acceptable supplier for the Coal -Tar Sealer/Rejuvenator is BC&L Pavement
Services, Inc. — San Antonio, TV.
a . The original 2.1 B shall now become 2.1 C and shall read the same.
13. The electrical vault is to be removed and disposed of off -site, in its entirety. The hole is to be backfilled and
densified in 8-inch maximum lifts, as required by the specifications.
14. Sign -in sheets from Pre -bid meeting are attached.
Alfireq, uests for additional information or clanfid9on must be submitted m, writing and directed to:
Questions may be faxed to:
or Email to:
Bruce MacNair, Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
(806) 775-2164
bmacnair@mail.cHubbock.tx.us
THANK YOU,
CITY OF LUBBOCZ
BRUCE MACNAIR
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
ITB #053-021Bmad2
ITB # 053-02/BM, Addendum # 2
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13TH STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2167 FAX: (806) 775-2164
http://purchasing.ci.lubbock.tx.us
MAILED TO VENDOR:
CLOSE DATE:
ADDENDUM 0
ITB # 053-02/BM
Patriot Plaza Parking Lot
March 8, 2002
April 4, 2002 @ 2:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any
item called for in the ITB documents is supplemented here, the original requirements, not affected by this
addendum, shall remain in effect.
14. Amount of refundable deposit for plans and specifications is changed from $60.00 per set to $100.00 per set.
15. Time for completion is changed from 210 consecutive calendar days to ONE HUNDRED FIFTY (150)
CONSECUTIVE CALENDAR DAYS.
All requests for additional information or clariiification must. be submitted m'writing and directed to:
Questions may be faxed to:
or Email to:
Bruce MacNair, Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
(806) 775-2164
bmacnair@mail.ci.lubbock.tx.us
THANK YOU,
CITY OF LUBBOCK
Bruce MacNair
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
ITB #053-02/Bmad2
�\\
GENERAL NOTES
A EXISTING 5KV PRIMARY SERVICE THAT EXTENDS FROM VAULT TO
A SMALL FAA BUILDING LOCATED NORTHWEST OF THE VAULT WILL BE
ABANDONED BY LP&L. AS PART OF THIS PROJECT, CONTRACTOR SHALL
COORDINATE WITH LP&L AND FAA FOR THE RECONNECTION OF SECONDARY
SERVICE ENTRANCE CONDUCTORS TO THE BUILDING FROM THE NEW
TRANSFORMER INSTALLED BY LP&L
B THS CONTRACT SHALL INCLUDE CLOSE COORDINATION WITH LP&L FOR
ALL WORK TO BE ACCOMPLISHED BY LP&L
C AT ALL LOCATIONS WHERE EXISTING LIGHT FIXTURES ARE BEING DEMOUSHED,
COMPLETELY REMOVE ALL ASSOCIATED WIRING AND CONDUIT.
DEMOLITION NOTES
REMOVE EXISTING CONSTRUCTION AS INDICATED BY: IIY--""'
1 REMOVE EXISTING POLE AND LIGHT, TO INCLUDE ALL WIRE; CONDUIT,
CONTROL DEVICES ASSOCIATED WITH THESE FIXTURES.
2 EXISTING TRANSFORMER VAULT EQUIPMENT TO BE REMOV0 BY OTHERS.
Project Name: PATRIOT PLAZA PARKING LOT Sheet: ADDENDUM 1
Project Address: WEISOCK INTL. AIRPORT Issue Dote: 3/27/02
LUBBOCK, TX Revisions:
PSC Project #: 01-2721-01
No Text
SAW CUT f HOT MIX ASPHALT SURFACE COURSE
MTING
SURFACE I/2 WIDE x 1 1/4 DEEP JOINT
IX TO BE SAWED AND SEALED f 4 BAR 0 127 O.C. E.W.
i
EXISTING THICKEND EDGE
BASE SEE DETAIL C2/C10
BITUMINOUS PRIME THICKEND EDGE
AND TACK SEE DETAIL D5/C10 SEE TYP CONCRETE SEE TYP ASPHALT
PAVEMENT SECTION PAVEMENT SECT ON
no sc TYP DRIVEWAY SECTION
Project Name: PATRIOT PLAZA PARKING LOT Sheet ADDENDUM 1
Project Address: LUBBOCK INTL. AIRPORT Issue Date: 3/27/02
LUBBOCK, TX Revisions:
PSC Project #: 01-2721-01
�z:���,t ��`� �.�� t�.�'i � t��iu����l����t�"t�r�;�j►���'�*�:��t�;: ;��� fiAt�A
PREBID #053-02/BM
PATRIOT PLAZA PARKING LOT
March 26, 2002 ®10:00 AM
LIA AMBASSADOR ROOM
PLEASE PRINT
TELEPHONE
FAX
E-MAIL
COMPANY
REPRESENTATIVE
MAILING ADDRESS
NUMBER
NUMBER
ADDRESS
P.O. Box 2000
City of Lubbock
BRUCE MACNAIR
City: Lubbock
(806)775-2163
(806)775-2164
BMacnair@mait.ci.tubbo&tx.us
State Zip Code: Texas 79457
Address: y LA "S µILL
O y ys-7Yg�
/�
�.r(c�2
/ Ittlesen
City: J,� 4 A^s.�..�,.,,.:�
?�S7S?7I
YIL�CN
EState
Zi Code: 4,
� 's
f11ey SGWr �
City: Address:
l�csbyr�.
65
P'
?94 U77
711 3680
a 0,4ovMAmplace,ca ,
State Zip Code: / o
Address:
C �
Ccoo3�-
ty Ciu
7`}�" 7Ni�
7�t 75?7
A I ® �--•�'�^�—
State ZipCode:3�
/
Ack
Address: /49 C"e-lffov
city: L�
(Sol)
(SI dG )
PC
o
�yy-�6g j
�y y �`s�
1 V i L
State, Zi Code:
s<a
M�
P� 1nr. �+L�►LI.d�
Address: 2'1 23 $ L ' = 6
(L )
(8a L )
S f�/
.�
City: -LAJ# �.gouL
'ric
L3q - -t Z5
State, Zip Code: 14 y Z3
5A ;vj i
Address: 2.7 Z 3
U?r 6
Core`
---- —
�- O
city: L 4& L boc_ /�
State Zi Code:
Ids-945d
74s�1Zo
Address: A D, Jib x 5 7 to C.
U
CLO
�jy1Go �-+n c
ae rt 5
City: L J bhp !c
State Code: -Tk 4
- - 55�1
A (-, C0 El z-7-+vc
.34-4- ' I
Address:
U
U
13 r •4 `S
State, Code:
.7 6 5- 8 5 S 8
'7 65.F ss9
Address:
�)
State Zip Code:
Address:
U
U
State Zip Code:
7.7�; 13
313�
Address:
City:
State Zip Code:
PREBID #053-02BM
PATRIOT PLAZA PARKING LOT
March 26, 2002 Qa 10:00 AM
LIA AMBASSADOR ROOM
PT RACF. PRINT
TELEPHONE
FAX
E-MAIL
COMPANY
REPRESENTATIVE
MAILING ADDRESS
NUMBER
NUMBER
ADDRESS
P.O. Box 2000
City of Lubbock
BRUCE MACNAIR
City: Lubbock
(806)775-2163
(806)775-2164
BMacnair@mail.ci.lubbock-mus
State, Zip Code: Texas 79457
Address: .o, 1-3.0
�/
city -lac Lc
' W 7U
74 = 9?Or
/�i
� �t S7'
!� (f! i e0�
/
State Zip Code:
Address: M 'Loy 3!'3d
(fit ) 7 yt,
0&
City: L'Wn- Tx
qq 170
7 q 6 -9yt g
!_'4"v y . iVorTodi @.6c/
L yid N
j>x LLpW
State Zip Code: X -ng5-1
Address:
U
IDS
city..Cow o r
7�s �Sd!
72S-JUP
� 160A.%C.:��,
tie. Zip Code:
Address: -lZ-7Z SS
( P )
( G ?
, [/r%
f� !T
City- _ fir'`
State Zr Code:
Y 73-2Z�
73- 3SZi'J
!'yJ%�Pr�r� ter,-�sc. c
a`/I
Address: r1l
City: O
002
4%.7' Z2"
(806
���da
l
�e��jr C 7<-e!h- pl c
State Zip Code:
Address:
Cu L' - U Ya
Kthvl camlI(x O
r1 l
State Zip Code:
Address:
U
U
n_
� 1K
�c,// ��l
City:
State Zip Code:
,���
-
Ad ss:
( )
�)
✓'` �,
City:
Z' Code:
State, Zip
yJ
7"v
//
JLy5e., d,/G;. /YN�
`\
Address: /L ,
City.
Are ;zw
0 )o
��"'•' 1"�--C�^-
State Zip Code:
Psi_
Address:
City:
State, Zip Code:
Address:
City:
State, Zip Code:
Coat
CITY OF LUBBOCK
ZPECIFICATIONS FOR
PATRIOT PLAZA PARKING LOT
ITB #053-02/BM
"A City Of Planned Progress"
CITY OF LUBBOCK
Lubbock, Texas
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: PATRIOT PLAZA PARKING LOT
ADDRESS: LUBBOCK, TEXAS
ITB NUMBER: 053-02/13M
PROJECT NUMBER: 254.9176.8304,20000
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
INDEX
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
4. PAYMENT BOND
5. PERFORMANCE BOND
6. CERTIFICATE OF INSURANCE
7. CONTRACT
8. GENERAL CONDITIONS OF THE AGREEMENT
9. CURRENT WAGE DETERMINATIONS
10. SPECIFICATIONS
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ITB #053-02/BM
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the
office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00
o'clock R.M. on the 4th day of ADril, 2002, or as changed by the issuance of formal addenda to all planholders, to
umish all labor and materials and perform all work for the construction of the following described project:
"PATRIOT PLAZA PARKING LOT"
After the expiration of the time and date above first written, said Aed bids will be opened in the office of the
Purchasing Manager 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 Manager for the City of Lubbock, before the expiration of the date above first written.
j Bids are due at 2:00 o'clock .m. on the 4th day of April, 2002, and the City of Lubbock City Council will
4 consider the bids on the 25th day of April, 2002 at the Municipal Building, 1525 13th Street, Lubbock, Texas, or as soon
thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The
successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful
bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of
100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be
issued by a company carrying a current Best Rating of B or su�.erior.
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 fifteen (15) days after
notice of award of the contract to him.
It shall be each bidders 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 26th day of March, 2002 at 10:00 o'clock a.m., in the LIA AMBASSADOR ROOM, Lubbock, Texas.
Bidders may view the plans and specifications without charge at Lubbock City Hall, 16251 a Street, Lubbock,
Texas, Purchasing Department, Room L-04. Plans and specifications may be obtained by the bidder for a $100.00
refundable deposit per set. Plans and specifications may be obtained from Parkhill, Smith & Cooper, Inc., 4222
85th Street, Lubbock, Texas 79423, Phone: (806) 473-2200. Plans and specifications will be shipped at the bidder's
expense. If bidder requires overnight or second day expedited method parcel shipment, the bidder will incur shipping
charges and must furnish the name of the service to be used and the bidder's account number.
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 Manager of the City of Lubbock, which document is
specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a,
Vernon's Ann. Civil St., 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 all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will 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. Cityof Lubbock pre -bid meetings and
bid openings are available to all persons regardless of disability. If you would like bid inormation made available in a more
accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775-
2281 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
VICTOR KILMA
PURCHASING MANAGER
GENERAL INSTRUCTIONS TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
1 BID DELIVERY. TIME & DATE
{ 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish PATRIOT PLAZA PARKING
LOT per the attached specifications and contract documents. Sealed bids will be received no later than
2:00 p.m. CST, the 4th day of April, 2002 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 #053-02/BM, PATRIOT PLAZA PARKING LOT" 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:
Victor Kilman, Purchasing Manager
1 City of Lubbock
1625 13th Street, Room L-04
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a
bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver
bid, we suggest that he/she use some sort of delivery service that provides a receipt.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
2 PRE -BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting
will be held at 10:00 a.m. March 26th 2002 in LIA AMBASSADOR ROOM Lubbock Texas. All persons
attending the meeting will be asked to identify themselves and the prospective bidder they represent.
2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The
City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do
not attend the pre -bid meeting.
ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the ITB are made by written bid addenda.
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 Department. At the request of the bidder, or in the
event the Purchasing Department deems the interpretation to be substantive, the interpretation will be
made by written addendum issued by the Purchasing Department. Such addendum issued by the
Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will
become part of the bid package having the same binding effect as provisions of the original bid. 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 Department no later than five (5) days before the bid closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
J shall not be legally bound by any amendment or interpretation that is not in writing. Only information
supplied by the City of Lubbock Purchasing Department 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.
j 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
l 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 Notic4s of any discrepancies or omissions in these plans, specifications, or contract documents,
shad 6e given to the Purchasing Manager and a clarification obtained before the bids are received,
and if no such notice is received by the Purchasing Manager 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 Manager before bidding of any discrepancies or omissions,
then It shall be deemed for all purposes that the plans and specifications are sufficient and
adequate for completion of the project. It is further agreed that any request for clarification must
be submitted no later than five (5) calendar days prior to the opening of bids.
5 BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
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 CONFIDENTIAUPROPRIETARY is not in conformance with the Texas Open
Records Act.
7 LICENSES, PERMITS, TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may
be required to pay.
8 CONFLICT OF INTEREST
8.1 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.
} 8.2 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
j exercise of discretion concerning this bid.
9 CONTRACT DOCUMENTS
9.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
9.2 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.
10 PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock the' 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.
11 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
11.1 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 Purchasina Manaaer if anv lanauaae. requirements, etc.. or anv
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
Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be
made.
11.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL
INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE
SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID
CLOSING DATE AND ADDRESSED TO:
BRUCE MACNAIR, SENIOR BUYER
City of Lubbock
1625 13t' Street
Lubbock, Texas 79401
Fax: (806) 775-2164
Email: BMacnair@mail.ci.lubbock.tx.us
12 TIME AND ORDER FOR COMPLETION
12.1 The construction covered by the contract documents shall be fully completed within ONE HUNDRED
FIFTY (150) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued
by the City of Lubbock to the successful bidder.
12.2 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.
13 PAYMENT
J All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
14 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.
J
3
15 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.
16 GUARANTEES
16.1 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).
V 16.2 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.
16.3 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.
1 16.4 The warranties contained herein are separate and discrete from any other warranties specified in this
1 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.
17 PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his use
during construction. Plans and specifications for use during construction will only be furnished directly to the
Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or
others, as required for proper prosecution of the work contemplated by the Contractor.
18 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.
19 TEXAS STATE SALES TAX
19.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
1 of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
19.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
i materials to be incorporated into the work without paying the tax at the time of purchase.
1 20 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
1 way as to exercise due care to locate and prevent damage to all underground pipelines, ut"ity lines, conduits or
1{ 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.
21 BARRICADES AND SAFETY MEASURES
`=ti 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
4 _ 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.
22 EXPLOSIVES
j 22.1 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.
22.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
22.3 In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such
notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
23 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
l telephone number where such local representative may be reached during the time that the work contemplated by
wJ this contract is in progress.
24 INSURANCE
J24.1 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
i and written notice of cancellation or any material change will be provided ten (10) days in advance of
j cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right
to subrogation. The Contractor shall procure and cant' 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.
24.2 The insurance certificates furnished shall name the City as an additional insured, 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.
25 LABOR AND WORKING HOURS
25.1 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 Article 5159a, Vernon's Annotated Civil
Statutes 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 these contract
documents does not release the Contractor from compliance with any wage law that may be applicable.
Construction work under this contract requiring an inspector will not be performed on weekends or
holidays unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a
diligent effort to complete the contract within the allotted time.
25.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
weekends or holidays will be made by the Owner's Representative.
25.3 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.
26 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount,
not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the
work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or
Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his
classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the
copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made,
or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees
according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which
schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on
whose behalf this contract is made, ten 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.
27 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
I bidder without being considered.
6
28 PREPARATION FOR BID
28.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to
do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly
and legibly, or typewritten. In case of discrepancy between the price written in words and the price written
in figures, the price written in words shall govern.
28.2 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
give. 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.
J 28.3 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:
28.3.1 Bidder's name
28.3.2 Bid for (description of the project).
28.4 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.
28.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been
opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE,
ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
29 BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
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.
30 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
J 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 bidders qualifications. The City of Lubbock may make reasonable investigations
J 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 City of Lubbock
reserves the right to reject any bid 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.
7
(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.
31 BID AWARD
31.1 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 plus the sum
of any Bid Options the City mev select.
31.2 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.
31.3 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.
31.4 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.
31.5 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.
31.6 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.
9
BID SUBMITTAL
BID SUBMITTAL
LUMP SUM BID CONTRACT
DATE: J�� JY
PROJECT NUMBER: #053-02/BM - PATRIOT PLAZA PARKING LOT
Bid of Al LL 1_/J 1;1" Lt itg- Cc n 5 i�(✓ =4, s.s.. E VC I (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of a PATRIOT PLAZA PARKING LOT 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 price to cover all expenses incurred in performing the work required
under the contract documents.
BASE BID: Complete entire project as shown on plans and as specified.
,
MATERIALS: _c. i Nu nlrri Seyi.!t ��%�k
SERVICES:.t�.y�ft.!* if�c.�.��{nte �i,��,5..�( ���e.{! �eVt� rh.r�P y/��a ($�7 L7 )
TOTAL BASE BID:�Jh�1-lund(RAIAgA45--V llu���QCnNA,,nJre_J Ab,,a-, r.3.�($ tct 9q r )
K
OPTION #9: Coal tar sealer/rejuvenator, as specified.
MATERIALS:. FCIJ r_1 Lae j Pik c 'dJrfA l '.l�i:AN If D��C.a `�� S �'?1•' , C `J )
SERVICES:
i,r 16)yuS'e_, 'l Eu, 11,,14 2LC 41r:4�+ e.' �l/tL 0; `7 5 3L%
TOTAL OPTION#1 {ADD):'z'evfn%y 5, a,t 'r//,, ($
OPTION #2: Color additive for concrete flatwork, as specified.
MATERIALS:t.I�� :
No-- u, J21er f gu"J(z fLaLlq �cJF' C..,. l 23/ {9.
SERVICES: �(��P ei
�.C�"e �v�cJ,Sc..l% l L�f{ f �
TOTAL OPTION #2
OPTION #3: 24" brick bench wall between the parking lot and the driveway, as specified.
r _ _
MATERIALSS w��, r���� S,x�v 111 OVA e. ,"_ J (9; � (� o(c
i SERVICES: �w�ti�.! If�au�,t<..Q•JrX�V /�f",nE i- 5�(ie� {9; (J �G �C� )
TOTAL OPTION 43 ADD : � t/ a j l l; i 2 L �',
OPTION #4: Tree downlighting and all related items, as specified.
MATERIALS: 71
rt 1 VV o V�>4,..
�w �� �/ i v t
($
0 Z 5, C%0 )
SERVICES:
TOTAL OPTION #4 (ADD): 'C�; V rr
OPTION #5: Electrical receptacles and all related items, as specified.
MATERIALS: J 10T In 6 u,
SERVICES:
Z� -7
TOTAL OPTION #5 (ADD):�i V 41 pUS 6,Jr lyf�- _ 00 )
TOTAL BASE BID & OPTIONS: _ �/
MATERIALS: F. du.,lr,A rl,M($j%�-
SERVICES: 6-f U,iJ"s�t'r
TOTAL BASE BID & OPTIONS:+II;4._ /..�,,,1-,�lTl,<r �•r,�,;�tie,>«d 5a., (j,,bij,
r "o 0X
(Amount shall be shown in both words and numerals. in case of discrepancy, the amount hown in word shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within 150 (ONE HUNDRED FIFTY) consecutive
calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to
pay to Owner as liquidated damages the sum of $500.00 (FIVE HUNDRED) for each consecutive calendar day in excess
of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the
contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the
bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all
necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of 5 `y% F k C2� o��, 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 fifteen (15) days after the date of
receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid
price. THEREFORE, ANY CORRECTIONS TO THE BID
PRICE MUST BE MADE ON THE BID SUBMITTAL FORM
PRIOR TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTEST:
4r,4�
Bidder acknowledges receipt of the following addenda:
Addenda No. I Date a-S ,�0�—
Addenda No. 2 � Date 14 � vav
Addenda No. 3 Date an , 2 . 10 0-I,-
Addenda No. DateT��
M/WBE Firm:
Date: 4 prJ �f�C
_y t
�7 &Id
Authorized Signature
41, LZ&t -R, u`tl. , P ,
(Printed or Typed Name)
l L i.r BvYI Le�SY-CriL
Company
t0Z4 S. La.s�a�z&,
ddress %
So �_,..Vu(obnck
City- County
l `e 1c A-S , -1 ,i A &
State Lip Code
Teleph�ne: Cb -7 L(S � 41 9
Fax: ,b --7 4 <-- Z5-7 -7.
1.
2.
3.
4.
5.
6.
7,
8.
9.
10.
LIST OF SUBCONTRACTORS
W )rity Owned
Yes No
A,aQtc,4,j ler-c my d ❑
p SIcN ❑
��,Ve��A Sty,
a L�
} 1, ("A a 5 0 A r 1 ❑ Er
❑ ❑
4
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bid Submittal
I, the undersigned Bidder, certify that the insurance requirements contained in this bid doc,,.ment 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 fifteen (15) 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/proposal.
Contractor (Signature) Contractor (Print)
CONTRACTOR'S FIRM NAME: _'—\ VW-1 A.
(Print or Type )
CONTRACTOR'S FIRM ADDRESS: L� �- y��. Q<`_�V)6 r��
Name of Agent/Broker: c
Address of Agent/Broker: G
Q
a= City/State/Zip:L�&A)
Agent/Broker Telephone Number. O ��
1 Date:_
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bidlproposal and
award the contract to another contractor. If you have any questions concerning these requirements,
please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165.
BID #053-021BM - PATRIOT PLAZA PARKING LOT
5
NORTH AMERICAN SPECIALTY
INSURANCE COMPANY
Bond No.
KNOW ALL BY THESE PRESENTS that Allen Butler Construction, Inc.
BID BOND
(AIA 310)
as Principal, and NORTH AMERICAN SPECIALTY INSURANCE COMPANY, a New Hampshire corporation,
as Surety, are held and firmly bound unto City of Lubbock, Texas
as Obligee, in the sum of Five Percent of Greatest Amount Bid ------------------------------------------
------------------------------------------------------------------------------------------------------- Dollars (5%)-------- )
for the payment of which sum, well and truly to be made, the Principal and Surety bind themselves, their heirs,
executors, administrators, successors and assigns, jointly and severally, firmly be these presents.
WHEREAS the Principal has submitted a bid for Patriot Plaza Parking Lot
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a
Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be
specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of
such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the
event of the failure of the Principal to enter into such Contract and give such bond or bonds, if the Principal
shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said
bid and such larger amount for which the Obligee may in good faith contract with another party to perform the
Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and
effect.
Signed, sealed and dated April 4, 2002
Allen Butler Construction, Inc.
1` ll By
NORTH AMERICAN SE7TY INSURANCE COMPANY
By
Attorney -in -Fact
REV 6/8/00
NAS SURETY GROUP
1
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
the laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca,
Illinois, each does hereby make, constitute and appoint:
KEVIN DUNN, CARA D. HANCOCK, FRED DAVIS
AND HAROLD D. BINGGELI
JOINTLY OR SEVERALLY
-� its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be'required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the
amount of: TEN MILLION (10,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 24th of March, 2000:
"RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any
Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power
of Attorney to execute on behalf of the Company, bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to
attest to the execution of any such Power of Attorney, and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached.
By
Paul D. Amstutz, President & Chief Executive Ofncer of Washington International Insurance Company & ••• ty='
Vice president of north American Specialty Insurance Company - O • CORPORATE
L� a� SEAL `off
�.ti, uiiiotu , aa�:
B ,��� ••w... ..••''�a,
Steven P. Anderson, Sr. Vice President orwashington international Insurance Company & f''•rrssr* tstH+++,
Vice President of north American Specialty Insurance Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 10 day of December .2001
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of DuPage ss:
10 day of December 20 01 , before me, a Notary Public, personally appeared Paul D. Amstutz President and CEO of
Washington International Insurance Company and Vice President of North American Specialty Insurance Company and Steven P_ Anderson
Sr. Vice President of Washington International Insurance Company & Vice President of North American Specialty Insurance Company, personally known
to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of, and acknowledged said instrument to be
the voluntary act and deed of, their respective companies.
OFFICIAL SEAL
YASMfN A PATEL - (/
IO'rAr1N rVtJC, aRAtt Oi n.erlADlt
~O------------- as- — Yasmin A. Patel, Notary Public
I, James A. Carpenter Vice President & Assistant Secretary of Washington International Insurance Company and the Assistant Secretary of
North American Speciality Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given
by the companies, which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 4th day of April 20 02
James A. Carpenter, Vice President & Assistant Seerclary of Washington International Insurance Company &
Assistant Secretary or Norlh American Speciality Insurance Company
J
Mar-29-02 DT:IBpm From -CITY OF LUBBOCK-PURCHASING,
805Tunu T-412 P-06/12 F-490
ITB # 053.02lBM, Addendum # 2
City of.Lubbock
PURCHASING 09PARTMENT
WOM L04, MUNICIPAL BUILDING
162519m STREET
LUBBOCK. TEXAS 76401
PH: (ON) 775.2167 FAX ($Da) 775-2164
http://purchasing.d.lubbock.tx.us
FAILED TO VENDOR:
CLOSE DATE:
ADDENDUM ##1
(TB # 053-02JBM
Patriot Plaza Parking Lot
March 8, 2D02
April 4, 2002 @ 2.00 P.M.
The following Items take precedence over specifications for the above named Invitation to Bid (ITB). Where any
Rem called for in the ITB documents is supplemented here, the original requirements, not affected by this
addendum, shell remain in effect.
14. Amount of refundabia deposit for plans and specifications is changed from $60.00 per set to $1100.00 per set.
15. Time for completion is changed from 210 consecutive calendar days to ONE HUNDRED FIFTY (150)
CONSECUTIVE~ CALENDAR PAYS.
All requests for additional information or clarification must be submitted in writing and directed to:
Questions may be faxed to:
or Email to:
ITB #053.02/Bmad2
Bruce MacNair, Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 7W7
(S06) 775-2164
amacnatr(Dmall.ci.iubpack.tx us
THANK YOU,
CITY OF LUBBOCK
Bruce MacNair
Senior Buyer
PLEASE (RETURN ONE COPY OF THIS ADDENDUM WITH YOUR 810.
llar-2B-O2 0T:18cm From -CITY OF LUBSOCK-PURC!IASIN; M7752154 T-412 P.07/12 :-60
t, J
�
10
\ '
,`�� ��
`�� ,.\�
�;
Nor
; r`•
�..
xe
:a
GENERAL NOTES
A EXISTING %, PRIMARY SERVICE THAT EXTENDS FROM VAULT TO
A SNAIL FAA 8JILDMO LDCATED NORTHWEST OF THE VAULT WILL BE
ABANDONED BY LPkL AS PART OF THIS PR=T, CONTRACTOR 90.1.
COORDINATE WHIT LPdL AND FAA FOR Ttf (i=NNECTION DF SECONOARY
SERVICE ENTRANCE CONDUCTORS TO THE BUILDING FROM THE NEIV
TRANSFORMER INSTALLED BY LPkL.
8 THS CONTRACT SHAD. INCLUDE CLOSE COORDINATI014 WITH LP&. FOR
ALL WORK TO EE AG DINIPUSHED BY LPBL.
C AT All. LOCATIOWS Wha EXISTING UGFif FIXTURES ARE BEING DEMOLISHED,
COME' ZELY REMOVE ALL ASSOCIATEA WIRING AND CONDUIT.
DEMOLITION NOTES
REMOVE EXISTING CONSTRUCTION AS INDICATED BY:.-"�
1 REMOVE EXISTING POLE AND L.ICNT, TO INCLUDE ALL NIRE, CONDUIT,
CONTROL DEVICES ASSOCIATED WITH THESE FIXTURES.
2 EXISTING TRANWFOWri VAULT EQUIPMENT TO BE REMOVED BY OTHERS.
Project Nome: PATRIOT PLAZA PARKING LOT Sheets ADDENDUM 1
Project Aadress: LUBBOCK INTL. AIRPORT Issue Dote: 3/27,/02
LUBBOCK. TX Revisions:
PSC Project #-.01-2721-01
War-28-02 07:19PM From -CITY 0: JIBSOCK-PURCHASM
90575ZIN T-412 PAB/IZ ;-490
U U�,
Lac
SCALE: 1" - 800'
Rcct Nwm- PATRIOT PLAZA PARXWG LOT Sheet: ADDEUDW I
Proo Address: LLWQa, INTL. AIRPORI kstua Raft: 3/27/02
TX
L! PSC Ptojed f-01-2721-Ot
Mar-2a-02 OT:20Pm From -CITY OF LUBBOCK-PURCHASIN;
a06775'2164 T-412 P.02/12 =-420
s' i
SA1Y CUT t t y
EXISM
SURFACE 1�
Expo f
SASE ZRTUmjNM PRU!
AND TACK
-I' HOT wx ASPHALT SURFACE COURSE
IIt ODE x 1 1 f4" DEEP J04T�
10 BE SAWED AND SEAIED 14 6AR 8 12. O.C. F.W.
E6
71ICREND EDGE
Th11CKEN0 EDGE SEE DEfAI: C2/010
SEE DETWL OSIC10 SEE TYP CONCRETE SEE TYP ASPHALT
PAVD.ENT SECTION PAKAiF$ SEC116N
no sc TYP DRIVEWAY IEOTION
Project Name: +PATRIOT P1A7/+ PARKING r_OT Stleet' __ -_... ADDENDUM T
Froject Andress: LL1880CK INTL, AIRPORT Issue Datw 3127/02
LUBBOCK, TX Revisions:
PSC Project 0.01-2721-01
Mar-29-02 07':20pm From -CITY OF LUBBOCK-PURCHASIN;
9067752164
T-412 P.10/12 ;-4;0
SEE NOIE I
NOTE
1, REMV, AND REPLACE STOP SIGNS
SEE DETAIL 14S SHED
I—
Pipjed Nmw PATRIOT PLAZA PARKING LOT Wet: ADMNDUM I
"Id Address: LUBKCK Wtl.AIRPORT bmw DoW 3/27/02
LUEMCK, TX Revis;ow
RSC Projtrnt
Nor-23-02 07:14pm From -CITY OF LUBBOCK-PURC4S11ru
i306i7521ii4 T-412 p.01112 =-400
ITS # 063-021BV, Aldendim # 2
City of Lubbock
PURCHASING DEPARTMENT
ROOM l404, MUNICIPAL BUILDING
1125 ' 3 " STR1=ET
LUBSOCK, TEXAS 7Q4MI
PF?: (om) 775-2167 FAX: (BOB) 775-2164
http'/lpurdissing.ol.lubbock.tx.4e
MAIL-ED TO VENDOR:
CLOSE DATE:
ADDENDUM # 2
ITB # 053-021BM
Patriot Pizza Parking Lot
March 26, 2002
April 4, 2002 rum 2:00 P.M.
The following items take precedence over specifications for the above namee Invitation to Bid (ITB). Where any
item called for In the ITS documents is supplemented here, the original requirements, not affacted by this
addendum, shall remain in effect.
1. Addendum #1 (attached) was published for Internet advertisement only and does not affect the contract
documents.
2. In the Section, 'GENERAL INSTRUCTIONS TO BIDDERS" add paragraph 32 DISADVANTAGED
SLISINISS ENTERPRISF-11138C) REQUIREMENTS (below) in its entirety.
32, DiQADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS
32.1 The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this ITB, Disadvantaged Business Enterprises (DBE's) will be afforded equal opportunities to
submit bids and will not be discriminated against on the grounds of race, color, sex, dleability, or
national origin in consideration of an award,
32.2 A DBE Is defined as a small business concern which is at least 51 % owned and controlled by one
or more socially and economically disadvantaged individuals, or in the case of any publicly owned
business, at least 51 % of the stock of which is owned by one ore more socially and economically
disadvantaged individuals. Socially and economically disadvantaged include Women, Black
Americans, Hispanic Americans, Native Americans, Asian -Pacific Americans, and Asian -Indian
Americans,
32.3 Good Faith Efforts (Information to be submitted)
City of Lubbock treats bidders' compliance with good faith efforts requirements as a matter of
A responsiveness.
Each solicitation for which a contract goal has been established will require the bidders/offerors to
submit the following information with its bid as a condition of responsiveness:
1. The names and addresses of DBE firms that will participate in the contract;
2. A description of the work that each DBE wIA perlorm;
3. The dollar amount of the participation of each DBE firm participation;
4. Written and signed documentation of commitment to use a DBE subcontractor whose participation it
submits to meet a contract goal;
5. Written and signed confirmation from the DBE that it is participating in the contract as provided in the
prime contractor's commitment; and
6. If the contract goal Is not met, evidence of good faith efforts.
32.4 Demonstration of good faith efforts
The obligation of the bidder Is to maKe good faith efforts. The bidder can demonstrate that it has
done so either by meeting the contract goal or documenting good faith efforts. Examples of good
faith efforts are found In Attachment 7 of the Airport's DBE plan,
htlinWourcha sing. oi.lu bl3ock. tx. usivendor. htm.
ITS #D53-02fsmad2
mar-28-02 OT:15pm From -CITY OF LUBBOCK-PURCHASING 806TT52164 T-412 P 02/12 =-W
iT8 # 063-02/B1✓, Addendum # 2
The fallowing personnel aria re6ponsibie for determining whether a bidderwho has not met the
contract goal has documented sufficient good faith efforts to be. regarded as responsive: Persons
assigned to evaluate bids or proposals as specified on the City's "Request to Solicit Competitive
Bids or Proposals — Procurement Document Submittal Form."
We will ensure that all information is complete and accurate and adequately documents and
bidder's good faith efforts before we commit to the performance of the contract by the bidder.
32.5 Administrative reconsideration
Within 10 days of being informed by City of Lubbock that it is not responsive because it has not
documented sufficient good faith efforts, a bidder may request adminiWative reconsideration.
Bidders should make this request in writing to the following reconsideration official, victor Kalman,
Purchasing Department, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. The
reconsideration official will not have played any role in the original deterrnination that the bidder
did not makeidocument sufficient good faitn efforts.
As part of this reconsideration, the bidder will have the opportunity to provide written
documentation or argument concerning the issue of whether it met the goal or made adequate
good faith efforts to do so. The bidder will have the opportunity to meet in person with our
reconslaamtion official to discuss the issue of whether it met the goal or made adequate good
faith efforts to do so. Ws will send the bidder a written decision on reconsideration, explaining the
basis for finding that the bidder did or did not meet the goal or meke adequate good faith Efforts to
do so. The result of the reconsideration process is not administratively appealable to the
Department of Transportation.
32.6 Good Faith Efforts when a DBE is replaced on a contract City of Lubbock will require a contractor
to make good faith efforts to replace a DBE that is terminated or has othenvise failed to complete
its work on a contract with another certified DBE, to the extent needed to meet the contract goal.
The Cfty will require the prime contractor to notify the DBE Liaison Officer (DBELO) Immediately of
the DBE's inability or unwillingness to perform and provide reasonable documentation.
In this situation, we will require the prime contractor to obtain our prior approval of the substitute
DBE and to provide copies of new or amended subcontracts, or documentation of good faith
efforts. If the contractor fails or refuses to comply in the time specified, our contracting office will
issue an order stopping all or part of payment/work until satisfactory action has been taken. It the
contractor still fails to comply, the contracting officer may issue a termination for default
proceeding.
32.7 Counting DBE Participation
The City will count DBE participation toward overall goals as proviaed in 49 CFR 26.55.
32.8 Certification
The DBELO will use the certification standards of Subpart D of par, 26 and the certification
procedures of Subpart E of part 26 to determine the eligibility of firms to participate as DBEs in
DOT-asslsted contracts. In addition, the Department of Aviation has approval from Cltlbus, the
Cfty's transit authority and the Affirmative Action and Contract Compliance Division of the City of
Houston, Texas to assist in apptying certification standards. To be certified as a DBE, a firm must
meet all certification eligibility standards, The City will make their certification decisions based on
the facts as a whole.
-� 32.9 Process
The City's certification application form and documentation requirements are found in Attachment
5 of the Airporr s DBE Plan.
For information about the certification process or to apply for certification, firms should contact.
Mark Earle, Director of Aviation, Lubbock International Airport, Rt, 3 Box 389, Lubbock, Texas
79403, 8O6f776-3126, mearie mail,gj,jubbock.tx.us.
In the event the City proposes to remove a DBE's certification, the CIt, will foifnvr prooaduras
consistent with 26.87. Attachment 6 to the Airport's DBE Plan sets forth these procedures in
detail. To ensure separation of functions In a decertification, the City has determined that the
Purchasing Manager will serve as the decision maker in decertification proceedings. The City has
lTs N053.02JBrnac2
Mar-23-02 07:ISPM orom-CITY OF LUBBOCK-PURC`lASlU 306T752164 T-412 P.03112 :-490
17B # 053-0?0M. Addendum # 2
established an administrative "firewill" to unsure that the Purchasing Manager w,li not have
participated in anyway in the decertification proceeding against the firm (including the decision to
initiate such a proceeding).
If the City denies a firm's application or decertifies it, the firm may not reapply until 12 months
have passed from our action.
32.10 Certification Appeals
Any firm or complainant m ay appeal the City's decision in a certification matter to OOT. Such
appeals may be sent to:
Department of Transportation Office of Civil Rights Certification Appeals Branch, 4W 7to
St., SW, Room 2104, Washington, DC 20590.
The City will promptly implement any DOT certification appeal decision affecting the eligibility of
DBEs for all DOT -assisted contracting (e.g., certify a firm if DOT has determined that our denial of
its application was erroneous).
32.11 "Recertlf cations'
The City will; review the eligibility of DBEs that the City might have certified under former part 23,
to make sure that they meet the standards of Subpart D of part 26. The City will complete this
review within four years beginning October, 1992. In order to comply with requirements of re-
certification each currently certified DBE the airport works with as well as any new applicant for
certification will be required to submit a Statement of personal Net Worth as shown in Exhibit 9 of
the Airport's DBE plan.
For firms that the City has certified or reviewed and found eligible under part 26, the City will
review their eligibility every five years following the date of their certification, These reviews will
include the following components,
1. The City of Lubbock will require that the firm complete a new DBE Certification Form.
2, The City of Lubbock may use on -site visits where necessary to make proper
determinations.
3. The City of Lubbock will use any discretion to certify a firm on reliance of the decisions
made by DOT or another recipient, to make an independent certification decision based
on additional documentation provided by another recipient or to require the applicant to
proceed through our application procedure without regard to the action of the other
recipient
4. City of Lubbock reserves the right to determine recertification procedures on a case -by -
case basis.
32.12 "No Change' Affidavits and Notices of Change
The City will require ail certified DSEs to inform the DBELO, in a written affidavit, of any change in
its circumstances affecting its ability to meet size, disadvantaged status, ownership or control
criteria of 49 CFR part 25 or of any material changes in the information provided with the DBE's
application for certifi(-,ation.
The City will also require all owners of all DBEs the City has certified to submit, on the anniversary
date of their certification, a "no change" affidavit meeting the requirements of 26.830). The text of
this affidavit is the following:
I swear (or affirm) that there have been no changes in the circumstances of [name of DBE firm]
affecting its ability to meet the size, disadvantaged status, ownership, or control requirements of
48 CFR part 26. There have been no material changes in the information provided with [name of
DBEI's application for certification, except for any changes about which you have provided written
notice to the City of Lubbock under 26.83(t). [Name of firm) meets Small Business Administration
(SSA) criteria for being a small business concern and its average annual gross receipts (as
defined by SBA rules) over the firm's previous three fiscal years do not exceed 416.6 million,
The City w1AU require DScs to submit wifh this affidavit documentation of the firm's size and gross
receipts.
.1 ITB #053.02iFima42
Mar-28-02 OT:ISpin From -CITY OF LUROCK-PURCHASING 806TT5Z164 T-412 P 04/12 c-440
ITB # 05"ZBM, Addendum # 2
The City will notify all currently certified DBE firms of these obligations by newsletter or direct mail
beginning October, 2000. This notification will Inform DBEs that to submit the "no charge"
affidavit, their owners mLst swear or affirm that they meat all regulatory requirements of part 26,
including personal net worm. Likewise, 6 a firm's owner knows or should know that he or she, or
Ma firm, fails to meet a part 26 eligibility requirement, the obligation to submit a notice of change
applies.
32.13 Bidders List
The City of Lubbock will create a bidders list, consisting of information about all DBE end non -
DBE firms that bid or quote on DOT -assisted contracts, The purpose of this requirement is to
allow use of the bidders list approach to calculating overall goals. The bidders list will include the
name, address, DBElnon-DSE status, age, and annual gross receipts of firms.
The City will collect this information in the following ways: a notice in all solicitations and direct
request to frrms quoting on subcontracts to report information directly to the DBELO. The City of
Lubbock will work closely with all prime bidders in order to collect necessary information of all
firms who quote to them on contracts.
32,14 Monitoring Payments to DBEs
The City will require prime contractors to maintain records and documents of payments to DBEs
for three years following the performance of the contract. These records will be made available
for inspection upon request by any authorized representative of the City of Lubbock or DOT. This
reporting requirement also extends to any certified DEE subcontractor.
The City will keep a running tally of actual payments to DBE firms for work committed to them at
the time of contract award.
The City will perform interim audits of contract payments to DBEs. The audit will review payments
to DHE suboontraetors to ensure that the actual amount paid to DBE subcontractors equals or
exc;eeds the dollar amounts stated in the schedule of DBE participation.
32.15 Reparting to DOT
The City will report DBE participation to DOT annually on Form 4630, as modified for use by FAA
recipients.
3. Tree Grates: Tree grates shall be East Jordan iron Works -- Mqdel 8710 Star or approved equal.
4. "SEWER" Manhole Lids: The two manhole lids that read "SEWER" have been identified as electrical
manholes, Therefore, we are aware of no additional sewer service than what is currently shown within the
project limits.
5. Brick Material; THE OWNER WILL iM BE SUPPLYING THE BRICK AS DISCUSSED AT THE PRE-810
CONFERENCE. All brick and related items necessary to completely install the brick shall be provided by the
contractor and included in the contractor's bid price. THE OWNER WiLL NOT PROVIDE ANY MATERIALS
FOR THIS PROJECT, Also, please note the following color bland change to Specification Section 042DO —
UNIT MASONRY.
2.3 D -1 shall read
Endicott Coppertone TK (light) — 80%
Endicott 'Medium Ironspot" #46 TK (dark) — 2D%
• 2.3 D — 2 remains the same
6. Weekly Progress Meetings: Weekly progress meetings as defined in Speciai Provision #33 will be held on a
weekly basis, rather then every 2 weeks.
7. Light Pole Demolition — Sheet El: Refer to the attached drawing for the correct light pole demolition. The
two (2) poles shown to be demolished shall match the light pole demolition requirements shown on Sheet C1.
jPrB #053-0218rnad2
lAar-2il-O2 OT:1Tom From -CITY 0= :JBBOCK-PURCiWN5 308752164 T-412 P.05/12 =-490
ITB # 053.02�BK Atoendum # 2
8. Clarification to general note "A" on sheet E1: The initial intent of general note "A" on sheet E1 is that, Inciuded
in the contract, is the reconnection of the secondary service entrance serving the existing FAA building. LP&L
will replace the primary and existing transformer with a new pad -mount. The contractor shall coordinate with
LP&L and reconnect the secondary as required. Both primary and secondary services will be in place at that
time and only reconnection of secondary to transformer will be required of this contractor. SEE ATTACHED
DRAWING FOR LOCATION OF FAA BUILDING,
9. Driveway Thickened Edge and Dowel Details: Refer to attached drawing for the revised driveway detail.
Dowel details C5IC11 and 61/C11 are not required for this project.
10, Stop Sign Replacement: The contractor shall remove and replace the existing stop signs for the north and
southbound lanes at the intersection of the Westport Access Road and the Patriot Plaza entrance road. This
item shall consist of two (2) 'Stop" signs, two (2) "One Wei' signs, two (2) poles, and all related mounting
equipment. Refer to the attached drawing for Installation location and for a detail of the new signs. Signs
shall be side -mounted in a manner consistent with all other signage on the project.
11. Demolition of Small Exit Booth: On demolltion of the small exit tooth, the owner is currently testing the building
floor tries for the presence of asbestos. If the test results are positive, the owner will remove the asbestos at
their cost and the contractor will be responsible for the remainder of the demolition. If the test results indicate
no asbestos, the contractor will be responsible for all demolition.
12. Coal -Tar Sealer/Rejuvenator: Make the following additions to Specification Section 02786 — COAL -TAR
SEALEWREJUVENATOR:
• 2.1 A shall remain the same
• 2.1 B shall read — "An acceptable supplier for the Coal -Tar Sealer/Rejuvenmor is BCSL Pavement
Services, Inc. — San Antonio, TX".
• The original 2.18 shall now become 2.1 C and shall read the same.
13. The electrical vault is to be removed and disposed of off -site, in its entirety. The hole is to be backfilled and
densified in 8-inch maximum lifts, as required by the specifications.
14. Sign -in sheets from Pre -bid meeting are attached.
All requests for additional information or clarification must be submitted in writing and directed to:
Questions may be taxed to:
or Email to:
Bruce MacNair, Senior Buyer
City of Lubbock
P.C. Box 2000
Lubbock, Texas 79457
(806) 775-2164
bmacnair§mail.ci.lubbock.b�.us
THANK YOU,
CITY OF LU660
BRUCE MACNAIR
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
!TB #053-021emad2 r ,
6
Aar-02-02 05:15pm From -CITY OF LUBBOCK-PURCHASIU
BOSTT52164 T-49B a-01/O1 F-561
ITS # 053-02/BM. Addendum # 3
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13T" STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-21 B7 FAX; (90) 775.2164
http Vlpumhaslns.ci.luhbock.bc. us
MAILED TO VENDOR:
CLOSE DATE:
ADDENDUM # 3
ITB # 053-02IBM
Patriot Plaza Parking Lot
April 2, 2002
April a, ZD02 Q 2:00 P.M.
The following items take precedence over specIfications for the above named Invitation to Bid (I76). Where any
Item called for in the ITS documents is supplemented here, the original requirements, not affected by this
addendum, shall remain in effect.
1, THE FOLLOWING CHANGES SHALL. BE MADE TO THE ORIGINAL DRAWINGS: On Sheet E5, Lighting
Fixture Schedule, fixture type uB,' pe ate "Devine CLB1-70W MH", "(1)—70WMH", and "aluminum bollard top
with galvanized anchor bolts for mounting on concrete bollard" references in their entirety. Contractor
shall refer to architectural sheet Al and Specifications Section 02851 for design and material requirements of
custom bollard.
All requests for additional Information or clarification must be submitted in writing and directed to:
Bruce MacNair, Senior Buyer
City of Lubbock
P.O. Box 2000
ILubbock, Texas 79457
Questions may be faxed to: (806) 775-2164
or Email to: bmacnair@ma0.cl.lubbock.tx.us
THANK YOU,
CITY OF LUBBOCK
CE�MACNAIR
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR Elf].
ITB #053-0218mad3
BID SUBMITTAL
LUMP SUM BID CONTRACT
DATE: 4- 4 2—
PROJECT NUMBER: #•053-02/BM - PATRIOT PLAZA PARKING LOT
7
Bid of 4 LL eAJ 9 L. 7G�.a2- C c n 5 I d ✓ --I' c-c., E vC , (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of a PATRIOT PLAZA PARKING LOT 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 price to cover all expenses incurred in performing the work required
under the contract documents.
BASE BID: Complete entire project as shown on plans and as specified.
MATERIALS:y ,, �iuu.,�rie�►�i►nt�vS y .,u�f!�($T� (�- �� )
SERVICES:
y yicD
TOTAL BASE BIDE Ak+�QAIIRIF&7,44 Tlutisc.-ef GAN!-Mjrej A%,�, t,,,143/�$�',`
OPTION #9: Coal tar sealer/rejuvenator, as specified.
MATERIALS: �,rff� t '.A, °5�c ($ 7I.' 6`5 )
SERVICES:�,�. I4iL�Sc .�� f r1[ 4�v✓��frP.r� *IL4 � �S/iaL ($
TOTAL OPTION#1 (ADD): rd1L (Gc�Sc �Sev n{�^��u �� "Via (y 'q 076 lU )
OPTION #2: Color additive for concrete flatwork, as specified.
MATERIALS:ff�e NL'-s4"AfeJIL!w.f 7
3/lec a '3 L{.Z'-.> )
SERVICES: / "� (} r
f'[ P. �ln n�5c ..r7 I G� (l.f �.nd�f P G� IGi Z3 / t C (9i 3 [ q )
TOTAL OPTION #/2 (ADD):;Sl X -7140
Cjh c _(9 t. • %, )
OPTION #3: 24" brick bench wall between the parking loi and the driveway, as specified.
MATERIALS:lw(��.5�. S rat y_ iV►
Sp
C-7
E �.��� /
($
_
SERVICES: )uy-f (ou r, �i •5+X V h4'in
•i �� �cr/o r o
o; c �
0�:Gj
CU )
TOTAL OPTION 43 (ADD): �d;?� v� o.� 5,:, . Q C�n
P � ,� � cAr e ' i ►_v��•i ; n E
2�
OPTION #4: Tree downlighting and all related items, as specified.
MATERIALS: f2 M ('l c �5 ,� �w �.. y �; v ($ t) iJ L`� , C, C, )
SERVICES:
TOTAL OPTION 44 (ADD): , 1 ( ot) c 6),
OPTION 45: Electrical receptacles and all related items, as specified.
MATERIALS: •-_ 1 —�uJ �Tn u J�,c�. �' S G'yy ,,, (�-t ,r vt.r F �'y ($ �� ,� `) &
SERVICES: It,,
TOTAL OPTION #5 (ADD): _t- i U.Q 1 �► o�S < ryK, _ ncJ� r e�l ($ , �Q t tiJ O )
TOTAL.. BASE BID & OPTIONS:
MATERIALS: 1t��r i�u,drt� �,.Ci✓�2=XTkc„s�•,.t�kj t!�»�(rcdS�x..y �t/db($��. Z� )
SERVICES:
TOTAL BASE BID & OPTIONSA,,r /(L �u(Ti�;.cu�6d+>�M Saoy. id,,..}�, ($
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in word9 shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within 150 (ONE HUNDRED FIFTY) consecutive
calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to
pay to Owner as liquidated damages the sum of $500.00 (FIVE HUNDRED) for each consecutive calendar day in excess
of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the
contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the
bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all
necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him.
2
4�
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of �. `7o e, 4- f7? ,o 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 fifteen (15) days after the date of
receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid
price. THEREFORE, ANY CORRECTIONS TO THE BID
PRICE MUST BE MADE ON THE BID SUBMITTAL FORM
PRIOR TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda
Addenda No. 1 Date . ? �$ v a
Addenda No. Z Dated T,a ov •z,
Addenda No. 3_ Date
Addenda No. Date
Date: N Ar; i a , a-&o'�'
X, (AJ61�I, 1-'c�
Authorized Signature
/31,LEM "u—'I' (—
(Printed or Typed Name)
A i.Li-,w tsiLC.Q 9 E S"(, Al L
Company
tt Zq S , L psi-iozz- 7 Z
ddress 111
*11'1450`ylobo c (c
d---
CityCounty
1 xis •-7114, to
State Lip Code
Telephgne: 0
6 - % clS -7�t�i
Fax: -7qS-'7-iJ7
MIWBE Firm: Woman Black American Native American
Hispanic American Asian Pacific American Other S ecif
IMF
1
KA
3.
4.
5.
6.
8.
9.
10
LIST OF SUBCONTRACTORS
Mi-.)rity Owned
Yes No
r-4AJ 0
-P(D
T�(- Pt-vev&voe�4 Stir.
-D � L- r'-A a 5 , "V r 1
0 D
D 0
4
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bid Submittal
1, the undersigned Bidder, certify that the insurance requirements contained in this bid dor.,.. ment 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 fifteen (15) 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/proposal.
\i ty'-
Contractor (Signature) Contractor (Print)
CONTRACTOR'S FIRM NAME: I \ ` 1C' ,(� - )1 i,
CONTRACTOR'S FIRM ADDRESS:
Name of Agent/Broker: c
Address of Agent/Broker:
City/State/Zip:
(Print or Type )
L)
-J --1-
Agent/Broker Telephone Number.
Date: --
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid/proposal and
award the contract to another contractor. If you have any questions concerning these requirements,
please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165.
BID #053-02/BM - PATRIOT PLAZA PARKING LOT
5
BOND CyECr-
B:ST RATING ft
LICENSED IN T�°A.S
E�TE. g�� BY
-4�
PAYMENT BOND
Bond No. 177 463
1 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021 (a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
KNOW ALL MEN BY THESE PRESENTS, that Allen Butler Construction, Inc. (hereinafter
called the Principal(s), as Principai(s), and
North American Specialty Insurance Company
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Nine hundred thirteen thousand, seven hundred twenty eight& 49/100--------d---------
Dollars ($ 913,728.49-- )lawful money of the United States for the payment whereof, the said Principal and Surety bind
themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 25th day of
April , 2002 to #053-02BM - Patriot Plaza Parking Lot
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
i contract, then, this obligation shall be void; otherwise to remain In full force and effect;
l
PROVIDED, HOWEVER, that this bond Is executed pursuant to the provisions of Section 2253.021 (a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
25th day of April 2002
North American Specialty Insurance Company
y� Surety
*By:_
'j Kevin Dunn Attorney -In -Fact
Allen Butler Construction, Inc.
Principal
By: l
11�3L-
(Title)
By:
(Title)
By:
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates Kevin Dunn an agent resident in Lubbock County to whom any requisite notices may be
delivered and on whom service of process may be had In matters arising out of such suretyship.
North American Specialty Insurance Company
Surety
By:
,L-
Kevin Dunn , Attorney -In -Fact
Approved as to form:
City of Lubbock /J
By:
Ci Attorney
• Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
l NAS SURETY GROUP
lk NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
J KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
the laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington international
Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca,
Illinois, each does hereby make, constitute and appoint:
KEVIN DUNN, CARA D. HANCOCK, FRED DAVIS
AND HAROLD D. BINGGELI
JOINTLY OR SEVERALLY
its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the
amount of. TEN MILLION (10,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
71
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 24th of March, 2000:
"RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any
Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power
of Attorney to execute on behalf of the Company, bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to
attest to the execution of any such Power of Attorney, and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached.
/J ,) t..p,nnn,,,,��
By
Paul D. Amstutz, President & Chief Executive officer of Washington International Insurance Company & r tyS
Vice President of North American Specialty Insurance Company CORP�
v� SEA
By
Steven P. Anderson, Sr. Vice President of Washington International Insurance Company &
Vice President of North American Specialty Insurance Company
} IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
Jj official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 10 day of December 2001
North American Specialty Insurance Company
Washington International Insurance Company
k State of Illinois
County of DuPage SS:
10 December 01
day of ,20 ,before me, a Notary Public, personally appeared Paul D. Amstutz ,President and CEO of
Washington International Insurance Company and Vice President of North American Specialty Insurance Company and Steven P. Anderson
Sr. Vice President of Washington International Insurance Company & Vice President of North American Specialty Insurance Company, personally known
to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of, and acknowledged said instrument to be
j the voluntary act and deed of, their respective companies. o1=PICiAL SEAL
111 Y/t�MIN A PATEL
MOTAIW a•As1q. nTATE Oi aLUr101n
MNON"°"""�` Yasmin A. Patel, Notary Public
I, James A. Carpenter Vice President & Assistant Secretary of Washington International Insurance Company and the Assistant Secretary of
North American Speciality Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given
by the companies, which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 25 thday of April 2002 .
i
James A. Carpenter, Vice President & Assistant Secretary of Washington International Insurance Company &
Assistant Secretary or North American Speciality Insurance Company
I IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact the Texas Department of Insurance to obtain
information on companies, coverages, rights or complaints at:
( 1-800-252-3439
jj You may write the Texas Department of Insurance:
a
P.O. Box 149104
y Austin, TX 78714-9104
FAX # (512)475-1771
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a. claim
you should contact the agent or the company first. If the dispute is not
resolved, you may contact the Texas Department of Insurance.
_1 ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become a part or
condition of the attached document.
L-D IV
t eT� £SAS
PERFORMANCE BOND
Bond No. 177 463
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021 (a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that Allen Butler Construction, Inc.
(hereinafter called the Principal(s), as Princlpal(s), and
North American Specialty Insurance ComDanv
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Nine hundred thirteen thousand, seven hundred twenty eight & 49/100------------------------
Dollars ($913,728.49--- ) lawful money of the United States for the payment whereof, the said Principal and Surety bind
themselves, and their heirs, administrators, executors, successors and assigns, Jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 25th day of
1 April , 2002 , to #053-02113M -Patriot Plaza Parking Lot
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.
4
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that If the said Principal shall
faithfully perform the work In accordance with the plans, specifications and contract documents, then this obligation shall
be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond Is executed pursuant to the provisions of Section 2253.021 (a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 25th
day of April , 2 00 _
North American Specialty Insurance Company Allen Butler Construction, Inc.
Surety Principayzij
By.iL. '4 By._ Kevin Dunn , Attorney -In -Fact Allen Butler, President (Title)
By:_,
(Title)
By:_
(Title)
The undersigned surety company represents that it Is duly qualified to do business in Texas, and hereby
designates Kevin Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and
on whom service of process may be had in matters arising out of such suretyship.
North American Specialty Insurance Company
Surety
By:�
Kevin Dunn Attorney -In -Fact
I
Approved as to Form
City of Lubbock
City Attorney
" Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney In Fact, we must have copy of power of
attorney for our files.
1
j NAS SURETY GROUP
Ij NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
1 KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
the laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca,
Illinois, each does hereby make, constitute and appoint:
KEVIN DUNN, CARA D. HANCOCK, FRED DAVIS
AND HAROLD D. BINGGELI
JOINTLY OR SEVERALLY
its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other Writings
1 obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the
amount of: TEN MILLION (10,000,000.00) DOLLARS
r. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 20 of March, 2000:
"RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any
-� Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power
of Attorney to execute on behalf of the Company, bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to
attest to the execution of any such Power of Attorney, and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached.
' \\N1U1111NI1y/j/
WTY/Ns/i�i��� 4
d���ppj10NA(� e�•.
yQ`�QPOp4jG i Y ` "• y'rG
1 Y2 Cts�
t7 SEAL Paul D. Amstutz, President & Chief Executive Officer of Washington International Insurance Company & y�,• • y �7G
m c Vice President of North American Specialty Insurance Company C.t�„ ' �Rp��� rn
ty 1973 =may $EkL a5
a
4�{I/IIUiI1l1N)�\\x0 By
\ Steven P. Anderson, Sr. Vice President of Washington International Insurance Company & ,r�'rs• „„*„„a�tv��, ,
! Vice President of North American Specialty Insurance Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 10 day of December 20 01
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of DuPage SS:
10 day of December 12001 , before me, a Notary Public, personally appeared Paul D. Amstutz President and CEO of
Washington International Insurance Company and Vice President of North American Specialty Insurance Company and Steven P. Anderson
Sr. Vice President of Washington International Insurance Company & Vice President of North American Specialty Insurance Company, personally known
to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of, and acknowledged said instalment to be
the voluntary act and deed of, their respective companies. , ,
OFFICIAL SEAL
YAWAN A PATEL
rant W swsc, sr�rn of n.tsssons
�OODN" "'�"°"11O` Yasmin A. Patel, Notary Public
I, James A. Carpenter Vice President & Assistant Secretary of Washington International Insurance Company and the Assistant Secretary of
North American Speciality Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given
by the companies, which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 15 t_ jay of April 2002 .
i
•111111111l�jjiiiiii-»
James A. Carpenter, Vice President & Assistant Secretary of Washington luternational Insurance Company &
Assistant Secretary of North American Speciality Insurance Company
CERTIFICATE OF INSURANCE
ACORD CERTIFICATE OF LIABILITY INSURANCE
04/25/2002
4/25MI 002
PRODUCER (915) 570-3456 FAX (915) 570-3450
Gallagher Inwest
110 N. Marienfeld St.
Suite 330
Midland, TX 79701
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURED Allen Butler Construction, Inc
#24 S. Lakeshore Drive
Ransom Canyon, TX 79366
INSURER A: Bituminous Casualty Co
INSURERB: Bituminous Casualty Co.
INSURERC: The Texas Fund (CompGroup AGC)
INSURER D:
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.
ILTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY 7MMIDDTIVE
PDATE MMlDD O
LIMITS
GENERAL LIABILITY
CLP3129717
12/01/2001
12/01/2002
EACH OCCURRENCE
$ 1,000,000.
FIRE DAMAGE (Any one fire)
$ 100, 00
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE D OCCUR
MED EXP (Any one person)
$ 5 , 00
A
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$ 2,000,00
POLICY j RO- LOC
AUTOMOBILE LIABILITY
CAP3129619
12/01/2001
12/01/2002
COMBINED SINGLE LIMIT
X ANY AUTO
(Ea accident)
$ 11000,000
BODILY INJURY
$
ALL OWNED AUTOS
B
SCHEDULED AUTOS
(Per person)
BODILY INJURY
$
X HIRED AUTOS
X NON -OWNED AUTOS
(Per accident)
PROPERTY DAMAGE
$
(Per accident)
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
EXCESS LIAMLITY
CUP2531459
12/01/2001
12/01/2002
EACH OCCURRENCE
$ 5,000,00
X OCCUR CLAIMS MADE
AGGREGATE
$
$
A
$
DEDUCTIBLE
RETENTION $ 10 r 00
$
WORKERS COMPENSATION AND
SF1074270-4
12/01/2001
12/01/2002
X TORYLIMITS ER
EMPLOYERS' LIABILITY
E.L. EACH ACCIDENT
$ 1,000,000
C
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
E.L. DISEASE - POLICY LIMIT
$ 11000,000
OTHER
CLP3129717
12/01/2001
12/01/2002
$250,000 any one item
A
eRented/quipmeleased
uipment
$600,000 per occurrence
DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
dditional Insured included in favor of certificate holder on General
Auto Liability policies. Waiver of Subrogation included on all
policies in favor of certificate holder as required by written
�ontract.
CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER: CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
City of Lubbock BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
PO Box 2000 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
Lubbock, TX 79457 AUTHORIZED REPRESENTATIVE D 1,
ORA'
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
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:
2
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)440- 3789 to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing
of any coverage agreements for all of its employees providing services on the project, for the
duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services. 0
CONTRACT
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 25th day of A !2, 2002 by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and ALLEN BUTLER CONSTRUCTION, INC. of the City of RANSOM CANYON,
County of LUBBOCK and the State of TEXAS hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID #053-021BM - PATRIOT PLAZA PARKING LOT - $913,728.49
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 Condition of 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.
ATTEST:
City'Secretary
AP ROVED A O CONTENT:
wner's Repres'eritative
APPROVED AS TO FORM:
r
�
City Attorney
ATTEST:
Corporate Secretary
CONTRACTOR:
AL C���I�,��II �j ul -LQ. l o io 5-r P— J c.T1 j
By:
PRINTED NAME: ati'&J
TITLETi2i's t 13 E 01
COMPLETE ADDRESS:
Allen Butler Construction, Inc.
#24 South Lakeshore Drive
Ransom Canyon, Texas 79366
GENERAL CONDITIONS OF THE AGREEMENT
^, GENERAL CONDITIONS OF THE AGREEMENT
l 1. OWNER
j Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of
l Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit ALLEN BUTLER CONSTRUCTION, INC. who has agreed to perform the work
embraced in this contract, or their legal representative.
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 H. DAVID JONES DEPUTY DIRECTOR PLANNING &
DEVELOPMENT, so designated who will 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 will 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 Certificate, 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
t
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
J
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 will look exclusively,to Contractor for any payments due
Subcontractor.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last
business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or
work described in words which so applied have well known, technical or trade meaning shall be held to refer such
recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
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 will
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 will not be required to make exhaustive or continuous onsite inspections to check the
quality or quantity of the work, nor will 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 will 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 by the Owner's Representative 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 will 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
will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless
destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be
replaced by the Owner's Representative at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the authority
to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The
Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work
which are to be paid for under the contract documents, and shall determine all questions in relation to said work
and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
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 will
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 will not be required to make exhaustive or continuous onsite inspections to check the
quality or quantity of the work, nor will 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 will 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 by the Owner's Representative 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 will 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
will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless
destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be
replaced by the Owner's Representative at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the authority
to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The
Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work
which are to be paid for under the contract documents, and shall determine all questions in relation to said work
Ji and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
1 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)
_l 2
Tcalendar 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, supervisor-- 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 a_11 directions
given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate
supervision by competent and reasonable representatives of the Contractor is essential to the proper performance
of the work and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms
or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
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
j work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
J 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 will be 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 will 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
will 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 bome by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective,
and shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not
in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
4
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 ncreased 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,
l together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
J Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
J Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be
J determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership
Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for
the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent
(15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit,
overhead, general superintendence and field office expense, and all other elements of cost and expense not
embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office
must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall
be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of
any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands
the work to be included and has provided sufficient sums in its bid to complete the work in accordance
with these plans and specifications. If Contractor does not notify Owner's Representative before bidding
of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and
specifications are sufficient and adequate for completion of the project. It is further agreed that any
request for clarification must be submitted no later than five (5) calendar days prior to the opening of
bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
if at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment
and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold
harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any
manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the 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 will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of ins,: ante 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.
The insurance certificates furnished shall name the City of Lubbock as an additional insured. Said
insurance certificate shall also name all subcontractors as additional insureds or in the alternative, said
insurance certificate shall be accompanied by a written statement from the Contractor stating to the effect
that no work on this particular project shall be subcontracted.
A. General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00
Combined Single Limit in the aggregate and per occurrence to include:
] Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury
Advertising Injury
B. Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, $500,000.00 Combined Single
Limit. This policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000.00 Combined Single Limit,
to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and
Non -owned Vehicles. The City is to be named as an additional insured on this policy for this specific job
and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance/Installation Floater Insurance.
The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of
potential loss) naming the City of Lubbock as insured.
E. Umbrella Liability Insurance
The Contractor shall have Umbrella Liability Insurance in the amount of $0.00 on all contracts with
coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability
coverages.
F. Worker's Compensation and Employers Liability Insurance
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000.00.
Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's
or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 0406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements of
Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on
the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
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 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.
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 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who will
provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at
the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(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:
(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,
10
(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 f;ommon to the worker population. The text for the notices shall be the
following text provided by the commission on the sample notice, without any additional
words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services
related to this construction project must be covered by workers' compensation
insurance. This includes persons providing, hauling, or delivering equipment or
materials, or providing labor or transportation or other service related to the
project, regardless of the identity of their employer or status as an employee."
'Call the Texas Workers' Compensation Commission at 5121440-3789 to receive
information of the legal requirements for coverage, to verify whether your
employer has provided the required coverage, or to report an employer's failure to
provide coverage;' and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
11
(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 iting 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)4viii), 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 officers, 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, materialmen and furnishers of
machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract
and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish
satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or
waived.
-r' If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of
those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five
(5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain
r unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a
sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such
indebtedness.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
I design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
{ agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
- 3 contrary, if the material or process specked or required by Owner and/or this contract is an infringement, the
12
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form,
the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the
Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances within
said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or
local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors
perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's
Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as
the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
y The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this
contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required
JJ 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
1
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.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
`~ may withhold permanently from Contractor's total compensation, the sum of $500.00 (FIVE HUNDRED) PER
DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and
every working day that the Contractor shall be in default after the time stipulated for substantially completing the
work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and
is expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS
OF THE ESSENCE OF THIS CONTRACT.
13
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
4' fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
r<,
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.
14
j
39. PROTECTION OF ADJOINING PROPERTY
1 The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
J 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
I, limiting, in anyway, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees,
against any ar,i 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
7 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
M 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.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall
determine the amount to be partially paid. Owner's Representative shall review said application for partial
payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall
prepare a certificate for partial payment showing as completely as practical the total value of the work done by the
Contractor up to and including the last day of the preceding month. The determination of the partial payment by
the Owner's Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the
Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
15
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 Representativehall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or
warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative,
Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
S It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative,
said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the
Owner's Representative, shalt be final and conclusive in the absence of fraud. It is further agreed that the
16
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 ths, work and a copy of said notice shall be
delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no
further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any
machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice
hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with
diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract
documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or
otherwise, including, but not limited to, providing for completion of the work in either of the following elective
manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the
sum which would have been payable under this contract, if the same had been completed by said
Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion of
the work under substantially the same terms and conditions which are provided in this contract. In case of
any increase in cost to the Owner under the new contract as compared to what would have been the cost
under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain
bound therefore. Should the cost to complete any such new contract prove to be less than that which
would have been the cost to complete the work under this contract, the Contractor or his Surety shall be
credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owners 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
17
to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price,
and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and
his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted
by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this
paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in
paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to fumish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions shall
control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and bome by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control its own employees and to determine the method of the performance of the work
i 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
j vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
18
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition.
In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts. and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in
the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project
'j or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective
gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos.
19
CURRENT WAGE DETERMINATIONS
RE: RESOLUTION NO.6262, ITEM NO.39, APRIL 8, 1999
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Hourly Rate
Acoustical Ceiling Installer
11.50
Air Conditioner Installer
12.50
Air Conditioner Installer -Helper
6.25
s:
Asbestos Worker
9.00
Asbestos Supervisor
12.50
Bricklayer
12.50
Bricklayer -Helper
Carpenter
7.00
11.00
Carpenter -Helper
7.00
Cement Finisher
8.00
Drywall Hanger
11.00
Electrician
13.75
Electrician -Helper
7.00
Equipment Operator -Heavy
9.50
Equipment Operator -Light
8.50
Floor Installer
9.50
Glazier
10.50
'
Insulator-Piping/Boiler
11.50
Insulator -Helper
7.00
Iron Worker
11.00
Laborer -General
6.00
Mortar Mixer
6.00
Painter
9.50
Plumber
12.50
Plumber -Helper
7.00
Roofer
9.00
Roofer -Helper
7.00
Sheet Metal Worker
10.00
Sheet Metal Worker -Helper
7.00
Welder -Certified
11.00
i
a
1
f�
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft Hourly Rate
Asphalt Heaterman
9.00
Asphalt Shoveler
6.00
Concrete Finisher
8.00
Concrete Finisher -Helper
7.00
Electrician
12.00
Flagger
6.00
Form Setter
7.00
Form Setter -Helper
6.25
Laborer -General
6.00
Laborer -Utility
6.75
Mechanic
8.00
Mechanic -Helper
7.00
Power Equipment Operators
Asphalt Paving Machine
7.75
Bulldozer
8.00
Concrete Paving Machine
7.75
Front End Loader
7.25
Heavy Equipment Operator
8.00
Light Equipment Operator
7.25
Motor Grader Operator
9.50
Roller
6.75
Scraper
7.25
Tractor
7.25
Truck Driver -Light
6.50
Truck Driver -Heavy
7.00
2
EXHIBIT C
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 D
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the fair Labor Standards Act.
3
i.. a;...
SPECIAL PROVISIONS
TABLE OF CONTENTS
SPECIAL PROVISIONS
Paragraph
1.
Scope of Work
SP-1
2.
Basis of Contract Award
SP-1
3.
Not Used
SP-1
4.
Time and Order of Completion
SP-1
5.
Limitation of Operation
SP-3
6.
Airport Operations Security
SP-3
7.
Contractor's Plant Site, Storage and Office Area(s)
SP-5
8.
Protection of Property
SP-5
9.
Electric Power and Natural Gas
SP-6
10.
Lines and Grades
SP-6
11.
Water for Construction
SP-6
12.
Material Tests
SP-6
13.
Barricades, Signs, and Hazard Markings
SP-7
14.
Prevention of Air and Water Pollution
SP-7
15.
Progress Schedule
SP-7
16.
Public Convenience and Safety
SP-7
17.
Final Cleaning Up
SP-8
18.
Insurance
SP-8
19.
Removal and Disposal of Structures, Utilities and Obstructions
SP-8
20.
Conformity with Plans and Allowable Deviations
SP-9
21.
Removal of Defective and Unauthorized Work
SP-9
22.
Disputed Claims for Extra Work
SP-9
23.
Not Used
SP-9
24.
Indemnification
SP-10
25.
Not Used
SP-10
26.
Contractor's Responsibility for Work
SP-10
27.
Correction of Faulty Work After Final Payment
SP-10
28.
Separate Contracts
SP-11
29.
Shop Drawings
SP-11
30.
Engineer
SP-11
31.
Trench Safety
SP-11
32.
Engineer's Field Office
SP-11
33.
Progress Meetings
SP-12
01272101 TABLE OF CONTENTS - SPECIAL PROVISIONS
03/02
1
SPECIAL PROVISIONS
SP-1 SCOPE OF WORK
The work to be accomplished under these specifications, including the plans, consists of
construction work for the Lubbock International Airport, including but not limited to, the construction of
new hot mix asphalt pavement, new concrete flatwork, miscellaneous architectural, electrical and
landscaping features.
All labor, materials and equipment necessary to complete the work called for in these
specifications and shown on the plans shall be furnished by the Contractor.
Payment for the various items of work will be made as specified under the various payment
paragraphs of the technical sections.
SP-2 BASIS OF CONTRACT AWARD
Award of this contract will be made on the basis of the low, responsive, responsible bid,
received in accordance with the General Instructions to Bidders, including the total BASE BID and any
combination of ADDITIVE ALTERNATES based on the availability of funds.
SP-3 NOT USED
SP-4 TIME AND ORDER OF COMPLETION
The Contractor will be permitted to prosecute certain portions of the work in the order and
manner of his own choosing to the best interest of the project. However, the work shall be conducted in such
manner and with such materials, equipment and labor as may be required to insure completion in
accordance with the plans and specifications within the time stated in the Proposal and in the Contract. The
Contractor shall furnish the Engineer with his proposed progress schedule and this schedule shall be
approved by the Engineer before work is commenced on the project.
Other contractors may be performing work for the Owner in the same general area as that
covered under this contract. The Contractor shall be expected to coordinate his work with the work of other
contractors as may be required to insure that all work can be carried out with the least possible interference
with the operation of other contractors or the Owner. The Contractor's coordination with other contractors
shall require the approval of the Engineer. The Engineer reserves the right to control and direct the sequence
of operations in the areas where others will be working. Provision shall be made for other contractors to
have suitable space to work and for storage of materials, as well as access to these areas.
The Contractor shall be responsible for scheduling and implementing the various separate
construction operations involved in the construction of the improvements included in this project.
Completion shall be within the time frames specified below.
01272101 SP - 1
03/02
i
_a
The Contractor will prepare and submit for review his recommended phasing/scheduling plan
in accordance with the following general guidelines:
Liquidated Damages will be assessed for delayed completion in the amount of $500.00 per
calendar day for each individual phase or subphase below. Liquidated damages will not run concurrently.
The maximum liquidated damages charge will be $500.00 per calendar day.
Construction phasing shall be accomplished as follows:
Phase I:
1. In order to allow for a complete turf growing season, all concrete work, irrigation
installation, and grading in and around areas to be seeded with turf grasses shall be
ready by no later than June 30, 2002. Access to the Flight Standards District Office
shall be provided at all times during Phase I construction.
In order to facilitate employees and guests of the Flight Standards District Office
(FSDO), parking lot work shall be phased as follows.
1. Phase H:
a. Phase H shall consist of all new parking lot construction (subgrade, base
course, HMAC) necessary to provide parking for FSDO employees and guests
within the new Patriot Plaza parking lot, as well as any work not required to be
completed during Phase I. During Phase I and II construction, FSDO
employees and guests shall be directed to park in the existing lot located on the
southwest end of the building. Phase II shall be completed 110 calendar days
after the Notice to Proceed is issued.
2. Phase III:
a. Phase III work shall consist of all HMAC rehabilitation work plus any other
work not required to be completed during Phase I or Phase II. During Phase
III, Contractor shall provide parking for FSDO employees and guests within
the newly constructed Patriot Plaza parking lot. Again, pedestrian access shall
be provided to the FSDO facility at all times. Phase III shall be completed
150 calendar days after the Notice to Proceed is issued.
This phasing plan only serves to ensure a complete growing season for turf and adequate
parking for the FSDO facility.
Engineer.
Any deviation from the above sequences of construction will require the prior approval of the
In no way shall this phasing plan relieve the Contractor of the contract completion dates.
The Contractor shall schedule his work well in advance of actual operations and shall,keep the
Engineer advised of this schedule so that close coordination can be maintained with the Director of
Aviation.
01272101
03/02
SP-2
SP-5 LWFATION OF OPERATION
Each item of work shall be completed without delay and in no instance shall the Contractor be
j permitted to transfer his forces from uncompleted work to new work without the permission of the
Engineer. The Contractor shall be required to submit a schedule of operations to the Engineer for approval.
j The Contractor shall not commence new work to the prejudice of work already started.
The Contractor shall provide an area for parking all equipment not being used for construction
purposes, and for parking of employee vehicles. this area shall be located away from the operational area of
jthe airport in an area approved by the Engineer and the Director of Aviation. No employee or vehicle will be
allowed within the operational area of the airport.
Hauling routes shall not be along or across any paved airport street, road, apron, taxiway or
runway without specific written authorization from the Engineer and the Director of Aviation. Any damage
incurred by the Contractor's equipment shall be repaired by and at the expense of the Contractor, and as
required by the Engineer and the Director of Aviation.
The Contractor shall not permit water to stand in any excavation adjacent to existing
pavements. To insure compliance with this requirement the Contractor shall maintain at the site not less than
two dewatering pumps in good working condition at all times that any excavation adjacent to existing
pavements is open. No work other than dewatering operations will be permitted on the project at any time
water is standing in open excavations.
The successful Bidder shall be subject to a pre -award review by the Office of Compliance and
Security, Equal Opportunity Division, Federal Aviation Administration, to determine previous compliance
status of the Contractor.
The Contractor shall be subject to a pre -construction conference to discuss phasing and project
safety control after award of contract.
SP-6 AIRPORT OPERATIONS SECURITY
SP-6.1 General
Airport security is a vital part of the Contractor's responsibilities during the course
of this project. Airport security, nation-wide, has come under close scrutiny in the last few years. The
following security guidelines and the rules and regulations of the Lubbock International Airport Police
Department (LIAPD) and the Federal Aviation Administration (FAA) shall be followed by the Contractor
and the Contractor's employees, subcontractors, suppliers and representatives at all times during the
execution of this project. The Contractor shall be directly responsible for any and all fines or penalties
levied against the Airport as a result of any breach of security or safety caused by the Contractor or the
Contractor's employees, subcontractors, suppliers or representatives.
SP-6.2 Airport Operations Area (AOA)
The Airport operations area (AOA) shall be defined as any portion of the Airport
property normally secured against unauthorized entry. The AOA includes all areas specifically reserved for
the operations of aircraft and aircraft support equipment and personnel. Generally, the AOA is defined by
the Airport's outer security fencing and other security measures at the Airport terminal building.
i
01272101 SP - 3
03/02
SP-6.3 LIAPD-Issued Security Badges
This project requires no work within
the AOA and access to the AOA is
prohibited. Therefore, security badges are not required.
SP-6.4 Contractor -Issued Identification Badges
This project requires no work within
the AOA, and access to the AOA is
prohibited. Therefore, security badges are not required.
SP-6.5 Contractor's Entrance :=ate
This project requires no work within
the AOA, and access to the AOA is
prohibited. Therefore, a secure entrance gate is not required.
SP-6.6 Vehicle Escorts
This project requires no work within
the AOA, and access to the AOA is
prohibited. Therefore, vehicle escorts are not required.
SP-6.7 Challenging Unauthorized Personnel or Vehicles
Any suspicious activity in or around the AOA shall be brought to the attention of
the LIAPD.
SP-6.8 Cranes or Hoists
Any construction activity utilizing a crane or any other hoisting device shall have
the prior, written approval of the Federal Aviation Administration. The Contractor shall be responsible for
filing the prescribed forms for airspace clearance in accordance with Part 77 of the Federal Aviation
Regulations. Applications for airspace clearance must be submitted at least thirty (30) days prior to the
beginning of construction activities. To avoid construction delays, the Contractor is urged to file the
prescribed forms in a timely manner. Airspace clearance from the FAA must be approved prior to the
erection of the crane or other hoisting device.
When requesting approval for the use of a crane or other hoisting device, the
following information is required:
1. Exact location of construction activities utilizing a crane or other hoisting
device.
2. Maximum extendable height of crane or other hoisting device.
3. Duration of construction activities utilizing a crane or other hoisting device.
4. Daily hours of crane or other hoisting device operation.
The top of the crane or other hoisting device shall be marked with a 3-foot by
3-foot safety -orange and white checkered flag. The crane or other hoisting device shall be lowered at night
or at the conclusion of construction activities, or during periods of poor visibility (ILS conditions) as
directed by the Director of Aviation or the Engineer, or at any other time at the direction of the Director of
Aviation or the Engineer.
The Contractor shall notify the Engineer and Director of Aviation at least
forty-eight (48) hours prior to actual erection of the crane or other hoisting device.
01272101 SP - 4
03/02
SP-7 CONTRACTOR'S PLANT SITE, STORAGE AND OFFICE AREA(S)
The Contractor shall make his own provisions for plant site, storage and office areas. If the
Contractor desires to utilize an on -airport location, arrangements must be made with the Director of
Aviation. The following specific requirements apply to on -airport plant site, storage and office areas.
1. The Contractor will be held completely responsible for any damage or
deterioration in areas allowed for Contractor's use. The Contractor will Aso be
responsible for maintenance of areas and dust control for the duration of the
project.
2. Direct negotiation may be conducted with the Director of Aviation for any areas
desired. Areas used by the Contractor may be subject to rental rates and fees as
identified by the Director of Aviation.
3. Any areas occupied by the Contractor and his forces will be required to be
completely restored by the Contractor, at his expense, including but not limited to
regrading disturbed areas; complete removal of debris or any other material
brought onto the site by the Contractor; complete replacement of topsoil, turf,
asphalt pavement, concrete slabs or drives, etc. that is worn, deteriorated or
damaged during the period the Contractor and his forces occupy the area. All
restoration shall be to the satisfaction of the Director of Aviation.
4. Prior to moving into an unpaved area, the Contractor shall clear and grub the area,
and remove and stockpile a minimum of 6-inches of existing topsoil. After
completion of the project and after clearing the site of materials, equipment and
debris, the Contractor shall replace, spread and grade the salvaged topsoil,
followed by seeding and fertilizing.
5. No direct payment will be made to the Contractor for preparing or restoring plant
site, storage or office areas.
SP-8 PROTECTION OF PROPERTY
The Contractor shall exercise care to prevent damage to all structures, either above or below
ground, including buildings, fences, pipelines, utilities, roads, etc., whether publicly or privately owned and
including work performed by others. The Contractor shall be responsible for locating all underground
facilities that night be damaged by the proposed construction.
The Contractor shall be responsible for all damage done to either public or private property
during the course of construction except as specifically provided otherwise in these specifications.
Various existing underground utilities and structures are shown on the plans. Their locations
are believed to be reasonably accurate but are not guaranteed. Though an effort has been made to locate and
mark, on the plans, all underground utilities, the Contractor is herein warned that unmarked utilities may
1 exist within the construction area. Prior to construction, the Contractor shall coordinate his activities with
FAA Facilities at Lubbock International Airport.
I
J 01272101 SP - 5
03/02
SP-9 ELECTRIC POWER AND NATURAL GAS
The Contractor shall make his own provisions for his electrical, natural gas and other fuel
requirements and shall pay for electricity, gas or fuel consumed during the construction of the project. The
Contractor shall construct his own service lines and such construction shall be in strict accordance with all
applicable codes and laws.
SP-10 LINES AND GRADES
The Contractor will be responsible for laying out the work from existing paving and structures.
The Engineer will check grade control and major layouts at his discretion, but this check will not relieve the
Contractor of his responsibility of correctly locating line and grade in accordance with the plans and
specifications.
The Engineer will take all measurements necessary for the determination of the amount of work
performed under the various items for which payment is provided. Whenever necessary, work will be
suspended to permit this work, but such suspension will be as brief as practicable and the Contractor shall
be allowed no extra compensation therefor.
The Contractor shall satisfy himself as to the accuracy of all measurements before constructing
any permanent structure and shall not take advantage of any errors which may have been made in laying out
the work. Such stakes and markings as the Engineer may set for either his own or the Contractor's guidance
shall be scrupulously preserved by the Contractor. In case of negligence on the part of the Contractor or his
employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing
same may be deducted from subsequent estimates due the Contractor, at the discretion of the Engineer.
SP-11 WATER FOR CONSTRUCTION
The Contractor shall make his own provisions for his water requirements and shall pay for all
water consumed during the construction of the project. The Contractor shall make his own arrangements for
connections to existing water mains and fire hydrants and piping or hauling the water to the point where the
water is required, all at his own expense.
Arrangements for the location of water sources and for payment for water consumed by the
Contractor during construction shall be made directly with the City of Lubbock's water utility department,
Lubbock Power and Light and Water.
SP-12 MATERIAL TESTS
Various tests on materials of construction are required in the specifications. In general, the
Contractor shall bear the cost of all material tests required before approval of a material source or mix
design. The City will bear the cost of all passing commercial laboratory tests required during construction
and the Contractor shall bear the cost of all failing construction tests. The following is a summary of tests
required of the Contractor.
Aggrega, tes -Tests required, prior to use, for approval of source. (Submit
current test results.)
Asphalt -Certifications on asphalt material used.
01272101 SP - 6
03/02
Hot Mix
Cement
Portland Cement Concrete
-Mix design for all surface and base materials proposed, as
required in the technical specifications.
-Certifications on cement material used.
-Mix design for all materials proposed, as required in the
technical specifications.
Where only small amounts of any material are used or where compliance with the
specifications can be determined by visual inspection, no tests are required. Certificates of compliance shall
be required on all materials not tested.
All materials proposed to be used may be tested at any time during their preparation and use.
If, after trial, it is found that sources of supply which have been approved do not furnish a product of
uniform quality or if the product from any source proves unacceptable at any time, the Contractor shall
furnish approved material from another source.
SP-13 BARRICADES, SIGNS, AND HAZARD MARKINGS
The Contractor shall provide, erect, and maintain all necessary barricades, signs, danger signals,
and lights for the protection of the work and the safety of the public for both land and air traffic.
SP-14 PREVENTION OF AIR AND WATER POLLUTION
The Contractor is responsible for compliance with the code of federal regulations for storm
water pollution prevention associated with construction activities. Such compliance includes, but is not
limited to filing of notice of intent and the installation of sediment control measures as applicable. Federal
regulation number 62FR29785, NPDES Stormwater Construction, General Permit.
SP-15 PROGRESS SCHEDULE
Within thirty (30) days after award of the contract, the Contractor shall submit a progress
schedule for the project. The progress schedule shall be prepared in a form suitable to the Engineer and shall
show the proposed starting and completion dates for each phase of construction and each item of work
within each phase. The progress schedule shall include a "Percent Complete Curve", with the monthly
amount, cumulative amount and cumulative percent. The progress schedule, when submitted in suitable
form and provided the schedule indicates certain completion of the project within the time specified, will be
approved in writing by the Engineer.
Revision or changes in the approved progress schedule may be made only with approval of the
Engineer.
SP-16 PUBLIC CONVENIENCE AND SAFETY
Materials stored on the airport shall be so placed and the work shall, at all times, be so
conducted as to cause no greater obstruction to the air and ground traffic than is considered necessary by the
Engineer. In protecting operational areas, the minimum clearances maintained for runways shall be in
agreement with Part 77 of the Federal Aviation Regulations. During construction of the project, the
01272101 SP - 7
03/02
Contractor shall also maintain operational safety on the Airport in accordance with FAA's Advisory Circular
150/5370-2C, "Operational Safety on Airports During Construction," included in the Appendix of these
Specifications. No runway, taxiway, apron, or roadway shall be closed or opened except by express
permission from the Engineer and Director of Aviation.
The Contractor shall be responsible for maintaining the pavement free of all rocks, gravel, dirt
and other debris in areas where hauling is permitted on or across any active apron, runway or taxiway, or in
areas temporarily closed which are subject to opening on short notice. All rocks, gravel, dirt or other debris
shall be removed imr,-,+ diately by the Contractor.
SP-17 FINAL CLEANING UP
As each intermediate phase of work is completed and prior to opening any portion of any
airfield apron, runway or taxiway, the Contractor shall be responsible for cleaning the construction site and
adjacent pavement as specified above.
Upon completion of the work and before acceptance and final payment will be made, the
Contractor shall remove from the site all machinery, equipment, surplus, and discarded materials, rubbish
and temporary structures. Material cleared from the site and deposited on property adjacent, will not be
considered as being disposed of satisfactorily. 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.
SP-18 INSURANCE
The Contractor shall not begin work under this contract until he has obtained all insurance as
required in the General Conditions of the Agreement, has furnished proof of same to the Owner, and the
Owner shall have approved same.
The insurance coverage indicated in the General Conditions shall also include the Engineer,
Parkhill, Smith & Cooper, Inc. as an additional insured.
A certificate of Insurance is included in the specifications and Contract Documents for this
project. The Contractor will be required to have five (5) extra copies of this certificate executed by his
insurance company or companies. This certificate will become a part of the Contract Documents and must
be included with the Contract Documents before execution by the City of Lubbock. Coverages specified
herein apply to all operations of the Contractor in connection with this work, including automobiles and
other vehicles.
Coverage shall extend to all subcontractors unless proof of minimum coverage required is
submitted separately by each subcontractor not so covered.
SP-19 REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES AND OBSTRUCTIONS
All structures, utilities or obstructions found on the airport and shown on the plans which are
not to remain in place or which are not to be used in the new construction shall be removed as directed by
the Engineer. Unless specified in the proposal, this work shall not be paid for separately but shall be
considered as subsidiary obligation of the Contractor covered under other contract items. All material found
on the airport or removed therefrom shall remain the property of the Owner, unless otherwise indicated. All
01272101 SP - 8
03/02
f
materials and debris specified to be disposed of by the Contractor shall become the property of the
Contractor and shall be properly disposed of off the airport property by the Contractor.
SP-20 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS
Finished surfaces shall conform to the lines, grades, cross sections and dimensions. Any
deviation from the plans which may be required by the exigencies of construction shall be determined by the
Engineer and authorized by him in writing.
Y.
SP-21 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK
All work which has been rejected or condemned shall be repaired or, if it cannot be
satisfactorily repaired, removed and replaced at the Contractor's expense. Materials not conforming to the
requirements of the specifications shall be removed immediately from the site of the work and replaced with
satisfactory material by the Contractor at his expense.
Work done beyond that shown on the plans, or as given, except as herein provided, work done
without proper inspection, or any extra or unclassified work done without written authority and prior
agreement in writing as to prices, will be done at the Contractor's risk and will be considered unauthorized
and, at the option of the Engineer, may not be measured and paid for and may be ordered removed and
replaced at the Contractor's expense.
Upon the failure of the Contractor to repair satisfactorily or to remove and replace, if so
directed, rejected, unauthorized, or condemned work or materials immediately after receiving formal notice
from the Engineer, the Owner may recover for such defective work or materials on the Contractor's bond, or
by action in a court having proper jurisdiction over such matters, or may employ labor and equipment and
satisfactorily repair or remove and replace such work and charge the cost of the same to the Contractor,
which cost will be deducted from any money due him.
SP-22 DISPUTED CLAIMS FOR EXTRA WORK
In case the Contractor deems extra compensation is due him for work on materials not clearly
covered in the contract, or not ordered by the Engineer as an extra, the Contractor shall notify the Engineer
in writing of his intention to make claim for such extra compensation before he begins the work on which he
bases the claim and shall afford the Engineer every facility for keeping actual cost of the work. Failure on
the part of the Contractor to give such notification or to afford the Engineer proper facilities for keeping
strict account of actual costs shall constitute a waiver of the claim for such extra compensation. The filing of
such notice by the Contractor and the keeping of costs by the Engineer shall not in any be construed to
prove validity of the claim. When the work has been completed, the Contractor shall within 10 days file his
claim for extra compensation with the Engineer, who will present it to the Owner for consideration.
SP-23 FEDERAL PARTICIPATION
NOT USED
01272101 SP - 9
03/02
SP-24 INDEMNIFICATION
The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all of
the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries,
losses, property damage and expenses of any character whatsoever, including attorney's fees, brought for or
on account of any injuries or damages received or sustained by any person or persons or property, on
account of any negligent act of the Contractor, their agents or employees, or any subcontractor, in the
execution, supervision and operations growing out of or in any way connected with the performance of this
contract, and the Contractor will be required to pay any judgment with costs which may be obtained against
the Owner, Engineer or any of its officer, agents or employees, including attorney's fees.
The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all of
the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries,
property damage, losses and expenses of any character whatsoever, including attorneys fees, brought for or
on account of any injuries or damages received or sustained by any person or persons or property, on
account of any claimed negligent act of the Owner, Engineer, the Owner's officers, agents and employees,
whether such negligent act was the sole proximate cause of the injury or damage or a proximate cause
jointly and concurrently with the Contractor or the Contractor's employees, agents or subcontractors
negligence, in the execution, supervision and operations growing out of or in any way connected with the
performance of this contract, and the Contractor will be required to pay any judgment with costs which may
be obtained against the Owner, Engineer or any of its officers, agents or employees, including attorney's
fees.
The Contractor agrees that he will indemnify and save the Owner and Engineer harmless from
all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen, and
furnishers of machinery and parts thereof, equipment, power tools, all supplies, including commissary
incurred in the furtherance of the performance of this contract. When the Owner so desires, the Contractor
shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid,
discharged or waived.
SP-25 OPENING OF SECTION OF AIRPORT TO TRAFFIC
NOT USED
SP-26 CONTRACTOR'S RESPONSIBILITY FOR WORK
Until acceptance by the Engineer of any part or all of the construction, as provided for in these
specifications, it shall be under the charge and care of the Contractor, and he shall take every necessary
precaution against injury or damage to any part of the work by the action of the elements or from any other
cause whatsoever, whether arising from the execution or from the non -execution of the work. The
Contractor shall rebuild, repair, restore, and make good, at his own expense, all injuries or damage to any
portion of the work occasioned by any of the above causes before its completion and acceptance.
SP-27 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT
The making of the final payment by the Owner to the Contractor shall not relieve the
Contractor of responsibility for faulty materials or workmanship. The Contractor shall promptly replace any
such defects discovered within one year from the date of written acceptance of the work.
01272101 SP - 10
03102
The Performance Bond shall remain in effect until one year after the date of the written
acceptance of the work to insure compliance by the Contractor with the requirements of this paragraph.
SP-28 SEPARATE CONTRACTS
The Owner reserves the right to let other contracts in connection with or in the vicinity of the
project. The Contractor shall afford other contractors reasonable opportunity for the introduction and
storage of their materials and the execution of their work, and shall coordinate his work and theirs. The
Contractor's coordination with other contractors shall require the approval of the Engineer. See Paragraph
SP-3 for additional requirements concerning separate contracts.
SP-29 SHOP DRAWINGS
The Contractor shall submit to the Engineer with such promptness as to cause no delay in his
own work or in that of any other Contractor, six copies unless otherwise specified, of all shop and/or setting
drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them
with reasonable promptness, making required corrections. The Contractor shall make any corrections
required by the Engineer, file with him the corrected copies and furnish such other copies as may be needed.
If the Contractor and/or the Manufacturer desires additional approved sets, the number of final copies
submitted shall be the four copies for the Engineer plus the copies desired by the Contractor and/or
Manufacturer. The Engineer's approval of such drawings or schedules shall not relieve the Contractor from
responsibility for deviations from drawings or specifications, unless he has in writing called the Engineer's
attention to such deviations at the time of submission nor shall it relieve him from responsibility for errors
of any sort in shop drawings or schedules.
SP-30 ENGINEER
Whenever the word Engineer is used in this contract, it shall be understood as referring to
Parkhill, Smith & Cooper, Inc., Consulting Engineers, Lubbock, Midland, Odessa and El Paso, Texas,
Engineer of the Owner, or such other Engineer, Supervisor or Inspector as may be authorized by said Owner
to act in any particular.
SP-31 TRENCH SAFETY
The Contractor shall strictly comply with all requirements of the Occupational Safety and
Health Administration (OSHA) Manual, Chapter XVII, Subpart P - EXCAVATION, TRENCHING AND
SHORING for all trenching and excavation operations.
If depths of trenches are encountered which are over five (5) feet, the Contractor shall cut the
trench walls to the angle of repose of the soils encountered, or shall submit alternate shoring details to the
Engineer for approval.
SP-32 ENGINEER'S FIELD OFFICE
The Contractor shall furnish an office at the site of the work for use by the Engineer. The
building shall be provided immediately after work on the project is begun and shall remain in place until the
project is accepted as complete, unless its earlier removal is authorized by the Engineer. It shall be floored
and roofed, weather -tight, insulated and constructed in a workmanlike manner. All windows shall be
screened and a screen door provided in addition to the regular door.
J
01272101 SP -11
03/02
It is contemplated that the building will be constructed of the same kind of material as that used
by the Contractor for his office and job buildings. It shall be an independent unit, detached from any office,
storage or warehouse building occupied by the Contractor, and shall be at a minimum clear distance of
50 feet from any such building. The building shall be for the sole use of the Engineer and the resident force.
Should the building be destroyed or damaged in any manner, except through causes due to
negligence of the occupying engineering force, the Contractor shall immediately restore it to its original
state. Upon the completion of the project the building will become the property of the Contractor and shall
be removed from the project site.
The building shall not be less than 150 square feet in floor area and shall have not less than two
(2) glass windows and one (1) door. A table not less than 3' wide and 6' long, a desk and two chairs, and a
filing cabinet shall be provided. A minimum of four duplex electrical outlets shall be provided.
The Contractor shall provide a suitable heater fired by either natural or LP gas. The Contractor
shall also provide a suitable refrigerated air cooler. All fuel and electrical power for the building shall be
provided by the Contractor.
The Contractor shall have a private line telephone installed in the Engineer's field office for
exclusive use of the Owner and Engineer. The Engineer will be responsible for subsequent monthly use
charges.
SP-33 PROGRESS MEETINGS
A regularly scheduled progress meeting will be held not less than every two weeks and at other
times as required by the progress of the work. The Contractor, Owner, Engineer and all Subcontractors
active on the site shall be represented. The Contractor shall coordinate and preside at the meetings and
provide for keeping and distributing minutes of the meetings. The purpose of the meetings shall. be to review
the progress of the work, maintain coordination of efforts, discuss scheduling and resolve any problems
relating to the work.
01272101 SP - 12
03l02
SPECIFICATIONS
Technical Specifications
CITY OF LUBBOCK, TEXAS
LUBBOCK INTERNATIONAL AIRPORT
PATRIOT PLAZA PARKING LOT
CITY OF LUBBOCK BID NO.053-02/BM
�JOHN THOMAS HAMILTON/
85468
ff�F.F�lSTE;RF,.'�
t ss ....... _
311
MARCH 2O02
f
n
* j TFOY' D. SWINNEY j
�. .......... r
f
�l �u,4L E
.. .
r
00 MAX L. WHITE
...................�i
8164 : o�
ff C •.
l� BLS ••-.. ..• G
- _ 3&/o Z
Parkhill, Smith & Cooper, Inc.
Engineers ■ Architects ■ Planners
PARKHILL, SMITH & COOPER
ENGINEERS ■ ARCHITECTS ■ PLANNERS
LUBBOCK, TEXAS
f TABLE OF CONTENTS
�I
BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS OF THE CONTRACT
SECTION 00200 INFORMATION AVAILABLE TO BIDDERS ................................................ I
DIVISION 1 GENERAL REQUIREMENTS
SECTION
01010
SUMMARY OF WORK....................................................................................4
SECTION
01019
CONTRACT CONSIDERATIONS...................................................................2
SECTION
01025
MEASUREMENT AND PAYMENT...............................................................2
SECTION
01028
CHANGE ORDER PROCEDURES.................................................................3
SECTION
01039
COORDINATION AND MEETINGS.............................................................4
SECTION
01300
SUBMITTALS.................................................................................................3
SECTION
01410
TESTING LABORATORY SERVICES..........................................................3
SECTION
01700
CONTRACT CLOSEOUT................................................................................3
DIVISION 2 SITE WORK
SECTION 02200
SECTION - 02300
SECTION
02720
SECTION
02740
SECTION
02780
SECTION
02786
SECTION
02800
SECTION
02810
SECTION
02851
SECTION
02900
SECTION
02930
DEMOLITION, REMOVAL AND SALVAGING
OF EXISTING MATERIALS...........................................................................2
EXCAVATION, SUBGRADE PREPARATION, GRADING
EMBANKMENT AND TOPSOILING.............................................................7
AGGREGATE BASE COURSE.......................................................................4
BITUMINOUS SURFACE COURSE...............................................................8
BRICKPAVERS...............................................................................................4
COAL -TAR SEALER/REJUVENATOR..........................................................3
SITE FURNISHINGS (PICNIC TABLE).........................................................2
IRRIGATION SYSTEMS.................................................................................9
PRECAST CONCRETE LIGHTED BOLLARDS............................................3
SEEDING..........................................................................................................5
EXTERIOR PLANTS........................................................................................9
DIVISION 3 CONCRETE
SECTION
03300
CAST -IN -PLACE CONCRETE...................................................................... I I
SECTION
03310
PORTLAND CEMENT CONCRETE PAVING.............................................23
SECTION
03320
CONCRETE SIDEWALK, CURB AND GUTTER
AND MISCELLANEOUS CONCRETE WORK..............................................4
SECTION
03355
INTEGRALLY COLORED CONCRETE.........................................................4
DIVISION 4 MASONRY
SECTION 04200 UNIT MASONRY.............................................................................................8
SECTION 04720 CAST STONE...................................................................................................4
01272101 TABLE OF CONTENTS TOC - 1
03/02
DIVISION 5 - 6
NOT USED
DIVISION 7 THERMAL AND MOISTURE PROTECTION
SECTION 07900 JOINT SEALERS .......................
DIVISION S
NOT USED
DIVISION 9 FINISHES
.................................................. 7
SECTION 09401 RUSTIC TERRAZO........................ ..........................................................4
SECTION 09910 PAVEMENT MARKINGS................................................................................3
DIVISION 10 SPECIALTIES
SECTION 10350 FLAGPOLES ............ ......................... .................................................5
SECTION 10440 SPECIALTY SIGNS.....................................................................................5
DIVISION 11-15
NOT USED
DIVISION 16 ELECTRICAL
SECTION
16000
SECTION
16111
SECTION
16123
SECTION
16130
SECTION
16140
SECTION
16170
SECTION
16190
SECTION
16195
SECTION
16421
SECTION
16441
BASIC ELECTRICAL METHODS..................................................................4
CONDUIT.........................................................................................................4
WIRE AND CABLE..........................................................................................4
BOXES..............................................................................................................2
WIRING DEVICES ... ..................... ... ....... ........ .............2
.... ................. .... ....... ....
GROUNDING AND BONDING......................................................................3
SUPPORTING DEVICES.................................................................................2
ELECTRICAL IDENTIFICATION...................................................................2
UTILITY SERVICE ENTRANCE....................................................................2
ENCLOSED SWITCHES..................................................................................2
01272101 TABLE OF CONTENTS TOC - 2
03/02
SECTION 00200
INFORMATION AVAILABLE TO BIDDERS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions
and Division 1 - General Requirements apply to Work of this Section.
1.2 INFORMATION
A. Property Survey
1. A survey of the property was authorized by the Owner, and the survey was made by:
Smith Surveying
5106 Avenue T
Lubbock, TX 79412
(806)765-9543
2. Site layout, drawings and boundary traverse and closure information are available for bidder's
review at the Engineer's office.
3. Property survey and site improvement layout is available for Contractor's information only
and is not a warranty of existing conditions.
1.3 RESPONSIBILITY
A. Bidders are expected to examine the site survey information then determine for themselves the
validity of the information contained there -in as it relates to this project.
B. Engineer and Owner assume no responsibility for variations of site survey information.
PART 2-PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01272101 INFORMATION AVAILABLE TO BIDDERS
03/02
00200 - 1
i
STR 1-51-
SOIL INVESTIGATION
LIA East and West Terminal Parking Lot Reconstruction
I
Lubbock International Airport
Lubbock, Texas
PREPARED FOR
Mr. John T. Hamilton, P.E.
Parkhill, Smith and Cooper, Inc.
4222 85`h Street
a
Lubbock, Texas
J
j
September 14, 2001
TERRA ENGINEERS9 INC.
LUBBOCK
HO: 5208 34 th STREET • P.O. BOX 16605 • LUBBOCK 0 TEXAS 79490-6605 0 (806) 793 4767 • FAX (806) 793 4768
TERRA ENGINEERS, INC. 5208 - 34TH STREET
P.O. BOX 16605 • WBBOCK TEXAS 79490-6605 • (806) 793-4767 • FAX (806) 793-4768
September 14, 2001
Parkhill, Smith & Cooper, Inc.
4222 851h Street
Lubbock, TX 79423
Re: Geotechnical Soil Investigation for the proposed LIA East and West Terminal
Parking Lot Reconstruction, Lubbock, Texas
Dear Mr. Hamilton:
Submitted herein is STR No. 1517 on the soil investigation for the above referenced
project. Included in this report are our analysis and recommendations.
We appreciate the opportunity to be of service to you on this project. If we may
answer any questions or be of any additional assistance, please call us.
Sincerely,
TERRA ENGINEERS, INC.
Ajlt� "AT" 6ovindan, Ph.D.
Vice-Presidei
AJ/ld
SOIL INVESTiGAMON • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT
TABLE OF CONTENTS
1.0
INTRODUCTION..........................................................................1
2.0
EXPLORATION, SAMPLING AND FIELD TESTING .................
3.0
LABORATORY TESTING............................................................3
4.0
GENERAL SOILS AND DESIGN CONDITIONS .........................4
4.1 Site Description...................................................................4
4.2 Description of Soils..............................................................4
5.0
CONSTRUCTION CRITERIA.......................................................6
5.1 Site Drainage.......................................................................6
5.2 Quality Control....................................................................6
6.0
LIMITATIONS...............................................................................7
7.0
REPORT DISTRIBUTION.............................................................9
UlssoeK
SOIL INVESTIGATION
LIA East and West Terminal Parking Lot Reconstruction
Lubbock, Texas
1.0 INTRODUCTION
This report contains the results of the soil investigation recently done for the
proposed LIA East and West Terminal Parking Lot Reconstruction, Lubbock, Texas. This
investigation was conducted according to the instructions from Mr. John T. Hamilton,
P.E., Parkhill, Smith & Cooper, Inc., Lubbock, Texas. The objectives of this investigation
were to conduct subsurface exploration, field-testing and laboratory testing, and
subsequently, based on the findings to develop recommendations for the proposed
structure.
LYS�OCK
STR 1517 2
9/14/2001
2.0 EXPLORATION, SAMPLING AND FIELD TESTING
At the request of the client, the sub -surface conditions were explored by ten (10)
test holes drilled to a depth of 10.0 feet at locations shown in the boring location plan
(Figure la and lb). Test holes #1 through #6 were drilled at the East parking Lot and #7
through #10 were drilled through West Parking Lot of Lubbock International Airport. The
drilling was performed using CME-75 Drilling Rig with hollow stem augers in order to
secure reliable data on the natural moisture content of the soil and ground water, if any.
Standard penetration tests were made at depths of 2.5, 5.0 feet and at 5.0 feet interval
thereafter. The number of blows per foot of the split spoon sampler (in 6-inch increment)
is shown in the boring logs and in Figure 2. The sampling was performed in accordance
with the ASTM D-1586; however the number of blows on the split spoon sampler is
limited to a maximum of 25 for the first 6 inches of penetration and if the penetration of
the sampler for the first or the second 6 inches increment is less than 6 inches, the actual
penetration obtained for the respective increment is reported in the boring logs.
The changes in soil strata as observed during drilling operations were carefully
determined and are shown in the boring logs. All soil samples were kept in moisture -
proof plastic bags to preserve the in -situ moisture content, identified by the hole number
and the depth of the hole, and transported to the laboratory for additional tests and
evaluation.
The boring was monitored during and immediately after drilling for the presence
and level of groundwater. However, the groundwater table was not observed in any
borings during drilling.
TERRA ENGINEERS, INC.
wswcK
STR 1517 3
9/14/2001
3.0 LABORATORY TESTING
All samples have been classified following the procedures outlined in ASTM D-
2487 based on the Unified Soil Classification System. Soils are described in the borin_T
logs using the methods prescribed in ASTM D-2488, using a Munsell Soil Color Chart,
published by Macbeth Division of Kollmorgen Corpuration, Baltimore, Maryland, 1975
edition.
Soil samples, which indicated maximum plasticity characteristics, were selected
and Atterberg Limit tests were performed on these samples according to procedures
outlined in ASTM D-4318. Percentage by weight of material passing sieve # 200 was
determined by ASTM D-1140 for the same samples. Moisture content for all samples
were determined by the procedures outlined in ASTM D-2216. A typical base course
sample collected from five (5) locations (test holes #1, #3, #5, #8 and #9) and were tested
for Atterberg Limits (ASTM D-4318), Sieve Analysis (ASTM C-136), Soundness Test
(ASTM C-88) and Wet Ball Mill test (TEX 116-E) (see Attachments A through E).
All soil samples collected with reference to this project will be stored for a period
of six (6) months from the date when this report is submitted. The samples will be
discarded after elapse of this time period, unless this office is instructed.
TERRA ENGINEERS, INC.
LUBSMK
STR 1517
9/14/2001
4
4.0 GENERAL SOILS AND DESIGN CONDITIONS
4.1 Site Description
Site is located on plain land and areas covered with asphalt. To the north of the
site is the Airport Terminal, south of the site is the Budget Rental, to the east is the
Parking lot and to the west of the site is the Airport.
4.2 Description of Soils
All the test holes are drilled through an existing asphalt pavement placed on a
caliche base material. The thickness of the pavement and the base are shown on the
boring logs as they were measured from the respective holes. In all the test holes the soil
layers below the base are either clayey sand (SC) or sandy lean clay (CL), the difference
between these two types of soils are only in the percentage of fines passing through the
sieve #200. The soil layers have moisture contents in some instances greater their
respective plastic limits, which make the consistency of the soil to be relatively soft from
a strength point of view. It can be observed from the Standard Penetration tests that the
number of blows per foot of penetration is relatively in the lower range in most elevations
drilled in the area. The values of the liquid limits of these clayey soils vary between 21
and 33, except in hole #10 where the bottom clayey sand has a liquid limit equal to 45.
The values of the plasticity index of the soil layers vary between 8 and 17, with an
exception of the clayey sand layer at the bottom of hole #10, which has a value of
plasticity index equal to 25.
Clayey soils having values of plasticity index less than 15 are considered to have
low expansive and shrinking characteristics, while clayey soils with values of plasticity
index between 15 and 25 are considered to have low to moderately expansive
LUBBOCK
STR 1517 5
9/14/2001
characteristics. Since most of the values of plasticity index are below• 15, the soil lavers
are not potentially expansive in nature.
In a semi and climate like what we have in West Texas, the moisture contents of
clayey soils that exist under pavements can have larger moisture contents closer to their
plastic limits. This condition makes the soil layers to be somewhat softer.
TERRA ENGINEERS, INC.
LUBBOCK
STR 1517 g
9/14/2001
5.0 CONSTRUCTION CRITERIA
5.1 Site Drainage
It is recommended to provide adequate drainage in the pavement area. Provision
of flowerbeds or lawns close to the pavement can have very detrimental effects on the
pavement because of the possibility of softening of the clayey sands with increase in
moisture. No water logging shall be allowed in the pavement at any time.
5.2 Quality Control
Construction inspection and quality control tests shall be planned and scheduled
to verify materials and placement is in accordance with the specifications. Subgrade
preparation, field density tests, and concrete strength, if concrete is used in the area are
very important and therefore shall be monitored and recorded. It is recommended that
Terra Engineers, Inc. shall perform quality control services in order to ensure quality
construction inspection and material testing for the project. Terra Engineers, Inc. would
be pleased to provide these services and can also assist with construction inspection,
planning and scheduling.
TEKKA ENGINEKKS, ING.
W siOCK
STR 1517 7
9/14/2001
6.0 LIMITATIONS
Every effort has been made to accurately evaluate the subsurface conditions at the
above referenced site in accordance with the standard engineering principles and
practices. No other warranty or guarantee, expressed or implied, is made other than that
the work was performed in a proper and workmanlike manner. However, it must be
recognized that the SPT sampling tube cannot retrieve boulders or gravel of sizes larger
than 1.5 inches.
The recommendation stated in this report is based on only ten (10) borings to a
depth of 10.0 feet at locations shown in the Figure la and lb. The conclusions reached in
this report are exclusively for engineering design and were based on the field tests and
results of laboratory tests conducted on samples recovered from ten (10) test holes drilled
to a depth specified by the client. Further, the recommendations presented herein are
based on analyses, which presume the conditions of soil properties in the areas between
the borings to have a reasonably uniform variation as revealed by the exploratory borings.
Consequently, careful observations must be made during construction to detect significant
deviations of actual conditions throughout the construction area from those inferred from
the exploratory boring. Should any unusual conditions be encountered during
construction, this office should be notified immediately so that further investigations and
supplemental recommendations can be made to modify the design to suit the new existing
conditions.
The Terra Engineers, Inc. shall not accept the responsibility for all the adequacies
of the recommendations given in this report if another party is retained for QA/QC during
LUBBOCK
STR 1517 8
9/14/2001
pier drilling and installation and to perform the construction material testing during the
construction phase.
Due to changes in the current technology, changes to the project site conditions,
changes in project specification etc., this report and the recommendations made in here
shall be outdated with in a period of one (1) year from the date of the report. We strongly
recommend that the client should contact Terra Engineers, Inc. to determine whether this
report is valid after the expiration of the above mentioned time period.
TERRA ENGINEERS, INC.
LUBBOCK
STR 1517
9/14/2001
9
7.0 REPORT DISTRIBUTION
Terra Engineers, Inc. prepared this report for the sole and exclusive use by its
client, based on specific and limited objectives. All reports, boring logs, field data,
laboratory test results and other documents prepared by Terra Engineers, Inc. as
instruments of service shall remain the property of Terra Engineers, Inc., at,d reuse of
these documents is not permitted without written approval from Terra Engineers, Inc. The
client may release the information to third parties, which may use and rely upon the
information at their discretion. However, any use of or reliance upon the information by
a party other than specifically named above shall be solely at the risk of such third party
and without legal recourse against Terra Engineers, Inc., its parent company, or its
subsidiaries and affiliates, or their respective employees, officers or directors, regardless
of whether the action in which recovery of damages is sought is based upon contract, tort
(including the sole, concurrent or other negligence and strict liability of Terra Engineers,
Inc.), statute, or otherwise. This information shall not be used, or relied upon by a party
that does not agree to be bound by the above statement. Terra Engineers, Inc. assumes no
responsibility or obligation for the unauthorized use of this report by a third party.
We appreciate the opportunity to be of assistance on this project. If you should
have any questions, please feel free to call us.
Very truly yours,
TERRA ENGINEERS, INC.
C. V. G. Vallabhan, Ph.D., P. E.
Geotechnical Engineer
LUBSMK
PHASE 5
PHASE 3
---------------
COVERED
PARKING
•LONG STRUCTURE
TERM
PARKING
-FPHASE I
" � 5
, �T---
EMU
LONG
PARKING • PHASE 4 TERM
P INC
• IRE
V
a
9(,
`Zov .4/0
RENT
CAR
PARKING
PHASE I
Figure la East Parking Lot
CONSTRUMON
PHASING PLAN
ATTENDANT
BUILDINGS
ATTENDANT
BUILDINGS
N
EMPLOTEE
PARKING
'The seat oppowing on this document was authorized by
Lowence J. Voider. P.E. 65358 an November 14. 1997.
Alterot;on of a **ckd document -ithowlt piper notirwatkin
to the responsible is An offense under the
'ennew
Tax" e4L
PorkhIll, Smith & Cooper. Inc.
O"W" by: Otf OF MOME NEW-
WIE111"T"AL AVIPWT
PROJECT JERMINAL PARKING k ROADWAY IMPROVEMENTS
sHaT IlnE .
w 0 so IN
PHASING PLAN
C====
SCAM . C • W
RIFT wr 1! 9 i 4 i -111jr,
lwl — some
�_ -�
.. _ ,
u
BORING LOG
TEST HOLE NO. 1
Project:
LIA East & West Terminal Parking Lot Reconstruction
Location: East Parking Lot
�Lublwck. Texas
Date or Diillin
108-21-01
Client:
Parkhill Smith &Cooper, Inc.
Name orthe Driller: Deltttt of G��7.
Eugene Edwards & Keith Carrowav __
Surface Elevation: Diameter: Depth: Boring Method: STR No.:
I
Unknown 7 7B" I l0 ft. HSA l 1517
Depth, ft
Description
USC
Moisture
Content, %
liquid
Limit, %
Plastic
limit
Plasticity
Index
Passing
200, %
BPT. KO. of 1110H. per G' i
1st 2nd 3t
Remarks
"
2-5
Clayey Sand witrace of caliche, Reddish
SC
18.7
28
18
10
46.2
2
9
12
5
Sandy Lean Clay w/trace of caliche,
Reddish Yellow
CL
5.2
2
3
4
I10
.Sandy Lean Clay, Reddish Brown
CL
18.1
30
19
11
51.3
3
5
6
15
20
25
I
I30
35
40
45
50
TS-Top sou
TERRA ENGINEERS, INC.
BORING LOG
LEST HOLE NO. z
Project:
LIA East & West Terminal Parkin„ Lot Reconstruction
Location: East Parking Lot
Lubbock. Texas
Date of Dtiliing:
108.21-01
Client:
Parkhill Smith & Cooper. Inc. JEugene
Name of the Driller:
Edwards & Keith Carroway
Depth of G%%T: V
..........
Surface Elevation:
Unknown
Diameter:
7 7/ii"
Depth:
10 ft.
Boring Method: STR '* o.:
HSA 1517
Depth, ft
Description
USC
Moisture
Content, %
Liquid
Limit, %
Plastic
Limit, %
Plasticity
Index
Passing j
200. °lo I
sill*. No. of Blows per 6' i
Ist 2nd 3rd
Remark
TS
2.5
Sandy Lean Clay, Dark Reddish Brown
CL
12.0
7
7
7
5
Sandy Lean Clay, Strong Brown
CL
14.2
27
17
10
53.6
2
4
4
10
Lean Clay w/sand w/cemented caliche,
eddish Yellow
CL
16.1
27
16
11
71.0
5
8
*25
*2.0"
Penetratlotl
15
20
25
30
35
40
45
50
TS-T
Sal TERRA ENGINEERS, INC.
BOMNG LOG
TEST HOLE NO. 3
Project:
LIA East & west Terminal Parking Lot Reconstruction
Location: East Parking Lot
Lubbock, Texas
Date orDiVinr:-
OS-2t-Ol
Client:
Parkhill Smith & Cooper. Inc.
Name of the Driller:
Eugene Edwards & Keitl► Carrowav
Depth of GN1T: V
--------
Surface Elevation:
Unknown
Diameter:
7 718"
Depth:
10 ft.
Boring Method:
iHSA
STR No.:
1517
Depth, ft
Description
USC
Moisture
Content, %
liquid I
Umit'%j
Plastic
Limit. %
P1asuciq
Index
Passing
4 200, %
SPl', \o. of illows per c' +
Is( 2nd 3rd
Rentark,
TS I
ase 9.5"
2.5
5
Clayey Sand, Dark Reddish Brown
Yellow
SC
11.2
21
11
10
39.5
3
4
4
Sandy Lean Clay w/trace of caliche,
Dark Reddish Brown
CL
15.1
2
4
9
t
10
Sandy Lean Clay, Reddish Yellow
CL
18.6
25
15
10
66.8
3
4
8
15
20
25
30
35
40
45
50
I
I
I
Ts. Tob
Soil TERRA ENGINEERS.
INC.
BORING LOG
LEST HOLE NO. 4
Project:
LIA East & West Terminal Parking Lot Reconstruction
Location: East Parking Lot
Lubbock:. Texas
Date of Drilbinr:
08.21-01
Client:
Parkhill Smith & Cooper, In_c.
Name of the Driller.
lEugene Edwards & Keith Carroway
Depth of CttT: Z_
-------
Surface Elevation: Diameter: Depth: Boring Method:
(Unknown 7 718" (10 ft. HSA
STR No.:
1517
Depth, fl
Description
US C
Moisture
contort, °h
liquid
Limit, %
Piauic
limit,'o
t'lasticitc
hides
Passing
1200. %
si'7�. No. of 1110"..lin G' i hcivarka
Ist Znd 3rd
TS
se 10.5"
2.5
5
Sandy Lean Clay, Reddish Brown
Yellow
CL
15.3
3
3
7
Sandy Lean Clay w/trace of caliche, Pink
-
CL
17.8
22
14
8
69.3
3
4
5
10
Clayey Sand w/trace of caliche, Reddish
ellow
SC
12.6
24
12
12
49.9
3
4
4
�15
20
1
25
j30
35
40
45
50
i
I
i
rs. Tob
Soil TERRA ENGINEERS. INC.
BORING LOG
LEST HOLE NO. 5
Project:
East & West Terminal ParkiM Lot Reconstruction
Location: East Parking Lot Datc of Dcillin�:
Lubbock. Texas 08-21-01
Client:
Parkhill Smith & Cooper, Inc.
Name of Cie Driller:
Eugene Edwards & Kelth Carrowav
Deptli of G%NT: _ v
..........
Surface Elevation: Diameter:
Unknown 7 718-
Deplb: Boring Method:
10 ft. I HSA
STR No.:
1517
Depth. ft
Description
USC
Moisture
Content. °o
I liquid
Limit, °io
I Plastic I
limit. %
Plasticii%
Index
Passing
f 200, %
SP'r. No. of Blows per C �
lu 2nd 3,e.
Remarl N i
TS
15"
rphalt
2.5
Sandy Lean Clay, Dark Brown
CL
16.3
27
12
15
55.6
2
3
3
5
Sandy Lean Clay w/trace of caliche, Pink
CL
20.8
5
4
5
10
Sandy Lean Clay, Strong Brown
CL
13.8
29
12
17
62.2
4
8
11
15
20
25
30
35
40
45
50
i
I
TS-T
Soil TERRA ENGINEERS. INC.
BORING LOc
LEST HOLE NO. 6
Project:
LIA East & West Terminal Parking Lot Reconstruction
Location: East Parking Lot Date of Drulit
Lubbock, Texas 08-21-01
Client:
Parkhill Smith & Cooper, Inc.
Name of the Driller. Depth of G%17: _L
Eugene Edm2rds 8 Keith Carrowa-._----_-_
Surface Elevation: Diameter:
Unknown 7 7/8"
Depth:
1 10 ft.
Boring Method: ISTR No.:
HSA 1517
Depth, ft
Description
USC
Moisture
Content, %
liquid
limit, %
Plastic
Unut. %
Plasticity
bides
Passing
• 200. %
SPT. No. of [Slows per 6'
Is[ 2nd 3rd
Remarks
2-5
5
Sandy Lean Clay w/trace of caliche,
Dark Brown
CL
13.1
27
12
15
52.9
2
3
5
Sandy Lean Clay, Pink
CL
17.6
25
13
12
67.2
2
4
5
10
Sandy Lean Clay w/trace of caliche,
Yellow
CL
12.3
3
5
8
15
20
25
' 30
35
40
45
50
'r
I
IS-T
Sob TERRA ENGINEERS.
INC.
BORING LOG
TEST HOLE NO. 7
Project:
LIA East & West Terminal. Par"Lot Reconstruction
Location: West Parking Lot
Lubbock. Texas
Dxte of Dritting:-
08.21.01
Client:
Parkhill Smith & Cooper. Inc.
Name of Ute Duller.
I Eugene Edwards & Kclth Carrowav
Depth of G%1T: i_
Surface Elevation: Diameter: Depth:
Unknown 7 7/8" 1 10 ft.
Boring Method.
IHSA
STR No.:
1517
Depth, ft
Description 7-5�c-
Dloisture
Content, %
liquid
Lunn, %
Plastic
Limit, %
Plasticity
Index
Passing
• 200. °rc
SM No. of Blows per 6"
1s1 2nd 3rd
� Remarks
TS
2.5
Sandy Lean Clay, Reddish Brown
CL
17.5
33
16
17
59.1
3
4
6
5
Sandy Lean Ci y, Reddish Yellow
CL
12.6
3
5
6
10
JQlayey Sand w/caliche, Pink
SC
13.0
29
17
12
28.1
4
7
14
15
20
25
30
35
40
45
50
13-To
Soll TERRA ENGINEERS.
INC.
BORING LOG
PEST HOLE NO. 8
Project:
LIA East & West Terminal Pa Lot Recortstruction
Location: West Parking Lot Date of Diiiiioig:-
Lubbock, Texas 08-21-01
Client:
Parkhill Smith & Cooper. Inc.
Name afthe Driller.
Eugene Edwards & Keith Carrowa
Depth of GI%7:
----_-----
Surface Elevation: Diameter:
(� 7 7B"
Depth: Boring Method:
10 ft. HSA
STR No_:
1517
De th, ft
p
Description
USC
moisture
Content. %
Liquid
Umit. %
Plastic
Limit, %
Plasticity
Index
Passing
r 200. %
SP'I'. No. of Blows Pcr 6'
1st 2nd 3rd
Fctttat k%
i
TS
2.5
Sandy Lean CIay, Reddish Brown
CL
15.1
31
15
16
61.1
3
4
7
5
Sandy Lean Clay, Pink
CL
15.7
26
17
9
54.1
4
6
6
10
Clayey Sand w/trace of caliche, Reddish
Yellow
SC
13.2
3
5
6
15
20
25
30
35
40
45
50
i
I
M Ft
Sell
TERRA ENGINEERS.
INC.
BORING LOG
LEST HOLE NU. s
Project:
i to Fact & West Terminal Parking; Lot Reconstruction
Location: West Parking Lot Date of Drining:-
Lubbock. Texas 08.21.01
Client:
Name of the Driller.
Depth of GXNT: _z_
Parkhill Smith & Cooper. Inc.
Eugene Edwards & Keith Carrowav
---------- _
Surface Elevation:
Diameter: 7TDeptli:
Boring Method: STR No.:
IHSA
Unknown
7 718"
ft. _ _ 1517
Depth, ft
Description
USC
Moisture
Content, %
Liquid
Limit, %
Plastic
Limp, Rio
Plasticity I
Lndex
Passing
1 200. °0
SPT. No. of illoes per a
1st 2nd 3rd
Remark. ,
TS
i
ase 10.5"
2.5
Sandy Lean Clay, Reddish Brown
CL
16.9
31
15
16
59.6
2
3
5
5
Clayey Sand, Reddish Yellow
SC
12.8
3
3
3
10
Silty Clayey Sand w/trace of caliche,
SC-
16.1
24
17
7
44-5
3
3
6
eddish Yellow
SM
15
20
25
30
35
40
45
50
TS-To
Sop TERRA ENGINEERS, INC.
BORING LOG
TEST HOLE NO. 1U
Project:
LIA East & West Terminal Parking Lot Reconstruction
Location: West Parldng Lot
Lubbock, Texas
j Date of Dtillin-,:-
108-21-01
Client:
Parkhill Smith &Cooper, Inc. _
Name of the Driller: DepUt of G%tT: V_
Eugene Edwards 8 Keith Catroway----------
Surface Elevation:
Ur&wwn
Diameter: Depht:
7 7/8" __ _ 10 ft. -_- -
Botit a NMI, STR No.:
HSA 11517
Depth, ft
Description
USC
Moisture
Content, %
Liquid I
Limit, % I
Plastic I
limit, %I
Plasticity
Index
Passing
1 200, %
Sill'. No. of Blows per G"
I It 2od 3rd
Rentat'l
T$
�Asphall I"
Oas*e 10"
2.5
5
Sandy Lean Clay, Dark Reddish Brown
CL
14.1
2
4
7
Sandy Lean Clay w/trace of caliche, Pink
CL
13.2
25
14
11
50.4
2
3
4
10
Clayey Sand w/trace of caliche, Reddish
rown
SC
17.2
45
20
25
30.8
3
5
6
15
20
25
30
35
40
45
50
TS-To
Soil TERRA ENGINEERS.
INC.
STR 1517
09/11 /01
No. of blows per foot (N)
0 10 20 30 40
50
KX o X
5
10
X ---- -- - - - .
to
o BH #1
r
15
xBH#2
a
- ---
eBH#3
- --.- -.
O20
a BH #5
_._--
♦ BH #6
25
30
35
Note: An arrow indicates N is greater than 50 blows/ft.
Figure 2a Standard Penetration Test, ASTM D-
1586
Method of Sampling: ASTM D-1586, Split -Barrel Sampler
Size of Samples: 2-in.
Method of Drilling: Wet, Dry X
TERRA ENGINEERS. INC.
wuoerc
0
0v
5
25
30
35
No. of blows per foot (N)
10 20 30 40 50
Note: An anew indicates N is greater than 50 blows/ft.
Figure 2b Standard Penetration Test, ASTM D-
1586
Method of Sampling: ASTM D-1586, Split -Barrel Sampler
Size of Samples: 24n.
Method of Drilling: Wet _ Dry X
STR 1517
09/11 /01
OBH#7
*BH#8
*BH#9
o BH #10
TERRA ENGINEERS, INC.
LUSS CK
TERRA ENGINEERS, INC.
5208 - 34TH STREET
P.O. BOX 16605 - LUBBOCK. TEXAS 79490-6605 - (806) 793-4767 - FAX (806) 793-4768
ATTACHMENT A
Client: Parkhill Smith & Cooper, Inc. Report: September 14, 2001
Project: LIA Terminal Parking Lot Project No: STR 1517
Identification: Base Course BH #1 Sample No: 5691
Method of Test: Reference No: 23157-08-21-01
ASTM C-136, ASTM D-4318,
ASTM C-88 & Tex 116-E
Sieve No.
Percent Cumulative
Percent Finer
1 3/4"
0
100
7/8"
14.0
86
3/8"
29.1
70.9
# 4
39.9
60.1
# 40
65.4
34.6
Atterbere Limit
Sam le Number
Plastic Limit
Liquid Limit
Plasticity Index
F--
5691
-
-
Non -Plastic
Wet Ball Mill 67.2 %
Sodium Sulfate Soundness 29.4 %
Distribution:
John Hamilton/Parkhill Smith & Cooper
Respectfully submitted,
.4-G !�6� a�ccly
Ali Behpour, . .
Manager, Materials Testing
SOIL INVESTIGATION - MATERIAL TESTING - ENVIRONMENTAL SERVICES - PROFESSIONAL ENGINEERING SERVICES - NDT
TERRA ENGINEERS, INC. 5208 - 34TH STREET
P.O. BOX 16605 - WBBOCK, TEXAS 79490-6605 - (806) 793-4767 • FAX (806) 793-4768
Client: Parkhill Smith & Cooper, Inc.
Project: LIA Terminal Parking Lot
Identification: Base Course BH #3
Method of Test:
ASTM C-136, ASTM D-4318,
ASTM C-88 & Tex 116-E
Report: September 14, 2001
Project No: STR 1517
Sample No: 5692
Reference No: 23157-08-21-01
Sieve No.
Percent Cumulative
Percent Finer
1 3/4 *
0
100
7/8"
5.4
94.6
3/8"
21.7
78.3
# 4
33.5
66.5
# 40
67.0
33.0
Atterbere Limit
Sample Number
Plastic Limit
Liquid Limit
Plasticity Index
5692
14
1 27
13
Wet Ball Mill 61.3 %
Sodium Sulfate Soundness 27.8 %
Distribution:
John Hamilton/Parkhill Smith & Cooper
Respectfully submitted,
Ali Behpour, B.
Manager, Materials Testing
SOIL INVESTIGATION - MATERIAL TESTING - ENVIRONMENTAL SERVICES - PROFESSIONAL ENGINEERING SERVICES - NDT
TERRA ENGINEERS, INC. 5208 - 34TH STREET
P.O. BOX 16605 • LUBBOCK, TEXAS 79490-6605 • (806) 793-4767 FAX (806) 793-4766
ATTACHMENT C
Client: Parkhill Smith & Cooper, Inc.
Project: LIA Terminal Parking Lot
Identification: Base Course BH #5
Method of Test:
ASTM C-136, ASTM D-4318,
ASTM C-88 & Tex 116-E
Report: September 14, 2001
Project No: STR 1517
Sample No: 5693
Reference No: 23157-08-21-01
Sieve No.
Percent Cumulative
Percent Finer
1 3/4"
0
100
7/8"
10.0
100
3/8"
17.2
90.0
# 4
46.0
82.8
# 40
100
54.0
Atterberls Limit
Sample Number
Plastic Limit
- — -
Liquid Limit
Plasticity Index
5693
14
25
11
Wet Ball Mill 69.7 %
Sodium Sulfate Soundness 26.06 %
Distribution:
John Hamilton/Parkhill Smith & Cooper
Respectfully submitted,
Ali Behpour, Bt..
Manager, Materials Testing
SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NQT
TERRA ENGINEERS, INC. 5208 - 34TH STREET
P.O. BOX 16605 - LUBBOCK TEXAS 79490-6605 - (806) 793-4767 - FAX (806) 793-4768
ATTACHMENT D
Client: Parkhill Smith & Cooper, Inc.
Project: LIA Terminal Parking Lot
Identification: Base Course BH #8
Method of Test:
ASTM C-136, ASTM D-4318,
ASTM C-88 & Tex 116-E
Report: September 14, 2001
Project No: STR 1517
Sample No: 5694
Reference No: 23157-08-21-01
Sieve No.
Percent Cumulative
Percent Finer
1 3✓4"
0
100
7/8"
14.0
86
3/8"
29.1
70.9
# 4
39.9
60.1
# 40
65.4
34.6
Atterbere Limit
Sample Number
Plastic Limit
Liquid Limit
Plasticity Index
5694
-
-
Non -Plastic
Wet Ball Mill 79.4 %
Sodium Sulfate Soundness 26.3 %
Distribution:
John Hamilton/Parkhill Smith & Cooper
Respectfully submitted,
Ali Behpour,(,JB.S.
Manager, Materials Testing
SOIL INVESTIGATION - MATERIAL TESTING - ENVIRONMENTAL SERVICES - PROFESSIONAL ENGINEERING SERVICES - NOT
TERRA ENGINEERS, INC.
5208 - 34TH STREET
P.O. BOX 16605 • LUBBOCK, TEXAS 79490-6605 • (806) 793-4767 • FAX (806) 793-4768
ATTACHMENT E
Client: Parkhill Smith & Cooper, Inc. Report: September 14, 2001
1 Project: LIA Terminal Parking Lot Project No: STR 1517
Identification: Base Course BH #9 Sample No: 5695
Method of Test: Reference No: 23157-08-21-01
ASTM C-136, ASTM D-4318,
ASTM C-88 & Tex 116-E
512-
�I
Sieve No.
Percent Cumulative
Percent Finer
13/4"
0
100
7/8"
9.5
90.5
3/8"
25.6
74.4
# 4
36.3
63.7
# 40
72.2
27.8
l
Atterberg Limit
Sample Number Plastic Limit Liquid
Wet Ball Mill 70.4 %
1 Sodium Sulfate Soundness 25.28 %
Distribution: Respectfully submitted,
John Hamilton/Parkhill Smith & Cooper
Ali Behpour, S.
Manager, Materials Testing
SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES NDT
Limit
Plasticity Index
5695
Non -Plastic
SECTION 01010
SUMMARY OF WORK
PART1-GENERAL
1.1 SUMMARY
A. The owner is: Lubbock International Airport, Route 3, Box 389, Lubbock, Texas 79401.
B. Section Includes:
1. Project description.
2. Permits and licenses.
3. Access to the site.
4. Contractor's use of the premises.
5. Coordination requirements.
6. Coordination drawings.
7. Preconstruction meeting.
8. Warranty
1.2 PROJECT DESCRIPTION
A. The project consists of the construction of new HMAC, HMAC rehabilitation, brick pavers,
landscaping and irrigation, and miscellaneous concrete, electrical and architectural improvements.
1. The Project is located on the west side of the airport property at the old airport terminal
facility.
2. As shown in contract documents prepared by Parkhill, Smith and Cooper, Inc.,
4222 85th Street, Lubbock, Texas 79423.
1.3 SCHEDULING OF WORK
The following phasing plan is only intended to ensure a complete growing season for turf and
adequate parking for the FSDO facility. In no way shall this plan relieve the Contractor of the
contract completion dates.
A. Phase I:
1. In order to allow for a complete turf growing season, all concrete work, irrigation installation,
and grading in and around areas to be seeded with turf grasses shall be ready by no later than
June 30, 2002. Access to the Flight Standards District Office) shall be provided at all times
during Phase I construction.
B. In order to facilitate employees and guests of the Flight Standards District Office (FSDO), parking
lot work shall be phased as follows.
1. Phase II:
a. Phase II shall consist of all new parking lot construction (subgrade, base course,
HMAQ necessary to provide parking for FSDO employees and guests within the new
Patriot Plaza parking lot, as well as any work not required to be completed during
Phase I. During Phase II construction, FSDO employees and guests shall be directed
to park in the existing lot located on the southwest end of the building. Phase II shall
be completed 120 calendar days after the Notice to Proceed is issued.
_1
01272101 SUMMARY OF WORK 01010 - 1
03/02
2. Phase III:
a. Phase III work shall consist of all HMAC rehabilitation work plus any other work not
required to be completed during Phase I or Phase II. During Phase III, Contractor shall
provide parking for FSDO employees and guests within the newly constructed Patriot
Plaza parking lot. Again, pedestrian access shall be provided to the FSDO facility at
all times. Phase III shall be completed 150 calendar days after the Notice to Proceed
is issued.
1.4 DEFINITIONS
A. Furnish: To supply products to the project site, including delivering ready for unloading and
replacing damaged and rejected products.
B. Install: To put products in place in the work ready for the intended use, including unloading,
unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring, working,
finishing, curing, protecting, cleaning, and similar operations.
C. Provide: To furnish and install products.
D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract documents.
1.5 REGULATORY REQUIREMENTS
A. Submit copies of all permits, licenses, and similar permissions obtained, and receipts for fees paid,
to the owner directly.
1.6 ACCESS TO THE SITE AND USE OF THE PREMISES
A. The space available to the Contractor for the performance of the work, either exclusively or in
conjunction with others performing other construction as part of the project, is restricted to the area
shown on the site plan of the contract drawings unless the Contractor makes arrangements to use
additional space with Lubbock International Airport Operations Superintendent.
B. Signs: Provide signs adequate to direct visitors.
1. Do not install, or allow to be installed, signs other than specified sign(s) and signs identifying
the principal entities involved in the project.
1.7 PROJECT IDENTIFICATION
A. Provide 8 ft. wide x 4 ft. high project sign of exterior grade plywood and wood frame construction,
painted, with exhibit lettering by professional sign painter, to Engineer's design and colors.
B. List title of project, names of Owner, Architect, Engineer, professional sub -consultants, and
Contractor and major subcontractors.
C. Erect on site at location established by Engineer.
D. No other signs are allowed without Owner's permission except those required by law.
PART2-PRODUCTS
Not Used
01272101 SUMMARY OF WORK 01010 - 2
03/02
i
i PART 3 - EXECUTION
3.1 PRECONSTRUCTION MEETING
A. A preconstruction meeting will be held at a time and place designated by the Owner, for the purpose
of identifying responsibilities of the owner's and the architect's personnel and explanation of
administrative procedures.
B. The Contractor shall also use this meeting for the following minimum agenda:
1. Construction schedule.
2. Use of areas of the site.
3. Delivery and storage.
4. Safety.
5. Security.
6. Cleaning up.
7. SubContractor procedures relating to:
a. Submittals.
b. Change orders.
C. Applications for payment.
d. Record documents.
8. FAA requirements
C. Attendees shall include:
1. The Owner.
2. The Engineer, and any consultants.
3. The Contractor and its superintendent.
4. Major Subcontractors, suppliers, and fabricators.
5. Others interested in the work.
3.2 SECURITY PROCEDURES
A. Limit access to the site to persons involved in the work.
B. Provide secure storage for materials for which the owner has made payment and which are stored
on site.
C. Secure completed work as required to prevent loss.
D. Secure this site by means of fencing, security guards or other means to prevent damage, theft, safety
hazards or other problems on the site.
E. See the Supplementary Conditions.
3.3 COORDINATION
A. If necessary, inform each party involved, in writing, of procedures required for coordination; include
requirements for. giving notice, submitting reports, and attending meetings.
1. Inform the owner when coordination of his work is required.
B. See other requirements in other portions of the contract documents.
C. Prepare the coordination drawings specified in product sections.
1. Where space is limited, show plan and cross-section dimensions of space available, including
structural obstructions and ceilings as applicable.
2. Coordinate shop drawings prepared by separate entities.
3. Show installation sequence when necessary for proper installation.
1 1 3.4 WARRANTY
-t
01272101 SUMMARY OF WORK 01010 - 3
03/02
A. Contractor shall warrant 100 percent of the project for one (1) year after the date of final acceptance
of the work.
B. On the eleventh month from the date of final acceptance, Owner's Representative will schedule an
annual Inspection with the presence of the Contractor to inspect for defects and assessment of the
work performed. Any work that is considered defective by the Owner's Representative will be
repaired.
C. Contractor shall remedy any defects in workmanship, and pay for any and all damages of any nature
whatsoever resulting in defects at no cost to the Owner.
END OF SECTION
01272101 SUMMARY OF WORK 01010 - 4
03/02
SECTION 01019
CONTRACT CONSIDERATIONS
PART 1 - GENERAL
1.1
1.2
1.3
SECTION INCLUDES
A. Schedule of values.
B. Application for payment.
C. Change Procedures.
SCHEDULE OF VALUES
A. Submit a printed schedule on Engineer approved Contractor's form or electronic media printout.
B. Submit Schedule of Values in duplicate within five (5) days after receiving the bid tabulation.
C. Revise schedule to list approved Change Orders, with each Application for Payment.
1.4
APPLICATIONS FOR PAYMENT
A. Submit five (5) copies of each application on Engineer approved Contractor's form or electronic
media printout.
B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment.
C. Payment Period: Monthly, submit application for payment on or about the 10th day of each month.
Applications for payment submitted later than previously described will be processed the following
month.
D. Include an updated construction progress schedule, materials received and manifest.
E. Submit the following along with the application for final payment:
1. The documentation for the completed Project.
2. Signed affidavit from the Notary Public that all claims on this job have been settled and that
all bills owed by the Contractor for the project including materials and labor, have been paid.
3. Contractor warranties for this job shall be signed and sealed by a Notary Public.
CHANGE PROCEDURES
A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract
Sum/Price or Contract Time as authorized by General Conditions by issuing a work directive change.
B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed
change with supplementary or revised Drawings and specifications, a change in Contract Time for
executing the change. Contractor will prepare and submit an estimate within 7 days.
C. The Contractor may propose a change by submitting request for change to the Engineer, describing
the proposed change and its full effect on the Work. Include a statement describing the reason for
the change, and the effect on the Contract 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 01300.
D. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price
quotation or Contractor's request for a Change Order as approved by Engineer.
01272101 CONTRACT CONSIDERATIONS 01019 - 1
03/02
E. Construction Change Authorization: Engineer may issue a directive on Work Directive Change,
signed by the Owner, instructing the Contractor to proceed with a change in the Work, for
subsequent inclusion in a Change Order. Document will describe changes in the Work, and
designate method of determining any change in Contract Sum/Price or Contract Time. Promptly
execute the change.
F. Time and Material Change Order: Submit itemized account and supporting data after completion
of change, within time limits indicated in the Conditions of the Contract. Engineer will determine
the change allowable in Contract Sum/Price and Contract Time as provided in the Contract
Documents.
G. Maintain detailed records of work done on Time and Material basis. Provide full information
required for evaluation of proposed changes, and to substantiate costs for changes in the Work.
H. Change Order Forms: EJCDC 1910-8-B.
1. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided
in the General Conditions of the Contract.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01272101 CONTRACT CONSIDERATIONS 01019 - 2
03/02
SECTION 01025
MEASUREMENT AND PAYMENT
PARTI- GENERAL
1.1 LUMP SUM BASE BID
A. All items specified within Base Bid and as shown on plans will be paid as lump sum. This lump sum
price will include all work and materials involved in the installation within the limits designated on
the plans. No measurement of the work or materials included will be made. Progress payments will
be based on percentage complete of total project excluding retainage.
1.2 MOBILIZATION
A. Mobilization consists of preparatory work and operations, including but not limited to, those
necessary for the movement of personnel, equipment, supplies and incidentals to the project site; for
the establishment of all offices, buildings and other facilities necessary for work on the project; and
for all other work and operations which must be performed or costs incurred prior to beginning work
on the various items on the project site. All mobilization costs shall be included in the Base Bid
price.
1.3 LUMP SUM ALTERNATE ITEMS
Any lump sum alternate item selected will be paid for at the lump sum price bid. The lump sum
price will include all work and materials involved in the installation within the limits designated on
the plans. No measurement of the work or materials included in such items will be made. All work
so included will be installed, constructed or performed as shown on the drawings and specified
herein.
1.4 ADDITIVE OR DEDUCTIVE UNIT PRICE WORK
Any work added or deducted from the lump sum contract price will be done at the contract additive
or deductive unit price. This price shall include all labor, materials, equipment, superintendence and
all incidentals necessary to fully add or remove a quantity of the unit price item.
1.5 FINAL CLEAN-UP
A. The Contractor shall make a final cleanup of all parts of the work before final acceptance of the work
by the Owner. This clean-up shall include, among other things, removing all construction materials,
final grading of all construction sites, and in general preparing the site of the work in an orderly
manner.
B. The cost of clean-up shall be included as a part of the lump sum price and no direct compensation
will be made for this work.
C. Clean-up will be approved prior to application for final payment.
01272101 MEASUREMENT AND PAYMENT 01025 - 1
` 03/02
1.6 UTILITY ADJUSTMENTS
No separate payment will be made for utility adjustments. The cost of adjusting or repairing existing
utilities during construction shall be incidental to the applicable pay items.
1.7 SURVEYING
No separate payment shall be made for construction surveying. The cost of surveying shall be
included in the bid prices for the applicable pay items.
1.8 PROJECT SIGN
No separate payment shall be made for the project sign. The cost for this item shall be included
in the lump sum base bid price.
1.9 ENGINEER'S FIELD OFFICE
No separate payment shall be made for the Engineer's field office. The cost for this item shall be
included in the lump sum base bid price.
PART 2-PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01272101 MEASUREMENT AND PAYMENT 01025 - 2
03/02
SECTION 01028
CHANGE ORDER PROCEDURES
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Submittals.
B. Documentation of change in Contract Sum/Price and Contract Time.
C. Change procedures.
D. Stipulated Price change order.
E. Unit price change order.
F. Time and material change order.
G. Execution of change orders.
H. Correlation of Contractor submittals.
1.2 RELATED SECTIONS
A. Document - General Contract Conditions.
B. Section 01019 - Contract Considerations.
C. Section 01300 - Submittals: Work Schedule.
D. Section 01700 - Contract Closeout.
1.3 SUBMITTALS
A. Submit name of the individual authorized to receive change documents, and be responsible for
informing others in Contractor's employ or Subcontractors of changes to the Work.
B. Change Order Forms.
1.4 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME
A. Maintain detailed records of work done on a time and material basis. Provide full information
required for evaluation of proposed changes, and to substantiate costs of changes in the Work.
B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the
quotation.
C. On request, provide additional data to support computations:
1. Quantities of products, labor, and equipment.
2. Taxes, insurance and bonds.
3. Overhead and profit.
4. Justification for any change in Contract Time.
5. Credit for deletions from Contract, similarly documented.
D. Support each claim for additional costs, and for work done on a time and material basis, with
additional information:
1. Origin and date of claim.
2. Dates and times work was performed, and by whom.
3. Time records and wage rates paid.
4. Invoices and receipts for products, equipment, and subcontracts, similarly documented.
01272101 CHANGE ORDER PROCEDURES 01028 - 1
03/02
1.5 CHANGE PROCEDURES
A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract
Sun/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by
letter.
B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed
change with supplementary or revised Drawings and specifications, a change in Contract Time for
executing the change. Contractor will prepare and submit an estimate within 7 days.
C. The Contractor may propose a change by submitting a request for change to the Engineer, describing
the proposed change and its full effect on the Work, with a statement describing the reason for the
change, and the effect on the Contract Sum/Price and Contract Time with full documentation and
a statement describing the effect on Work by separate or other contractors.
1.6 CONSTRUCTION CHANGE AUTHORIZATION
A. Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a
change in the Work, for subsequent inclusion in a Change Order.
B. The document will describe changes in the Work, and will designate method of determining any
change in Contract Sum/Price or Contract Time.
C. Promptly execute the change in Work.
1.7 STIPULATED PRICE CHANGE ORDER
A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for
a Change Order as approved by Engineer.
1.8 UNIT PRICE CHANGE ORDER
A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit
price basis.
B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a
Construction Change Authorization.
C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and
Material Change Order.
1.9 TIME AND MATERIAL CHANGE ORDER
A. Submit itemized account and supporting data after completion of change, within time limits indicated
in the Conditions of the Contract.
B. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided
in the Contract Documents.
C. Maintain detailed records of work done on Time and Material basis.
D. Provide full information required for evaluation of proposed changes, and to substantiate costs for
changes in the Work.
1.10 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.
01272101 CHANGE ORDER PROCEDURES 01028 - 2
03/02
1.11 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
01272101
03/02
CHANGE ORDER PROCEDURES
01028 - 3
I
SECTION 01039
s COORDINATION AND MEETINGS
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions
and Division 1 - General Requirements apply to Work of this Section.
j
1.2
SECTION INCLUDES
A.
Coordination.
w
B.
Field engineering.
C.
Preconstruction meeting.
D.
Progress meetings.
E.
Preinstallation meetings.
F.
Cutting and patching.
1.3
COORDINATION
A.
Coordinate scheduling, submittals, and Work of the various Sections of the Project Manual to assure
efficient and orderly sequence of installation of interdependent construction elements, with
provisions for accommodating items installed later.
B.
Coordinate space requirements and installation of electrical work as indicated diagrammatically on
l
Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable.
C.
In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within the
}
construction. Coordinate locations of fixtures and outlets with finish elements.
D.
Items which require electrical connections shall be coordinated with Division 16 for:
1. Voltage.
2. Phase.
3. Ampacity.
11
4. No. and size of wires.
5. Wiring diagrams.
6. Starter size, details and location.
7. Control devices and details.
E.
Coordinate completion and clean up of Work of separate Sections in preparation for Substantial
Completion.
F.
After Owner occupancy of premises, coordinate access to site for correction of defective Work and
Work not in accordance with Contract Documents, to minimize disruption of Owner's activities.
1.4
FIELD ENGINEERING
-�
A.
Locate and protect survey control and reference points.
B.
Control datum for survey is that shown on Drawings.
C.
Verify set -backs and easements, confirm drawing dimensions and elevations.
01272101
COORDINATION AND MEETINGS 01039 - 1
l
_.J
03/02
D. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized
engineering survey practices.
E. Submit a copy of registered site drawing and certificate signed by the Land Surveyor that the
elevations and locations of the Work are in conformance with the Contract Documents.
1.5 PRECONSTRUCTION MEETING
A. Engineer will schedule a meeting after Notice to Proceed.
B. Attendance Required: Owner, Engineer, Contractor and major Subcontractors.
C. Agenda:
1. Designation of personnel representing the parties in Contract and the Engineer.
2. Procedures and processing of field decisions, submittals, substitutions, applications for
payments, proposal request, Change Orders and Contract closeout procedures.
3. Scheduling.
a. Use of premises by Owner and Contractor.
b. Owner's requirements.
C. Construction facilities and controls provided by Owner.
d. Survey and layout.
e. Security and housekeeping procedures.
f. Schedules.
g. Procedures for testing.
h. Procedures for maintaining record documents.
i. Requirements for start-up of equipment.
j. Inspection and acceptance of equipment put into service during construction period.
D. Record minutes and distribute copies within five days after meeting to participants with two copies
to Architect and those affected by decisions made.
1.6 PROGRESS MEETINGS
A. Schedule and administer meetings throughout progress of the Work at minimum monthly intervals.
B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at
meetings.
C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as
appropriate to agenda topics for each meeting.
D. Agenda:
1. Review minutes of previous meetings.
2. Review of Work progress.
3. Field observations, problems, and decisions.
4. Identification of problems which impede planned progress.
5. Review of submittals schedule and status of submittals.
6. Review of off -site fabrication and delivery schedules.
7. Maintenance of progress schedule.
8. Corrective measures to regain projected schedules.
9. Planned progress during succeeding work period.
10. Coordination of projected progress.
11. Maintenance of quality and work standards.
12. Effect of proposed changes on progress schedule and coordination.
13. Other business relating to Work.
E. Record minutes and distribute copies within five days to Engineer, participants, and those affected
by decisions made.
01272101 COORDINATION AND MEETINGS 01039 - 2
03/02
r
1.7 PREINSTALLATION MEETING
A. When required in individual specification Sections, convene a preinstallation meeting at work site
prior to commencing work of the Section.
B. Require attendance of parties directly affecting, or affected by, work of the specific Section.
C. Notify Engineer four days in advance of meeting date.
D. Prepare agenda and preside at meeting.
1. Revie�,- conditions of installation, preparation and installation procedures.
2. Review coordination with related work.
E. Record minutes and distribute copies within five days after meeting to participants, with four copies
to Engineer.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work.
Beginning new Work means acceptance of existing conditions.
B. Examine and verify specific conditions described in individual specification sections.
C. Verify that utility services are available, of the correct characteristics, and in the convect location.
3.2 PREPARATION
A. Clean substrate surfaces prior to applying next material or substance.
s B. Seal cracks or openings of substrate prior to applying next material or substance.
C. Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior to
applying any new material or substance in contact or bond.
3.3 CUTTING AND PATCHING
A. Employ skilled and experienced installer to perform cutting and patching.
B. Submit written request in advance of cutting or altering elements which affects:
1. Structural integrity of element.
2. Integrity of weather -exposed or moisture -resistant elements.
3. Efficiency, maintenance, or safety of element.
4. Visual qualities of sight -exposed elements.
5. Work of Owner or separate contractor.
C. Execute cutting, fitting, and patching, including excavation and fill, to complete Work, and to:
1. Fit the several parts together, to integrate with other Work.
2. Uncover Work to install or correct ill-timed Work.
3. Remove and replace defective and non -conforming Work.
4. Remove samples of installed Work for testing.
5. Provide openings in elements of Work for penetrations of mechanical and electrical Work.
1
01272101 COORDINATION AND MEETINGS 01039 - 3
03/02
D. Execute work by methods which will avoid damage to other Work, and provide proper surfaces to
receive patching and finishing.
E. Cut rigid materials using masonry saw or core drill.
F. Restore Work with new products in accordance with requirements of Contract Documents.
G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces.
H. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection;
for an assembly, refinish entire unit.
I. Identify any hazardous condition exposed during the Work to the Architect or Engineer for decision
or remedy.
END OF SECTION
01272101 COORDINATION AND MEETINGS 01039 - 4
03/02
SECTION 01300
SUBMITTALS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions
and Division 1 - General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Submittal procedures.
B. Construction progress schedules.
C. Proposed products list.
D. Shop drawings.
E. Product data.
F. Samples.
G. Manufacturers' instructions.
H. Manufacturers' certificates.
I. Construction photographs.
1.3 RELATED SECTIONS
A. Section 01019 - Contract Considerations.
B. Section 01410 - Testing Laboratory Services.
C. Section 01700 Contract Closeout.
1.4 SUBMITTAL PROCEDURES
A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name,
address and phone number.
B. Sequentially number the transmittal forms.
C. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s),
and specification Section number, as appropriate.
D. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required,
field dimensions, adjacent construction Work, and coordination of information, is in accordance with
the requirements of the Work and Contract Documents.
E. Schedule submittals to expedite the Project, and deliver to architects at business address. Coordinate
submission of related items.
F. For each submittal for review, allow 15 days excluding delivery time to and from the contractor.
G. Identify variations from Contract Documents and Product or system limitations which may be
detrimental to successful performance of the completed Work.
H. Provide space for Contractor and Engineer review stamps.
I. Revise and resubmit submittals as required, identify all changes made since previous submittal.
J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any
inability to comply with provisions.
K. Submittals not requested will not be recognized or processed.
01272101 SUBMITTALS 01300 - 1
03/02
__J
1.5 RESUBMITTAL REQUIREMENTS
A. Revise initial submittal as required and resubmit to meet requirements as specified.
B. Mark as RESUBMITTAL.
C. Re -use original transmittal number and supplement with sequential alphabetical suffix for each
re -submittal.
1.6 CONSTRUCTION PROGRESS SCHEDULES
A. Submit initial progress schedule in duplicate for Engineer review within 15 days after date
established in Notice to Proceed.
B. Submit revised schedules with each Application for Payment, identifying changes since previous
version.
C. Submit a horizontal bar chart with separate line for each section of Work, identifying first work day
of each week.
D. Show complete sequence of construction by activity, identifying Work of separate stages and other
logically grouped activities. Indicate the early and late start, early and late finish, float dates, and
duration.
E. Indicate estimated percentage of completion for each item of Work at each submission.
F. Indicate submittal dates required for shop drawings, product data, samples, and product delivery
dates, including those furnished by Owner.
1.7 PROPOSED PRODUCTS LIST
A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for
use, with name of manufacturer, trade name, and model number of each product.
B. For products specified only by reference standards, give manufacturer, trade name, model or catalog
designation, and reference standards.
1.8 SHOP DRAWINGS
A. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and
one opaque reproduction.
B. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which
Contractor requires, plus four copies which will be retained by Architect.
C. Drawing size shall be minimum 81/2 x 11 inches and maximum of 30 x 42 inches.
D. Details shall be drawn to a minimum size of 1/2 inch equal to 1 foot.
E. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES
article above and for record document purposes described in Section 01700 - Contract Closeout.
1.9 PRODUCT DATA
A. Submit the number of copies which the Contractor requires, plus four copies which will be retained
by the Architect.
B. Mark each copy to identify applicable products, models, options, and other data. Supplement
manufacturers' standard data to provide information unique to this Project.
C. Include recommendations for application and use, and reference to compliance with specified
standards of trade associations and testing agencies.
01272101 SUBMITTALS 01300 - 2
03/02
D. Include notation of special coordination requirements for interfacing with adjacent work.
E. After review, distribute in accordance with Article on Procedures above and provide copies for
J Record Documents described in Section 01700 - Contract Closeout.
1.10 SAMPLES
A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts
and attachment devices. Coordinate sample submittals for interfacing work.
B. Submit samples of finishes from the full range of manufacturers' standard colors or in custom colors,
textures, and patterns, as specified and as scheduled for Architect's selection.
C. Where variations in color, pattern or texture are inherent in the material or product, submit multiple
samples to indicate the approximate range or variations.
D. Include full Project information and identification of manufacturer, model number, type, style and
color on each sample.
E. Submit the number or samples specified in individual specification Sections; one of which will be
retained by Architect.
F. Reviewed samples which may remain as part of the Work are indicated in individual specification
Sections.
1.11 MANUFACTURER'S INSTRUCTIONS
A. When specified in individual specification Sections, submit manufacturers' printed instructions for
delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for
Product Data.
B. Identify conflicts between manufacturers' instructions and Contract Documents.
C. Indicate special procedures, conditions requiring special attention and special environmental criteria
required for application or installation.
1.12 MANUFACTURER'S CERTIFICATES
A. When specified in individual specification Sections, submit manufacturers' certificate to Architect,
in quantities specified for Product Data.
B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting
reference data, affidavits, and certifications as appropriate.
C. Certificates may be recent or previous test results on material or Product, but must be acceptable to
Architect.
PART 2-PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
.1
01272101 SUBMITTALS 01300 - 3
03/02
SECTION 01410
TESTING LABORATORY SERVICES
PART 1 - GENERAL
f
1.1
RELATED DOCUMENTS
A.
Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions
and Division 1 - General Requirements apply to Work of this Section.
{
I
1.2
SECTION INCLUDES
A.
Selection and payment.
-"
B.
Contractor submittals.
C.
Laboratory responsibilities.
D.
Laboratory reports.
E.
Limits on testing laboratory authority.
F.
Contractor responsibilities.
1.3
RELATED SECTIONS
A.
Section 01300 - Submittals.
B.
Section 01700 - Contract Closeout.
I
C.
Individual Specification Sections: Inspections, tests, and standards for testing are required.
1.4
REFERENCES
'
A.
ANSFASTM D3740 - Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of
Soil and Rock as Used in Engineering Design and Construction.
Y
B.
ANSFASTM E329 - Recommended Practice for Inspection and Testing Agencies for Concrete,
Steel, and Bituminous Materials as Used in Construction.
1.5
SELECTION AND PAYMENT
A.
An independent firm will perform inspections, tests, and other services specified in individual
specification Sections and as required by the Engineer.
J
B.
Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating
observations and results of tests and indicating compliance or non-compliance with Contract
Documents.
C.
Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools,
storage, safe access, and assistance by incidental labor as requested.
1. Notify Engineer and independent firm 48 hours prior to expected time for operations requiring
services.
2. Make arrangements with independent firm and pay for additional samples and tests required
for Contractor's use.
i
01272101
TESTING LABORATORY SERVICES 01410 - 1
-�
03/02
D. Testing or inspecting does not relieve Contractor from performing Work to contract requirements.
E. The cost associated with compliance testing shall be paid by the Owner. Re -testing required because
of non-conformance to specified requirements shall be performed by the same independent firm on
instructions by the Engineer. Payment for re -testing will be paid by the Contractor.
1.6 QUALITY ASSURANCE
A. Comply with requirements of ANSUASTM E329 and ANSUASTM D3740R.
B. Laboratory Staff: Maintain a full time registered Engineer on staff to review services.
C. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to either
National Bureau of Standards (NBS) standards or accepted values of natural physical constants.
1.7 LABORATORY RESPONSIBILITIES
A. Test samples of mixes submitted by Contractor.
B. Provide qualified personnel at site. Cooperate with Architect and Contractor in performance of
services.
C. Perform specified inspection, sampling, and testing of Products in accordance with specified
standards.
D. Ascertain compliance of materials and mixes with requirements of Contract Documents.
E. Promptly notify Architect and Contractor of observed irregularities or non-conformance of Work or
Products.
F. Perform additional inspections and tests required by Architect.
1.8 LABORATORY REPORTS
A. After each inspection and test, promptly submit three copies of laboratory report to Architect, and
to Contractor.
B. Include:
1. Date issued,
2. Project title and number,
3. Name of inspector,
4. Date and time of sampling or inspection,
5. Identification of product and Specifications Section,
6. Location in the Project,
7. Type of inspection or test,
8. Date of test,
9. Results of tests and
10. Conformance with Contract Documents.
C. When requested by Architect, provide interpretation of test results.
1.9 LIMITS ON TESTING LABORATORY AUTHORITY
A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents.
B. Laboratory may not approve or accept any portion of the Work.
C. Laboratory may not assume any duties of Contractor.
D. Laboratory has no authority to stop the Work.
01272101 TESTING LABORATORY SERVICES 01410 - 2
03/02
1.10 CONTRACTOR RESPONSIBILITIES
A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used
I which require testing, along with proposed mix designs.
B. Cooperate with laboratory personnel, and provide access to the Work.
C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle
samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and
curing of test samples.
D. Notify Architect andlaboratory 24 hours prior to expected time for operations requiring inspection
,
and testing services.
1.11 SCHEDULE OF INSPECTIONS AND TESTS
A. As indicated in individual Specification Sections.
PART 2-PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
1
1 .
01272101 TESTING LABORATORY SERVICES 01410 - 3
i 03/02
--1
SECTION 01700
'I
CONTRACT CLOSEOUT
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions
and Division 1 - General Requirements apply to Work of this Section.
l
1.2
SECTION INCLUDES
A.
Closeout procedures.
B.
Final cleaning.
C.
Adjusting.
D.
Project record documents.
E.
Operation and maintenance data.
F.
Warranties.
G.
Spare parts and maintenance materials.
1.3
RELATED SECTIONS
Not Used
1.4
CLOSEOUT PROCEDURES
1
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 Architect's
inspection.
B.
Provide submittals to Architect 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
E
I
A.
Adjust operating Products and equipment to ensure smooth and unhindered operation.
_i
01272101
CONTRACT CLOSEOUT 01700 - 1
l
03/02
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 Architect with claim for final Application for Payment.
1.8 WARRANTIES
A. Provide duplicate notarized copies.
B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers.
C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation
cover.
D. Submit prior to final Application for Payment.
E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within
ten days after acceptance, listing date of acceptance as start of warranty period.
1.9 SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual
specification Sections.
B. Deliver to project site and place in location as directed; obtain receipt prior to final payment.
PART 2 - PRODUCTS
Not Used
01272101 CONTRACT CLOSEOUT 01700 - 2
03/02
PART 3 - EXECUTION
Not Used
END OF SECTION
01272101 CONTRACT CLOSEOUT 01700 - 3
V�J 03/02
SECTION 02200
DEMOLITION, REMOVAL AND SALVAGING
OF EXISTING MATERIALS
PART 1 - GENERAL
1.1 GENERAL
A. This item shall consist of the demolition, removal, and salvage or disposal of certain portions of
existing paving materials, including existing asphalt surfacing and base material, existing concrete
1 slabs and existing concrete curb and gutter, in accordance with these specifications and in
J conformity with the dimensions and typical cross sections shown on the plans and with the lines and
grades established for the project.
1.2 CLASSIFICATION
a A. Materials to be removed consist of asphaltic concrete, portland cement concrete pavement and
concrete curb and gutter. No consideration shall be given to differences in thickness or volume of
material for each material removed. All pavement of each type to be removed shall be considered
as being the same and equal and no consideration shall be given to differences in thickness of
material.
PART2-PRODUCTS
Not Used
PART 3 - EXECUTION
3.1 GENERAL
A. All lines separating pavement, concrete slabs or curb and gutter to be removed from that to remain
in place shall be cut neatly and in a straight line, or shall be separated at an existing expansion or
construction joint. Cuts shall be made by means of sawing, or other methods approved by the
Owner's Representative which will produce a satisfactory edge. In no case shall the line be cut with
a motor grader blade.
3.2 REMOVING EXISTING ASPHALT SURFACING AND BASE MATERIAL
A. All existing materials to be removed and disposed of under this item shall be removed by the
Contractor, and shall be disposed of at a TNRCC regulated and permitted landfill; Type I or Type
IV only. The Contractor will be required to submit a truck weigh ticket to verify that the material was
disposed of properly. The Contractor is encouraged to retain as much of the removed materials as
possible so that they can be re -used and/or recycled at a later date. All material included under this
item shall be removed from airport property. Removal operations shall be accomplished in such a
manner to minimize disturbance of existing underlying courses and adjacent pavement structures
or improvements to remain in place. Any underlying courses disturbed during removal operations
shall be reworked, recompacted and regraded to the satisfaction of the Engineer. Any damage to
01272101 DEMOLITION, REMOVAL AND SALVAGING 02200 - 1
j03/02 OF EXISTING MATERIALS
adjacent pavement structures or improvements to remain in place shall be repaired to the satisfaction
of the Engineer.
3.3 REMOVING AND DISPOSING OF EXISTING CONCRETE SLABS AND CONCRETE CURB
AND GUTTER
A. All existing concrete slabs and curb and gutter to be removed shall be broken up by suitable methods
and equipment, and shall be removed from the construction site and properly disposed of at the
Contractor's expense.
B. The limits of removal of concrete slabs and curb and gutter shall be as shown on the plans or as
directed by the Owner's Representative. All existing concrete to be removed shall be broken into
pieces with an approximate maximum dimension of 24-inches and an approximate minimum
dimension of 6-inches.
C. The Contractor shall be responsible for all damage to all adjacent paving, curb and gutter, and other
structures, and shall repair said damage to the satisfaction of the Owner's Representative. No
additional compensation shall be allowed for the repair of such damage.
END OF SECTION
01272101 DEMOLITION, REMOVAL AND SALVAGING 02200 - 2
03/02 OF EXISTING MATERIALS
I
SECTION 02300
EXCAVATION, SUBGRADE PREPARATION, GRADING,
EMBANKMENT AND TOPSOILING
PART 1 - GENERAL
1.1 GENERAL
A. This item shall consist of excavation, subgrade preparation, grading, embankment and topsoiling of
all materials within the limits of the work required to complete the construction of the various items
included in this project in accordance with these specifications and in conformity with the
dimensions and typical sections shown on the plans and with the lines and grades established for the
project.
B. All suitable material taken from excavation shall be used in the formation of embankment, subgrade,
and for backfilling as indicated on the plans or as directed by the Owner's Representative.
C. It is anticipated that no borrow material will be required for the construction of this project.
However, if the volume of excavation removed from the construction site is not sufficient for
constructing the project fill to the grades indicated, the deficiency shall be supplied from borrow
sites approved by the Owner's Representative at the Contractor's expense. If the volume of
excavation material removed from the project construction area exceeds that required to construct
the project to the grades indicated, the excess material shall become the property of the Contractor
and shall be properly disposed of in areas off the construction site at the Contractor's expense.
1.2 CLASSIFICATION
A. All material excavated shall be defined as unclassified excavation and shall include all excavation
performed under this item regardless of the material encountered. Existing asphaltic concrete
pavement and base material, concrete slabs and curb and gutter shall be salvaged or removed in
accordance with Section 02250, DEMOLITION, REMOVAL AND SALVAGING OF EXISTING
MATERIALS, of these specifications.
PART2-PRODUCTS
Not Used.
PART 3 - EXECUTION
3.1 GENERAL
A. The rough excavation shall be carried to the necessary depth to obtain the specified depth of
subgrade densification shown on the plans. Likewise, on embankments, the depth of subgrade
densification shall be as shown on the plans. Should the Contractor, through negligence or other
fault, excavate below the designated lines, he shall replace the excavation with approved materials,
in an approved manner and condition, at his own expense. The Owner's Representative shall have
complete control over the excavation, moving, placing, and disposition of all material and shall
determine the suitability of material to be placed in embankments. All material determined
._1
01272101 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02300 - 1
03/02 EMBANKMENT AND TOPSOILING
unsuitable shall be disposed of in waste areas or as directed. Topsoil shall not be used in fills or in
subgrades but shall be handled and placed as directed.
B. The Contractor shall inform and satisfy himself as to the character, quantity, and distribution of all
material to be excavated. No payment will be made for any excavated material which is used for
purposes other than those designated. All spoil areas shall be leveled to a uniform line and section
and shall present a neat appearance before project acceptance.
C. Those areas outside of the pavement areas in which the top layer of soil material becomes
compacted, due to hauling or to any other activity of the Contractor, shall be scarified and disced to
a depth of 4 inches, as directed, to loosen and pulverize the soil.
D. If it is necessary to interrupt existing surface drainage, sewers or underdrainage, conduits, utilities,
or similar underground structures, or parts thereof, the Contractor shall be responsible for and shall
take all necessary precautions to protect and preserve or provide temporary services. The Contractor
shall, at his own expense, satisfactorily repair all damage to such facilities or structures which may
result from any of his operations during the period of the contract.
3.2 EXCAVATION
A. Excavation shall be performed as indicated on the contract plans to the lines, grades, and elevation
shown or as directed by the Owner's Representative, and shall be made so that the requirements for
formation of embankments can be followed. No excavation or stripping shall be started until the
Owner's Representative has taken cross -sectional elevations and measurements of the existing
ground surface, and has set control base lines for the proposed work. All material encountered within
the limits indicated shall be removed and disposed of as directed. During the process of excavation,
the grade shall be maintained so that it will be well drained at all times. When directed, temporary
drains and drainage ditches shall be installed to intercept or divert surface water which may affect
the work.
B. When selective grading is specified or required as indicated on the plans, the excavated material shall
be handled to allow the selected material to be properly placed in the embankment and in the
capping of pavement subgrades as determined from the soil profile and soil characteristics.
C. The Contractor shall so schedule the work that excavated material can be placed in its proper section
of the pavement construction. If the Contractor for his convenience desires to stockpile material, it
shall be stockpiled in approved areas for later use.
D. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for subgrades, roads,
shoulders, intermediate areas, or any areas intended for turfing shall be excavated to a minimum
depth of 12 inches below the contemplated surface of the subgrade or the designated grades. Muck,
peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be
removed to a depth specified, to provide a satisfactory foundation. Unsatisfactory materials shall
become the property of the Contractor and shall be disposed of at locations approved by the Owner's
Representative at the Contractor's expense. The portion so excavated shall be refilled with suitable
selected material as specified, obtained from the grading operations or borrow area and thoroughly
compacted by rolling. The necessary refilling will constitute a part of the embankment. Where rock
cuts are made and refilled with selected material, or where trenching out is done to provide for a
course of pavement, the depths thus created shall be ditched at frequent intervals to provide adequate
drainage.
E. The Owner reserves the right to make minor adjustments or revisions in lines or grades, if found
necessary, as the work progresses due to discrepancies in the plans or to obtain satisfactory
construction.
F. The removal of existing structures and utilities required to permit the orderly progress of work will
be accomplished by the Contractor as an incidental part of the work, unless otherwise shown on the
plans.
01272101 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02300 - 2
03/02 EMBANKMENT AND TOPSOILING
G. In cut areas, the subgrade under areas to be paved shall be compacted to the depths and to the
densities at optimum moisture as shown on the plans or as specified by the specifications, and as
determined by the compaction control tests specified in ASTM D-698. Any unsuitable materials
encountered shall be removed.
H. In cut areas, the subgrade material shall be removed to the depths indicated on the drawings. The
bottom layer of subgrade shall be compacted to the depths and density as shown on the drawings.
The remaining layers of subgrade shall be constructed as embankment as shown on the drawings.
I. No payment or measurement for payment will be made for suitable materials removed, manipulated,
and replaced in order to obtain density except as specified above. Any removal, manipula6m,
aeration, replacement, and recompaction of suitable materials necessary to obtain the required
density, except as specified above, shall be considered as incidental to the excavation and
embankment operations, and shall be performed by the Contractor at no additional cost to the
project.
J. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the
top 12 inches of the subgrade. The finished grading operations conforming to the typical cross
section shall be completed and maintained ahead of the paving operations.
K. In cuts, all loose or protruding rocks on the back slopes shall be bared loose or otherwise removed
to line or finished grade of slope. All cut -and -fill slopes shall be uniformly dressed to the slope, cross
section, and alignment shown on the plans or as directed by the Owner's Representative.
L. Blasting will not be permitted.
3.3 PREPARATION OF EMBANKMENT AREA
A. Embankment areas shall be cleared and grubbed. All depressions or holes below the ground surface,
whether caused by grubbing or otherwise, shall be backfilled with suitable material and compacted .
to ground surface before the construction of the embankment will be permitted to start.
B. Immediately prior to the placing of the fill materials, the entire area upon which the embankment is
to be placed, except where limited by rock, shall be scarified and broken by means of a disc harrow
or plow, or other approved equipment, to a depth of 6 inches. Scarifying shall be done approximately
parallel to the axis of the fill. All roots, debris, large stones, or objectionable material that would
cause interference with the compaction of the foundation or fill shall be removed from the area and
disposed of as directed. A thin layer (approximately 3 inches) of the fill material shall be spread over
the scarified foundation and the whole area compacted as required in the specifications.
C. Where embankments are to be placed on natural slopes steeper than 3-to-1, horizontal benches shall
be constructed as directed by the Owner's Representative. Suitable excavated material shall be
incorporated in embankments.
D. No direct payment shall be made for the preparation of the embankment area.
3.4 STRIPPING
A. All vegetation such as trees, brush, heavy sods, heavy growth of grass, decayed vegetable matter,
rubbish, and any other unsuitable material within the area upon which embankment is to be placed
shall be stripped or otherwise removed before the embankment is started, and in no case shall such
objectionable material be allowed in or under the embankment. No direct payment will be made for
stripping.
01272101 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02300 - 3
03/02 EMBANKMENT AND TOPSOILING
3.5 FORMATION OF EMBANKMENTS
A. Embankments shall be formed of satisfactory materials placed in successive horizontal layers of not
more than 8 inches in loose depth for the full width of the cross section.
B. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a
soil structure as shown on the typical cross section or as directed. All materials entering the
embankment shall be reasonably free of organic matter such as leaves, grass, roots, and other
objectionable material. Soil, granular material, shale, and any other material permitted for use in
embankment shall be spread in successive layers as specified.
C. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained
because of rain, freezing weather, or other unsatisfactory conditions of the field. The Contractor shall
drag, blade, or slope the embankment to provide proper surface drainage.
D. The material in the layers shall be of the proper moisture content before rolling to obtain the
prescribed compaction. Wetting or drying of the material and manipulation when necessary to secure
a uniform moisture content throughout the layer shall be required. Should the material be too wet
to permit proper compaction or rolling, all work on all portions of the embankment thus affected
shall be delayed until the material has dried to the required moisture content. Sprinkling shall be
done with approved equipment that will sufficiently distribute the water. Sufficient equipment to
furnish the required water shall be available at all times. Samples of all embankment materials for
testing, both before and after placement and compaction, will be taken at frequent intervals. From
these tests, corrections, adjustments, and modifications of methods, materials, and moisture content
will be made to construct the embankment.
E. Rolling operations shall be continued until the embanlanent is compacted to not less than 95%, for
noncohesive soils; and 90% for cohesive soils of the maximum density, at optimum moisture, as
determined by the compaction control tests in ASTM D-698. Under all areas to be paved, the
embankment shall be compacted to the depths and to the densities at optimum moisture as shown
on the plans or as specified in the specifications, as determined by the compaction control tests
specified in ASTM D-698. On all areas outside of the pavement areas, no compaction will be
required on the top 4 inches. Any areas inaccessible to a roller shall be consolidated and compacted
by mechanical tampers.
F. During construction of the embankment, the Contractor shall route his equipment at all times, both
when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly
over the entire width of the embankment. The equipment shall be operated in such a manner that
hardpan, cemented gravel, clay, or other chunky soil material will be broken up into small particles
and become incorporated with the other material in the layer.
G. In the construction of embankments, starting layers shall be placed in the deepest portion of the fill;
as placement progresses, layers shall be constructed approximately parallel to the finished pavement
grade line.
H. When rock and other embankment material are excavated at approximately the same time, the rock
shall be incorporated into the outer portion of the embankment and the other materials shall be
incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their
greatest dimension will not be allowed in the top 12 inches of the subgrade. Rockfill shall be brought
up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer
material to form a dense, compact mass. Rock or boulders shall not be disposed of outside of the
excavation or embankment areas, except at places and in the manner designated by the Owner's
Representative.
I. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen
material.
01272101 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02300 - 4
03/02 EMBANKMENT AND TOPSOILING
J. The Contractor shall be responsible for the stability of all embankments made under the contract and
shall replace any portion which, in the opinion of the Owner's Representative, has become displaced
j due to carelessness or negligence on the part of the Contractor.
K. There will be no separate measurement or payment for compacted embankment, and all costs
incidental to placing in layers, compacting, discing, watering, mixing, sloping, and other necessary
operations of the embankments will be included in the contract price for excavation.
I L. When stockpiling of excavated material and later rehandling of such material is done for the
convenience of the Contractor, no extra payment will be made for the rehandling of stockpiled
materials.
3.6 EQUIPMENT
A. The Contractor may use any type of earth -moving, compaction, and watering equipment he may
desire or has at his disposal, provided the equipment is in a satisfactory condition and is of such
capacity that the construction schedule can be maintained as planned by the Contractor and as
approved by the Owner's Representative in accordance with the total calendar days or working days
bid for the construction. The Contractor shall furnish, operate, and maintain such equipment as is
necessary to control uniform density, layers, section, and smoothness of grade.
3.7 PREPARATION AND PROTECTION OF THE TOP OF THE SUBGRADE
A. On areas to be paved, the specified depth in cut areas and the top of embankment shall be compacted
to the density specified. When completed, the surface shall be true to the lines, grades, and cross
section shown on the plans or as directed by the Owner's Representative. After all drains, structures,
ducts, and other underground appurtenances along the edges or under the pavement have been
completed, the subgrade shall be compacted to a 6" depth and 95% density (f 2% optimal moisture)
according to ASTM D-698. Any irregularities or depressions that develop under rolling shall be
corrected by loosening the material at these places and adding, removing, or replacing material until
the surface is smooth and uniform. Any portion of the area which is not accessible to a roller shall
be compacted to the required density by approved mechanical tampers. The material shall be
sprinkled with water during rolling or tamping as required or when directed by the Owner's
Representative.
B. All soft and yielding material and material which will not compact readily when rolled or tamped
shall be removed as directed by the Owner's Representative and replaced with suitable material.
After grading operations are complete, all loose stones larger than 2 inches in their greatest
dimension shall be removed from the surface of all proposed graded paving areas and disposed of
as directed by the Owner's Representative.
C. At all times, the top of the subgrade shall be kept in such condition that it will drain readily and
effectively. In handling materials, tools, and equipment, the Contractor shall protect the subgrade
from damage by laying planks when directed and shall take other precautions as needed. In no case
will vehicles be allowed to travel in a single track. If ruts are formed, the subgrade shall be reshaped
and rolled. Storage or stockpiling of materials on the top of the subgrade will not be permitted. Until
the subgrade has been checked and approved, no stabilized subgrade, subbase, base, surface course,
or pavement shall be laid thereon.
3.8 HAUL
A. No payment will be made separately or directly for haul on any part of the work. All hauling will be
considered a necessary and incidental part of the work and its cost shall be considered by the
Contractor and included in the contract unit price for the pay items of work involved.
01272101 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02300 - 5
03/02 EMBANKMENT AND TOPSOILING
3.9 TOLERANCES
A. In those areas upon which a subbase, base course, or surface course is to be placed, the top of the
subgrade shall be of such smoothness that, when tested with a 16-foot straightedge, it shall not show
any deviation in excess of 2 inch, or shall not be more than 0.05 foot from true grade as established
by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening,
adding, or removing materials, reshaping, and recompacting by sprinkling and rolling.
3.10 TOPSOIL
A. Topsoil shall be salvaged from stripping or other grading operations. Topsoil shall be the surface
layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be
reasonably free from subsoil and stumps, roots, brush, stones (2 inches or more in diameter), clay
lumps or similar objects. Brush and other vegetation which will not be incorporated with the soil
during handling operations shall be cut and removed. Ordinary sods and herbaceous growth such
as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the
soil during handling operations.
B. All areas outside the paved areas within the grading limits shall be topsoiled unless otherwise shown
on the plans or otherwise directed by the Owner's Representative.
C. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping
of topsoil, and for the handling and placing of all required materials shall be on hand, in good
condition, and approved by the Owner's Representative before the various operations are started.
D. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened
by discs or spike -tooth harrows, or by other means approved by the Owner's Representative, to a
minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade soil. The
surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter
and all litter or other material which may be detrimental to proper bonding, the rise of capillary
moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which
are too compact to respond to these operations shall receive special scarification.
E. Grades on the areas to be topsoiled, which have been established, shall be maintained in a true and
even condition. Where grades have not been established, the areas shall be smooth -graded and the
surface left at the prescribed grades in an even and properly compacted condition to prevent, insofar
as practical, the formation of low places or pockets where water will stand.
F. Prior to the stripping of topsoil from designated areas, any vegetation, briers, stumps and large roots,
rubbish or stones found on such areas, which may interfere with subsequent operations, shall be
removed using methods approved by the Owner's Representative. Heavy sod or other cover, which
cannot be incorporated into the topsoil by discing or other means shall be removed.
G. The Contractor shall remove topsoil from the designated areas and to the depth as directed by the
Owner's Representative. The topsoil shall be spread on areas already tilled and smooth -graded, or
stockpiled in areas approved by the Owner's Representative. Any topsoil stockpiled by the
Contractor shall be rehandled and placed without additional compensation.
H. In unpaved excavation areas, at least the upper 4 inches of material shall be topsoil, unless otherwise
shown on the plans or stated in the special provisions. Spreading shall not be done when the ground
or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading
shall be carried on so that turfing operations can proceed with a minimum of soil preparation or
tilling.
01272101 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02300 - 6
03/02 EMBANKMENT AND TOPSOILING
I. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other
effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign
matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil
shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the
Owner's Representative. The compacted topsoil surface shall conform to the required lines, grades,
and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling
of topsoil shall be promptly removed.
J. No direct payment will be made for topsoil as such.
END OF SECTION
F
01272101 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02300 - 7
03/02 EMBANKMENT AND TOPSOILING
SECTION 02720
AGGREGATE BASE COURSE
PART 1 - GENERAL
1.1 SCOPE
A. This section covers excavating, crushing, hauling, and spreading base material and wetting,
compacting and shaping it to form a flexible base course for paving, to the lines, grades and typical
cross sections shown on the plans, and as specified herein. The Contractor shall furnish all materials,
equipment, tools, labor and superintendence, and incidentals necessary to complete the work. The
base material shall be caliche base course, crushed aggregate base course or gravel aggregate base
course as specified below.
1.2 RELATED SECTIONS
A. Section 02300 - Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling.
B. Section 02740 — Bituminous Surface Course.
1.3 BASE MATERIAL
A. The base material shall consist of argillaceous limestone, calcareous or calcareous clay particles, with
or without stone, conglomerate, gravel, sand or other granular materials. Materials for use in
constructing the base course shall be furnished by the Contractor from a source approved by the
Owner. The Contractor shall be responsible for locating the source of caliche, securing approval of
the source, and for making arrangements with the owner of the property, on which the pit is located,
for use of the material. The pits shall be stripped of all unacceptable material and the stripping shall
be disposed of in a manner agreeable to the owner of the property on which the pit is located. The
pits shall be opened so as to immediately expose the vertical faces of all of the various strata of
acceptable material. Unless otherwise directed, the material shall be secured in successive vertical
cuts extending through all of the exposed strata. Any incidental costs, including securing, stripping,
or crushing the base material, shall be paid for by the Contractor and shall be included in the bid
price.
1.4 MATERIAL TESTS
A. Contractor will provide all preconstruction testing of material to verify it meets the requirements of
2. LA and 2.1.13 on the next page.
01272101 AGGREGATE BASE COURSE 02720 - 1
03/02
PART2-PRODUCTS
2.1 CALICHE MATERIAL
All acceptable material shall be screened and the oversized material crushed and returned to the
screened material in such a manner that a uniform material is produced. The processed base material
shall meet the requirements of TxDOT Item 247, Flexible Base, Type A, Grade 1, which are as
follows:
A. Sieve Analysis
Retained on 1-3/4 inch Sieve...............................................0%
Retained on 7/8 inch Sieve..................................................10 to 35%
Retained on 3/8 inch Sieve..................................................30 to 50%
Retained on No. 4 Sieve.....................................................45 to 65%
Retained on No. 40 Sieve................................................70 to 85%
B. Soil Binder
The material passing the No. 40 sieve shall be known as soil binder and shall meet the following
requirements when prepared in accordance with Test Method TEX-101-E procedure:
The liquid limit shall not exceed........................................35
The plasticity index............................................................. Minimum 3, Maximum 12
The linear shrinkage shall not exceed..................................8.5
WetBall Mill.......................................................................47
Maximum increase on passing No. 40.................................20%
PART 3 - EXECUTION
3.1 ACCEPTANCE OF SUBGRADE
A. Prior to placing any base material, the Contractor shall verify that the subgrade has been shaped and
compacted to the cross sections and grades in accordance with the plans. The Contractor shall notify
the Owner of any deficiencies. By placing base on the subgrade the Contractor accepts the condition
of the subgrade as conforming with plans and specifications.
3.2 MATCHING EXISTING PAVEMENT
A. In locations where new pavement abuts existing pavement, the Contractor shall saw cut the existing
pavement along a straight line approximately 124nches from the existing edge of pavement.
B. Contractor shall remove existing material to top of existing base within 6-inches of saw cut. Beyond
64nches of the saw cut, existing material shall be removed by the contractor to top of proposed
subgrade.
C. A smooth transition shall be provided between typical section of new construction and edge of
existing pavement.
01272101 AGGREGATE BASE COURSE 02720 - 2
03/02
3.3 HAULING AND PLACING
A. Equipment: All equipment used shall be suitable for efficiently and properly accomplishing the work
in this item. All equipment required for doing the work shall be in first class operating condition and
on the project prior to the start of any work under this item. All equipment shall be subject to the
approval of the Engineer.
B. Flexible base shall be constructed in one course. The material shall be delivered in approved vehicles
of uniform capacity, and it shall be the responsibility of the Contractor to supply the amount of
material required to construct the base, -)urse to the thickness shown on the plans. Spreading and
shaping shall be done in a manner which will thoroughly mix the material and prevent segregation.
Sprinkling during this process will be required if necessary to prevent segregation. When shaping
is completed the material shall be uniformly well graded and of the proper thickness. Material
deposited upon the subgrade shall be spread and shaped the same day. In the event inclement
weather or other unforeseen circumstances renders impractical the spreading of the material during
the day in which it is deposited, the material shall be scarified, mixed and spread as directed by the
Engineer. All areas and nests of segregated coarse of fine materials shall be corrected and removed
or replaced with well graded material. If additional or corrective binder is required, it shall be
furnished and applied in the amount directed by the Engineer. Such binder material shall be carefully
and evenly incorporated with the material in place by scarifying, harrowing, or other approved
method.
3.4 FINISHING AND COMPACTING
A. The processed base course shall be thoroughly compacted by rolling. The rolling shall progress from
one side toward previously placed material by lapping uniformly each preceding rear -wheel track
by one-half of the width of such track. Rolling shall continue until the material is thoroughly set, the
interstices of the material reduced to a minimum and until creeping of the material ahead of the roller,,
is no longer visible. Rolling shall continue until the base material has been compacted to not less
than 100 percent density (f 2% optimum moisture), as determined by ASTM D698. Blading and
rolling shall be done alternately, as required or directed, to obtain smooth, even and uniformly
compacted base.
B. The base shall not be rolled when the underlying course is soft or yielding or when the roller causes
undulation in the base course. When the rolling develops irregularities that exceed 3/8 inch when
tested with a 16-foot straightedge, the irregular surface shall be loosened, refilled with the same
material as that being used in constructing the course and rolled again as required.
C. In areas inaccessible to the roller, the base course material shall be thoroughly tamped with
mechanical tampers.
D. The sprinkling during rolling, if necessary, shall be in the amount and by equipment approved by
the Engineer.
E. Shape base to required elevations and cross section slope grades.
F. Surface Test: After the course has been completely compacted, the surface shall be tested for
smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or
failing in accuracy of grade or crown shall be scarified reshaped, recompacted and otherwise
manipulated as the Engineer may direct until the required smoothness and accuracy are obtained.
The finished surface shall meet requirements of paragraph 3.4 of this Section.
01272101 AGGREGATE BASE COURSE 02720 - 3
03/02
G. Protection: Work on the base course shall not be accomplished during freezing temperatures or when
the subgrade is wet. When the material is frozen or when the underlying course is frozen the
construction shall be stopped.
Hauling equipment may be routed over completed portions of the base course, provided no damage
results and provided such equipment is routed over the full width of the base course to avoid rutting
or uneven compaction. However, the Engineer shall have full and specific authority to stop all
hauling over completed or partially completed base course when, in his opinion, such hauling is
causing damage. Any damage resulting to the base course from routing equipment over the base
course shall be repaired by the Contractor at his sole expense.
H. Determine the thickness of the base course by depth tests or cores taken by the Owner and observed
by the Owner's Representative at intervals so that each test represents no more than 300 square
yards. Density tests shall be made at intervals of not more than 300 square yards.
3.5 IRREGULARITIES, DEPRESSIONS OR WEAK SPOTS
A. All irregularities, depressions or weak spots which develop during compaction shall be corrected
immediately by scarifying the areas affected, adding or removing material as required, reshaping and
recompacting by sprinkling and rolling. Immediately prior to placing of surfacing, the base shall be
checked for grade and cross section, and any deviation in excess of three -eighths (3/8) inch from
grade or true cross section shall be corrected. "Blue tops" set to finished base elevations shall be set
by the Contractor, in order to check the base for proper grade and elevation.
3.6 MAINTENANCE
A. If the base course is opened to traffic before application of the surfacing, the base shall be
satisfactorily maintained by wetting, blading and rolling until the wearing surface is placed thereon.
The Contractor shall perform all maintenance work necessary to keep the base course in a condition
satisfactory for priming. After priming, the surface shall be kept clean and free from foreign material.
The base course shall be properly drained at all times. If cleaning is necessary, or if the prime coat
becomes disturbed, any work necessary to correct the deficiency shall be performed at the sole
expense of the Contractor.
END OF SECTION
01272101 AGGREGATE BASE COURSE 02720 - 4
03/02
SECTION 02740
BITUMINOUS SURFACE COURSE
PART 1 - GENERAL
1.1 DESCRIPTION
A. This item shall consist of a surface course composed of mineral aggregate and bituminous material
mixed in a central mixing plant and placed on a prepared course in accordance with these
specifications and shall conform to the lines, grades, thicknesses and typical cross sections shown
on the plans or as directed by the Owner's Representative. The Contractor shall fiunish all materials,
labor, superintendence and incidentals necessary to complete the work in accordance with the
drawings and as specified herein.
PART2-PRODUCTS
2.1 BITUMINOUS MATERIAL
A. Bituminous material for the bituminous base course and surface course mixtures shall meet the
requirements of Texas Department of Transportation, 1993 Standard Specifications for Construction
of Highways, Streets and Bridges, Item 300, Asphalts, Oils and Emulsions, Viscosity Grade AC-10
Asphalt Cement, and shall be homogeneous, free of water and shall not foam when heated to
347 ° F.
B. Bituminous material for the bituminous surface course mixture shall further meet the requirements
of Article 300.2, Latex Modified Asphalt, using Viscosity Grade AC-10 Asphalt Cement.
2.2 BITUMINOUS PRIME AND TACK COATS
A. The asphalts for the bituminous prime and tack coats shall be cutback asphalts of the rapid curing
type or the medium curing type. The asphalts used shall be in accordance with the requirements of
Texas Department of Transportation, 1993 Standard Specifications for Construction of Highways,
Streets and Bridges, Item 300, Asphalts, Oils and Emulsions. The prime coat shall be MC-30 and
tack coat shall be RC-250.
B. Neither the prime coat nor the tack coat shall be applied when the air temperature is below 50 ° F.
and falling, but may be applied when the air temperature is 40' F. and is rising. No prime coat or
tack coat shall be applied when the general weather conditions, in the opinion of the Owner's
Representative, are not suitable.
2.3 BITUMINOUS SURFACE COURSE
A. General - The mineral aggregate shall be composed of coarse aggregate, fine aggregate and, if
required, mineral filler. Approval of other material and of the source of supply must be obtained
from the Owner's representative prior to delivery.
B. The combined mineral aggregate, after final processing by the mixing plant, and prior to addition
of asphalt and mineral filler, shall have a sand equivalent value of not less than 40 when tested in
accordance with ASTM D-2419. The percent of flat and elongated pieces shall not exceed 25%
when tested in accordance with Test Method Tex-224-F.
01272101 BITUMINOUS SURFACE COURSE 02740 - 1
03/02
C. If the index of retained strength is less than 70% when tested in accordance with ASTM D-1075,
or the tensile strength ratio is less than 70% when tested in accordance with AASHTO T-283, the
aggregate shall be rejected or conditioned with an anti -stripping agent as approved by the Owner's
representative.
D. Prior to stockpiling of aggregates, the area shall be cleared of trash, weeds and grass, and be
relatively smooth. Aggregates shall be separated into stockpiles of different gradation such that the
grading requirements of the specified type will be met when the materials are combined in the
bituminous mixture. No coarse aggregate stockpile shall contain more than 10% by weight of
material that will pass a No. 10 sieve. Fine aggregate stockpiles may contain small coarse aggregate
in the amount of up to 15% by weight, 100% of which shall pass a 1/4-inch sieve. The coarse
aggregate shall meet the material requirements herein specified for coarse aggregates.
E. Coarse Aggregate - The coarse aggregate shall be that part of the aggregate retained on the No. 10
sieve; shall consist of clean, tough, durable fragments of crushed stone of uniform quality
throughout; mixing or combining crushed gravel and crushed stone will not be permitted. The
aggregate shall be crushed to the extent that produces a minimum of 85% crushed faces when tested
in accordance with Test Method Tex-460-A. The aggregate shall have a maximum loss of 18% when
subjected to 5 cycles of the Magnesium Sulfate Test (ASTM C-88).
F. When tested in accordance with Test Method Tex-217-F, the amount of organic matter, clays, loams
or particles coated therewith or other undesirable materials, shall not exceed 2%.
G. When the coarse aggregate is sampled during delivery to the plant, from the stockpile, or from the
cold bin, the material removed, when tested in accordance with Test Method Tex-217-F (Part II,
Decantation), shall not exceed 2%. The plasticity index of that part of the fine aggregate contained
in the coarse aggregate passing the No. 40 sieve shall not be more than 6 when tested by
ASTM D4318. However, where the coarse aggregate contains less than 5% of the fine aggregate,
and the fine aggregate is of the same or similar material as the coarse aggregate, the plasticity index
requirements for the material passing the No. 40 sieve may be waived by the Owner's representative
in writing.
H. When the coarse aggregate is sampled from the hot bins and tested in accordance with Test Method
Tex-217-17 (Part II, Decantation), the amount of material removed shall not exceed 1%.
I. Tests performed as specified herein represent material processed or placed until a subsequent test
is performed.
J. The coarse aggregate shall have an abrasion of not more than 40% loss by weight when subjected
to the Los Angeles Abrasion Test, ASTM C-131. Coarse aggregate from each source shall meet the
abrasion requirements specified.
K. Fine Aggregate - Fine aggregate for the bituminous surface course shall be that part of the aggregate
passing the No. 10 mesh sieve and shall consist of sand or stone screenings or a combination thereof.
Sand shall be composed of sound, durable particles free from loam, coating or other deleterious
substances. Screenings shall be of the same or similar materials as specified for coarse aggregate.
That portion of the sand passing the No. 40 sieve shall have a plasticity index of not more than 6,
when tested in accordance with ASTM D-4318. The plasticity index of the screenings passing the
No. 40 sieve shall not be more than 9 when tested in accordance with ASTM D-4318. Fine
aggregates from each source shall meet plasticity index requirements.
L. Mineral Filler - Mineral filler for the bituminous surface course shall consist of thoroughly dry stone
dust, slate dust, Portland cement or other mineral dust approved by the Owner's Representative. It
shall be free from injurious materials and shall meet the following grading requirements, when tested
in accordance with ASTM D-242:
Passing No. 30 sieve 100% by weight
Passing No. 80 sieve, not less than 90 - 100% by weight
Passing No. 200 sieve, not less than 65 - 100% by weight
01272101 BITUMINOUS SURFACE COURSE 02740 - 2
03/02
_4
l
M. Bituminous Surface Course Mixture - The bituminous surface course shall consist of a uniform
mixture of coarse aggregate, fine aggregate, lime and bituminous material with latex additive. The
grading of each constituent of the mineral aggregate shall be well graded from coarse to fine, and
shall not vary from the Iow limit on one sieve to the high limit of the adjacent sieve, or vice versa.
The final designated gradations shall produce a relatively smooth line when plotted on a 0.45 power
t
semilogarithmic gradation chart when tested in accordance with ASTM C-136. The bituminous
surface course mixture shall the following City of Lubbock, Type C (modified), master gradation
specification -
Sieve Size Percent by Weight Passing
l" 100
1
3/4" 98 - 100
1 /2" 81 - 93
3/8" 65 - 85
No. 4 43 - 63
No. 8 33 - 45
No. 16 22 - 34
{
No. 30 13 - 27
No. 50 7 - 19
No. 100 3 - 11
No. 200 1-6
Bitumen percent
(of total mix) 4.0 - 7.5
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
2.4 TESTS
A. Material Certifications - The Contractor shall furnish test certificates for bituminous materials, latex
and lime, made by a competent commercial laboratory, on each material source, as specified in this
section, which he proposes to use before any such material is ordered or shipped. No material may
be used until such test result certificates have been examined by the Owner's Representative and the
source and quality of the material approved.
B. Laboratory Control - If the Contractor or supplier wishes to use a material or source that has not
previously been approved by the City of Lubbock, he will be required to request approval in writing
of the material not less than 60 days prior to anticipated use of the material.
C. The Contractor shall utilize his own testing laboratory to monitor the plant mixing for bituminous
base and surface course materials. Where irregularities occur and the limits of the specification are
exceeded for aggregate, bituminous base, or bituminous surface, appropriate corrections will be
required.
01272101 BITUMINOUS SURFACE COURSE 02740 - 3
' I 03/02
D. Tolerances - The Owner's representative will designate the exact grading of the aggregate and
bituminous material content to be used in the mixture (Job Mix Formula). The paving mixture
produced shall not vary from the designated grading and asphalt content by more than the tolerances
allowed herein and shall remain within the master grading specified. The respective tolerances,
based on the percent by weight of the mixture, are listed as follows:
Material
Tolerance, plus or minus
Aggregate passing
No. 4 sieve or larger ........................................
4 percent
Aggregate passing Nos.
8, 16, 30 or 50 sieves ........................................ 3 percent
Aggregate passing
Nos. 100 or 200 sieves ..................................... 2 percent
Bitumen........................................................... 0.25 percent
E. Extraction/Gradation Tests and Design Criteria
1. Samples of the mixture when tested in accordance with ASTM D-2172 shall not vary from
the grading proportions of the aggregate and the asphalt content designated by the Owner's
representative by more than the respective tolerance specified above. During construction, if
grading or asphalt content exceeds the tolerances specified herein, production will be
discontinued until such time as the mixture has been corrected and subsequent grading and
extraction tests indicate results within the specified tolerance. All material so constructed,
which exceeds the tolerances specified, will be removed and replaced at no cost to the Owner.
2. Design Method - The bituminous mixture shall be designed and tested in accordance with
these specifications and methods outlines in Chapter III, "Marshall Method of Mix Design,"
Mix Design for Asphaltic Cement, Asphalt Institute Manual MS-2, and shall meet the
following requirements when tested in accordance with ASTM D-1559 and ASTM D-3203:
Minimum Maximum
Marshall Method
Number of blows
Each end of specimen
75
Stability, lbs.
1,500
Flow, units of 0.01"
8 16
Percent air voids
3 5
Percent voids in
mineral aggregate
13
Sampling and Testing - It is the intent of this specification that the mixture will be designed
to produce a mixture of optimum density and stability, as determined by the Owner's
representative, when tested in accordance with these specifications and applicable ASTM
procedures.
Samples of the completed pavement shall be removed from locations designated by the
Owner's representative to determine the composition, compaction and density of the
pavement. Samples for each day or fraction thereof shall be taken. The Contractor shall
replace the pavement at no cost to the Owner. If the pavement is found to be deficient in
composition, compaction or thickness, satisfactory correction shall be made as directed by the
Owner's representative.
01272101 BITUMINOUS SURFACE COURSE 02740 - 4
03/02
Tests on Marshall specimens shall be made twice daily or as directed by the Owner's
representative to retain job control. The mixture shall comply with the requirements specified
herein. If the laboratory stability and/or field tests of the mixture produced has a value lower
than that specified, and in the opinion of the Owner's representative is not due to a change in
source or quality of materials, production may proceed, and the mix shall be changed until
the laboratory/field tests equals or exceeds the specified values. If there is, in the opinion of
the Owner's representative, an apparent change in any material from that used in the design
mixtures, production will be discontinued until a new design mix is detennined by trial mixes.
1 2.5 EQUIPMENT
A. All equipment used in the construction of the bituminous base and surface courses shall meet the
approval of the Owner's Representative and be maintained in first class condition throughout the
period of construction.
B. The asphalt distributor shall be an approved type, self-propelled pressure distributor, so constructed
and operated as to distribute the material evenly and smoothly in the quantity specified or directed.
Suitable means for heating, controlling the heat, determining the temperature of the contents of the
tank, adjusting and controlling the rate of application and for measuring volume of asphalt shall be
provided. The distributor shall be calibrated prior to application of any material under these
specifications or a certificate of calibration, satisfactory to the Owner's Representative, shall be
supplied by the Contractor.
C. Trucks in which the material is hauled from the plant to the point of deposition shall be right to the
material transported and so constructed that the entire load may be quickly dumped at the point of
deposition. Trucks shall be clean of all foreign materials and maintained in a satisfactory condition.
D. Equipment for rolling the surface shall consist of three -wheel tandem rollers weighing not less than
eight (8) tons and self-propelled pneumatic rollers. Other small equipment such as shovels, hand
tamps and smoothing irons shall be furnished and maintained in good condition.
PART 3 - EXECUTION
3.1 APPLICATION OF BITUMINOUS PRIME COAT AND BITUMINOUS TACK COAT
A. A bituminous prime coat shall be applied to the entire flexible base course surface prior to placing
the bituminous surface course.
B. When required on Plans or by the Owner's Representative, a bituminous tack coat shall be applied
to all surfaces which are to receive a bituminous surface course.
C. The bituminous prime coat shall be applied at least 24-hours in advance of placing the bituminous
surface course. The caliche base course shall first be brought truly to the section and grade as
established, and shall be tested with a satisfactory 16-foot straightedge. Any deviation in excess of
3/8-inch from the straightedge or from the true cross section shall be corrected by scarifying the base,
then adding or removing material, reshaping and compacting by sprinkling and rolling. No "scab"
or "featheredge" patches will be permitted. After correcting any defects, the base shall be cleaned
of all foreign material, and all dust and loose particles shall be swept from the surface with a rotary
broom, and other approved methods, until the surface is in a condition to receive the prime coat. If
the surface has become dry, it shall be sprinkled with water immediately in advance of the prime coat
application in order to assure uniform spread and penetration of the asphalt.
01272101
03/02
BITUMINOUS SURFACE COURSE 02740 - 5
D. At any time, the Owner's Representative may order proof rolling to test the uniformity of compaction
of the subgrade or base course. Proof rolling shall be accomplished using a 25-ton pneumatic roller,
or other rolling devices as approved by the Owner's Representative. Proof rolling shall be
accomplished by the Contractor at his expense. All irregularities, depressions, or weak or soft areas
which develop during proof rolling shall be corrected immediately by the Contractor.
E. When the flexible base is in proper condition, the prime coat shall be applied with an approved
distributor at a rate of 0.30 gallons per square yard, or as directed by the Owner's Representative.
The tack coat shall be applied at a rate of approximately 0.10 gallon per square yard, or as directed
by the Owner's Representative. The asphalt shall be applied at the temperature recommended by the
Asphalt Institute. Application by means of hose and spray attached to the distributor will be
permitted upon approval by the Owner's Representative, in areas inaccessible to the distributor. The
prime and tack coats shall not be applied during periods of inclement weather nor on a base which
contains an excess of water. No traffic shall be permitted over the freshly applied prime coat, but
when it has penetrated and/or cured sufficiently that the wheels of vehicles do not track or pick up
oil from the surface, the surface course may be placed thereon. If the prime coat is damaged before
placing the surface course, such damage shall be repaired as directed. Prime coats shall not be
applied more than 7 days in advance of surface placing. Areas that have been primed longer than the
specified time shall be reprimed at the Contractor's expense.
3.2 BITUMINOUS SURFACE COURSE LAYING
A. After the tack coat has been applied and the areas to be paved have been put in proper condition to
receive the surfacing, the bituminous surface course mixture, heated and prepared as specified, shall
be hauled to the point of placement and placed on the prepared surface. The mixture shall be so
spread by the finishing machine in a uniform layer, that the finished thickness, as specified, is
obtained over the entire area to be surfaced, after compaction. Laying shall be by means of the
mechanical finishing machine wherever this is possible. Hand placing will be permitted where it is
impracticable to operate the finishing machine. When hand placing is used, the material shall be
dumped outside the area on which it is to be spread, and the entire load shall be spread and shaped
so that the specified amount is placed on the base. Compaction shall be by means of lightly oiled,
hot hand tamps. All contact surfaces of gutters and structures shall be painted with a thin, uniform
coating of cut -back asphalt as required for the prime coat. The mixture when placed, shall be at a
temperature of between 300 ❑ F. and 350 n F. and the dispatch of vehicles and placing of material,
shall be done in a manner which will cause as little loss of heat as possible.
3.3 ROLLING
A. While still hot and as soon as it will bear the weight of the roller without undue displacement or hair
cracking, the surface shall be rolled with a three -wheel roller, as specified weighing not less than
eight (8) tons. One roller shall be provided for each two thousand (2,000) square yards of pavement
laid per day. The three -wheel roller shall be followed by a tandem roller and/or pneumatic tired
rollers, as directed by the Owner's Representative, but in any case, the final rolling shall be done with
tandem roller. Pavement shall be rolled in a longitudinal direction, beginning at the side, and
progressing toward the crown of the pavement. Each successive trip of the roller shall overlap the
previous one by one-half (1/2) of the width of the roller wheel. Alternate trips shall be of slightly
different length. The motion of the roller shall at all times be slow enough to avoid displacement of
the hot mixture, and any displacement occurring shall immediately be corrected by the use of rakes
and fresh mixture, if required. Rolling shall continue until the surface has been thoroughly
compacted and is of a uniform texture and true to grade and cross section. Adjacent to the gutters
the surface shall be finished uniformly high so that when compacted it shall be slightly above the
01272101 BITUMINOUS SURFACE COURSE 02740 - 6
03/02
_1
gutter lip. The rollers shall not be allowed to stand on pavement which has not cooled to normal
atmospheric temperature. To prevent adhesion of the surfacing to the roller, the wheels shall be kept
properly moistened with water but an excess of water will not be permitted. Necessary precautions
shall be taken to prevent the dripping of gasoline, oil, grease, or other foreign material on the
pavement either when the rollers are in operation or when standing.
B. When the Owner's Representative has determined that conditions are such that adequate compaction
or surface texture is not being obtained with the tandem or three -wheel rollers, the Contractor shall
supplement these rollers with pneumatic rollers conforming to the requirements included above. The
i - pneumatic roller shall follow the steel -wheel rollers while the course is still warm. The rolling shall
continue until all the surface course has been subjected to at least three coverages, and has an
in -place density of 98 percent of laboratory density as determined by ASTM D-1188 or
ASTM D-2726.
3.4 JOINTS
A. Joints between successive strips and between existing and new paving shall be carefully made in
such a manner as to insure a thorough and continuous bond between the old and new surfaces. The
roller shall pass over the unprotected end of the freshly laid mixture only when the laying of the
mixture is discontinued for such a length of time as to permit the mixture to become chilled. In all
cases, when the work is resumed, the material laid shall be cut back to its full depth so as to expose
a fresh vertical surface. All such surfaces, as well as the edge of a strip against which another strip
is to be placed, shall be painted with hot asphalt prior to placement of fresh material against it. Hot
smoothing irons may be used for sealing joints but in such cases, extreme care shall be exercised to
avoid burning the surface. Joints with existing surfacing shall be constructed substantially as
specified above in a manner which will produce a smooth continuous surface between the old and
new sections.
B. In making the joint between existing pavements and the new surfacing, the old pavement shall be -
sawed to a straight line. Transverse joint shall also be sawed when new surfacing is being adjoined
to surfaces which have been in place more than 12 hours, or if the old joint has been damaged or is
dirty.
3.5 SURFACE TESTS
A. The surface of the pavement after compaction, shall be true to the grades and cross sections as
established, and when tested with a sixteen (16) foot straightedge, shall have no deviation in excess
of one -sixteenth (1/16) inch per foot measured from the nearest point of contact, and the maximum
ordinate measured from the face of the straightedge shall not exceed one -quarter (1/4) inch at any
point. Any humps or depressions exceeding the specified tolerance or which retain water on the
surface, shall be convected by removing the defective work, replacing with new material and
recompacting as directed by the Owner's Representative, all at the expense of the Contractor.
01272101 BITUMINOUS SURFACE COURSE 02740 - 7
03/02
3.6 CLEANUP
A. After the completion of placement of the wearing course, all debris resulting from the construction
shall be cleaned up and removed from the site of the work. Areas, which have been disturbed during
the construction, shall be raked or graded as required and left in a clean and neat condition. Gutters
shall be cleaned of all dirt, aggregate, or other material which would clog the gutter. The entire
premises of the work shall be left in a clean condition satisfactory to the Owner's Representative, and
all costs of a cleanup shall be borne by the Contractor.
END OF SECTION
01272101 BITUMINOUS SURFACE COURSE 02740 - 8
03/02
SECTION 02780
BRICK PAVERS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Brick pavers set in sand leveling bed supported by a cement -treated base course.
B. Related Sections include the following:
1. Section 02300 - "Excavation, Subgrade Preparation, Grading, Embankment and
Topsoiling".
2. Section 02720 - "Aggregate Base Course".
3. Section 03310 - "Portland Cement Concrete Paving".
4. Section 03320 - "Concrete Sidewalk, Curb and Gutter, and Miscellaneous Concrete
Work".
1.3 SUBMITTALS
A. Product Data: For the following:
1. Brick pavers.
2. Fine aggregate materials.
3. Cement -treated base course.
B. Samples for Initial Selection: Manufacturer's color charts consisting of units or sections of units
showing the full range of colors, textures, and patterns available for each type of unit paver
indicated.
C. Samples for Verification: Full-size units of each type of unit paver indicated; in sets for each
color, texture, and pattern specified, showing the full range of variations expected in these
characteristics.
D. Qualification Data: For firms and persons specified in "Quality Assurance" Article to
demonstrate their capabilities and experience. Include lists of completed projects with project
names and addresses, names and addresses of architects and owners, and other information
specified.
1.4 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who has completed unit paver installations
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. Source Limitations: Obtain each type of unit paver, and setting material from one source with
resources to provide materials and products of consistent quality in appearance and physical
properties.
01272101 BRICK PAVERS 02 80 1
-� 03/02
C. Mockups: Before installing unit pavers, build mockups for each form and pattern of unit pavers
required to verify selections made under sample Submittals and to demonstrate aesthetic effects
and qualities of materials and execution. Build mockups to comply with the following
requirements, using materials indicated for the completed Work, including same base
construction, special features for expansion joints, and contiguous work as indicated:
1.Build mockups in the location and of the size indicated or, if not indicated, as directed by
Architect.
2. Notify Architect seven days in advance of dates and times when mockups will be
constructed.
3. Demonstrate the proposed range of aesthetic effects and workmanship.
4. Obtain Architect's approval of mockups before starting unit paver installation.
5. Approved mockups may become part of the completed Work if undisturbed at time of
Substantial Completion.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Protect unit pavers and aggregate during storage and construction against soiling or
contamination from earth and other materials.
1. Cover pavers with plastic or use other packaging materials that will prevent rust marks
from steel strapping.
2. Protect aggregate from mixing with trash and other types of materials.
1.6 PROJECT CONDITIONS
A. Cold -Weather Protection: Do not use frozen materials or materials mixed or coated with ice or
frost. Do not build on frozen subgrade or setting beds. Remove and replace unit paver work
damaged by frost or freezing.
PART 2 - PRODUCTS
2.1 BRICK PAVERS
A. [Brick pavers will be provided by Owner.]
B. Pavers shall conform to ASTM C 902-79A and shall be free of objectionable chippage, size
variation and other defects.
C. Brick pavers shall be Endicott Clay Products as supplied by Acme Brick Co. of Lubbock, Texas
or Engineer's approved equal.
D. Pavers shall be size 4" x 8" x 2 '/4".
E. Brick paver colors shall be:
1. Medium Ironspot #46 TK (dark).
2. Coppertone TK (light).
3. Color pattern shall match that shown on plans and shall consist of 80% Coppertone TK
(light) and 20% Medium Ironspot #46 TK (dark).
4. The above colors shall be blended at the factory. No exceptions.
2.2 FINE AGGREGATE MATERIALS
A. Sand for Leveling Course: Sound, sharp, washed, natural sand or crushed stone complying with
gradation requirements of ASTM C 33 for fine aggregate.
B. Sand for Joints: Fine, sharp, washed, natural sand or crushed stone with 100 percent passing
No. 16 sieve and no more than 10 percent passing No. 200 sieve.
01272101 BRICK PAVERS 02780 - 2
03/02
2.3 CEMENT TREATED BASE
A. Materials:
1. Flexible base material shall meet the requirements of TxDOT Item 247, Flexible Base,
Type A, Grade 1 as specified in Section 02720 — AGGREGATE BASE COURSE.
2. Portland Cement shall be either Type I, IP, or II.
3. Water shall conform to requirements in Section 03310 — PORTLAND CEMENT
CONCRETE PAVEMENT.
B. Equipment:
1. Mixer: Plant shall be capable of producing a uniform mixture and shall be equipped with
fading and/or weighing devices that are capable of proportioning remixture as specified.
C. Mix Design:
1. Cement treated base shall meet the requirements of TxDOT Item 276 — Portland Cement
Treated Base. Mix shall be Strength M with a minimum design compressive strength of
500 psi.
2. Mix designs shall be prepared in accordance with Test Method TEX-120-E and provided
to the Engineer. Cement content will be selected by the Engineer based on compressive
strength tests provided by the Contractor.
3. When material properties or sources change, the Engineer may require the Contractor to
provide additional mix design tests and adjust the cement content as required.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine areas indicated to receive paving, with Installer present, for compliance with
requirements for installation tolerances and other conditions affecting performance. Proceed
with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Proof -roll prepared subgrade surface to check for unstable areas and areas requiring additional
compaction. Proceed with unit paver installation only after deficient subgrades have been
corrected and are ready to receive subbase for unit pavers. Subgrade shall meet requirements
5 established in Section 02300 — EXCAVATION, SUBGRADE PREPARATION, GRADING,
EMBANKMENT AND TOPSOILING.
3.3 INSTALLATION, GENERAL
A. Do not use unit pavers with chips, cracks, voids, discolorations, and other defects that might be
visible or cause staining in finished work.
B. Mix pavers from several pallets or cubes, as they are placed, to produce uniform blend of colors
and textures.
C. Cut unit pavers with motor -driven masonry saw equipment to provide clean, sharp, unchipped
edges. Cut units to provide pattern indicated and to fit adjoining work neatly. Use full units
without cutting where possible. Hammer cutting is not acceptable.
D. Unless otherwise shown on plans, the bricks shall be individually laid by hand in a running
bond pattern.
E. Tolerances: Do not exceed 1/32-inch unit -to -unit offset from flush (lippage) nor 1/8 inch in
10 feet from level, or indicated slope, for finished surface of paving.
01272101 BRICK PAVERS 02780 - 3
- 03/02
3.4 AGGREGATE SETTING -BED PAVER APPLICATIONS
A. Compact subgrade uniformly as specified in Section 02300 — EXCAVATION, SUBGRADE
PREPARATION, GRADING, EMBANKMENT AND TOPSOILING.
B. Place cement stabilized aggregate base over compacted subgrade. Provide compacted thickness
indicated. Compact base to 95 percent of ASTM D 698 maximum laboratory density and
screed to depth required to allow setting of pavers. Compaction shall be completed within two
(2) hours of the addition of water to the dry mixed material. When the material fails to meet
density, it shall be removed and replaced at the Contractor's expense unless otherwise approved
by the Engineer.
C. Place leveling course and screed to a thickness of 2 inches, taking care that moisture content
remains constant and density is loose and constant until pavers are set and compacted.
D. Set pavers with a minimum joint width of 1/16 inch and a maximum of 1/8 inch, being careful
not to disturb leveling base. If pavers have spacer bars, place pavers hand tight against spacer
bars. Use string lines to keep straight lines. Fill gaps between units that exceed 3/8 inch with
pieces cut to fit from full-size unit pavers.
E. Vibrate pavers into leveling course with a low -amplitude plate vibrator capable of a 3500- to
5000-lbf compaction force at 80 to 90 Hz. Perform at least three passes across paving with
vibrator. Vibrate under the following conditions:
1. After edge pavers are installed and there is a completed surface or before surface is
exposed to rain.
2. Before ending each day's work, fully compact installed concrete pavers to within
36 inches of the laying face. Cover open layers with nonstaining plastic sheets
overlapped 48 inches on each side of the laying face to protect it from rain.
F. Spread dry sand and fill joints immediately after vibrating pavers into leveling course. Vibrate
pavers and add sand until joints are completely filled, then remove excess sand. Leave a slight
surplus of sand on the surface for joint filling.
G. Do not allow traffic on installed pavers until sand has been vibrated into joints.
H. Repeat joint -filling process 30 days later.
3.5 REPAIR, POINTING, CLEANING, AND PROTECTION
A. Remove and replace unit pavers that are loose, chipped, broken, stained, or otherwise damaged
or that do not match adjoining units as intended. Provide new units to match adjoining units
and install in same manner as original units, with same joint treatment and with no evidence of
replacement.
END OF SECTION
01272101 BRICK PAVERS 02780 - 4
03/02
SECTION 02786
i COAL -TAR SEALER/REJUVENATOR
PART 1 - GENERAL
1.1 DESCRIPTION
A. This item shall consist of a coal -tar sealer/rejuvenator applied on a previously prepared bituminous
surface, in accordance with these specifications, for the areas shown on the plans or as designated
by the Engineer. The purpose of this sealer is to rejuvenate the asphalt binder.
PART 2 - PRODUCTS
2.1 BITUMINOUS MATERIALS
A. This product shall meet or exceed the FAA's Engineering Brief #44.
B. The bituminous material shall be of Type Rejuva Sea1TM or equal, composed of coal -tar oils and
coal -tar prepared from a high temperature, coal -tar pitch conforming to the requirements of
ASTM D 490, Grade 12. The material shall meet the requirements of Table 2.
Table 2 — Property Requirements
Test Property Test Method Requirements
Specific Gravity ASTM D 70 1.04 min.
@ 77/77 ° F
w�
Engler Viscosity ASTM D 1665
8.0 max.
@ 122 ° F
Water ASTM D 95
2.0 max.
% by volume
Distillation ASTM D 20
To 338 F/170 C 20 max.
(% by weight to)
To 518 F/270 C 20-50
To 572 F/300 C 40-60 max.
Softening Point C R&B ASTM D 36
65 max.
Residue above 572 F/300 C
I
jPART 3 - EXECUTION
-� 3.1 WEATHER LIMITATIONS
A. The coal -tar sealer shall be applied only when the existing surface
is dry and the pavement surface
temperature is above 50 ° F.
1j 01272101 COAL -TAR SEALER/REJUVENATOR
02786 - 1
03/02
l
3.2 EQUIPMENT
A. The contractor shall furnish all equipment, tools and machines necessary for the performance of the
work.
1. Pressure Distributer: The distributor shall be designed, equipped, maintained and operated
so that coal -tar sealer at even heat may be applied uniformly on variable widths of pavement
at the specified rate.
2. Power Broom: A power broom and/or blower shall be provided for removing loose material
from the pavement surface.
3.3 CLEANING EXISTING SURFACE
A. Prior to placing the sealer, the surface of the pavement shall be clean and free from dust, dirt, or
other loose foreign matter. When directed by the Engineer, the surface shall be cleaned with a power
broom.
3.4 TEST SECTION
A. Prior to full production, the Contractor shall place a series of one -square yard test sections at the rate
of 0.05, 0.06 and 0.075 gallons per square yard. The area to be tested will be designated by the
Engineer and will be located on the existing pavement. The Engineer shall examine the test sections
24 hours after placement and advise the Contractor of the application rate for the remainder of the
project. A test section will be required for each different type of pavement surface.
3.5 APPLICATION OF SEALER/REJUVENATOR
A. The coal -tar sealer/rejuvenator shall be uniformly applied with a bituminous distributor at the rate
determined in paragraph 3.4. The application rate shall not be varied without the approval of the
Engineer. The application temperature shall be between 60 and 120 degrees F. Following the
application, the surface shall be allowed to cure without being disturbed until the sealer has dried
out. This period shall be determined by the Engineer. Suitable precautions shall be taken by the
Contractor during this period, including the application of any sand necessary to blot up excess
material.
3.6 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY
A. Samples of bituminous materials that the Contractor proposes to use, together with a statement as
to their source, must be submitted and approved before using the material.
The Contractor shall furnish the manufacturer's certification that each consignment of coal -tar sealer
shipped to the project meets the requirements of the specification. The manufacturer's certification
shall not be interpreted as a basis for final acceptance. Any certification received shall be subject
to verification by testing random samples received for use.
01272101 COAL -TAR SEALER/REJUVENATOR 02786 - 2
03/02
I
3.7 FREIGHT AND WEIGH BILLS
A. The Contractor shall furnish the Engineer receipted bills when railroad shipments are made, and
certified weigh bills when materials are received in any other manner, of the coal -tar sealer used in
the construction covered by the contract. The Contractor shall not remove material from the tank
car or storage tank until the initial outage and temperature measurements have been taken by the
Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer.
3.8 METHOD OF MEASUREMENT
A. The coal -tar sealer shall be measured by the gallon.
END OF SECTION
01272101 COAL -TAR SEALER/REJUVENATOR
03/02
02786 - 3
SECTION 02800
SITE FURNISHINGS (PICNIC TABLE)
PART 1-GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, General Conditions, Special Provisions and Division
1 - General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Steel supported, recycled plastic "accessible" picnic table
1.3 RELATED SECTIONS
A. Section 03300 — Cast -in -Place Concrete
B. Section 09900 - Painting
1.4 SYSTEM DESCRIPTION
A. All weather fixed in place picnic table.
B. Accessible model.
C. Steel supports embedded in concrete.
1.5 SUBMITTALS
A. Section 01300 — Submittal: Procedures for submittals.
B. Product Data: Provide component dimensions, anchorage and fasteners.
C. Shop Drawings: Complete installation requirements.
1.6 QUALITY ASSURANCE
A. Products meeting these specifications establish a standard of quality required as manufactured
by DuMor, Inc. Site Furnishings.
1.7 WARRANTY
A. Provide one-year warranty.
PART 2-PRODUCTS
2.1 MANUFACTURERS
A. DuMor, Inc. PO Box 142, Mifflintown, PA, 17059-0142, Phone: (800) 598-4018,
Fax: (717) 436-9839.
B. Substitutions: Under provisions of Section 01600.
01272101 SITE FURNISHINGS (PICNIC TABLE) 02800 - 1
03102
2.2 PRODUCT
A. Model # 100-68 PL Accessible Picnic Table with 5-1 Embedment
2.3 MATERIALS
A. Slats: 3" x 4" nom. and 3" x 6" nom. recycled plastic.
B. Supports: 3"square x '/4" wall steel tube, '/2" x 3" steel bar, 15/16" DD steel pipe, and
2" x 1" x'/2" steel channel.
C. Fasteners: Stainless steel.
2.4 FINISHES
A. Select from standard factory options.
PART 3 - EXECUTION
3.1 INSPECTION
A. Confirm that surrounding area is ready for the installation.
B. Installer shall confirm dimensions and elevations to be as shown on drawings provided by
DuMor, Inc.
C. Erection shall be performed by an approved installer and scheduled after all concrete, masonry
and roofing in the area completed.
3.2 INSTALLATION
A. Installation shall be in strict accordance with manufacturer's shop drawings. Particular attention
should be given to protecting the finish handling and erection. After installation, entire system
shall be left in a clean condition.
B. Anchor "straps" shall be placed in the concrete and used to fix the tables in place. The tables
shall be easily movable if needed.
END OF SECTION
01272101 SITE FURNISHINGS (PICNIC TABLE) 02800 - 2
03/02
SECTION 02810
IRRIGATION SYSTEMS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions
and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section 02810 includes valves, piping, sprinklers, specialties, accessories, controls, and wiring
for lawn irrigation systems.
1.3 DEFINITIONS
A. Pipe sizes used in this Section are nominal pipe size (NPS) in inches. Tube sizes are Standard size
in inches.
B. Supply Piping: Piping from water source to connection to irrigation system pressure piping. Piping
is under same pressure as water supply. Piping in this category is not included in this Section.
C. Pressure Piping: Piping downstream from supply piping to and including control valves. Piping is
under irrigation system pressure. Piping in this category includes pressure regulators, water meters,
and backflow preventers.
D. Circuit Piping: Piping downstream from control valves to irrigation system sprinklers, emitters,
devices, and drain valves. Piping is under pressure (less than pressure piping) during flow.
E. Control Valve: Automatic (electrically operated) valve for control water flow to irrigation system
zone.
1.4 SYSTEM PERFORMANCE REQUIREMENTS
A. Location of Sprinklers and Devices: Design location is approximate. Make minor adjustments
necessary to avoid plantings and obstructions such as signs and light standards.
B. Minimum Water Coverage: Not less than:
1. Turf Areas: 100 percent. Nozzles shall be set to throw a distance approximately equal to
adjacent sprinkler heads.
C. Components and Installation: Capable of producing piping systems with the following minimum
working pressure ratings except where indicated otherwise.
1. Pressure Piping: 200 psig.
2. Circuit and Drain Piping: 200 psig.
1.5 SUBMITTALS
A. General: Submit the following according to the Conditions of the Contract and Division 1
Specification Sections.
01272101 IRRIGATION SYSTEMS 02810 - 1
l 03/02
B. Product data including pressure rating, rated capacity, settings, and electrical data of selected models
for the following:
1. Automatic Control Valves.
2. Sprinklers.
3. Wiring.
4. Controller.
S. Gate Valves.
6. Drip System Components.
C. Wiring diagrams for electrical valves, and devices.
D. Shop drawings showing irrigation system, including plan layout and locations, types, sizes,
capacities, and flow characteristics of irrigation system components. Include valves, piping,
sprinklers and devices, accessories, controls, and wiring. Show areas of sprinkler spray and
overspray.
E. Coordination drawings showing piping and major system components. Indicate interface and spatial
relationship between piping, system components, adjacent utilities, and proximate structures.
F. Maintenance data for inclusion in "Operating and Maintenance Manual" specified Section "Project
Closeout" for the following:
1. Automatic control valves.
2. Sprinklers.
3. Controller.
1.6 QUALITY ASSURANCE
A. Comply with requirements of utility supplying water for prevention of backflow and backsiphomge.
B. Comply with requirements of authority with jurisdiction for irrigation systems.
C. Installer Qualifications: Engage an experienced Installer who has completed irrigation systems
similar in material, design, and extent to that indicated for Project that have resulted in construction
with a five year record of successful local in-service performance. A Licensed Irrigator shall be on
the jobsite daily for direct supervision of employees on design, installation, maintenance or repair
of the irrigation system including the connection of such system to the water supply.
D. Listing/Approval Stamp, Label, or Other Marking: On equipment, specialties, and accessories made
to specified standards.
E. Listing and Labeling: Equipment, specialties, and accessories that are listed and labeled.
1. The Terms "Listed" and "Labeled": As defined in "National Electrical Code," Article 100.
2. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing Laboratory"
(NRTL) as defined in OSHA Regulation 1910.7.
F. Product Options: Irrigation system piping, specialties, and accessories are based on specific types,
manufacturers, and models indicated. Components with equal performance characteristics produced
by other manufacturers may be considered, provided deviations in dimensions, operation, and other
characteristics do not change design concept or intended performance as judged by the Engineer.
The burden of proof of product equality is on the Contractor. Any request for substitution of
products must be accompanied by all of the following within seven (7) days prior to the bid date.
1. Actual sample of each type of equipment proposed as a substitute.
2. Original manufacturer's catalogue sheet indicating the full specification for that particular
item.
3. A list of installations in the immediate area of Lubbock in satisfactory operation for at least
five (5) years. List must include name and phone number of person directly responsible for
the use and maintenance of the facility.
01272101 IRRIGATION SYSTEMS 02810 - 2
03/02
1.7 PROJECT CONDITIONS
Perform site survey and verify existing utility locations. Verify that irrigation system piping may
be installed in compliance with original design and referenced standards.
PART 2 - PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
All equipment is subject to compliance with the requirements of these specifications.
2.2 GUARANTEES
A. Provide a guarantee for all labor and material for a period of one year, from the date of substantial
completion.
B. Provide a manufacturer's guarantee for all sprinkler system components, i.e., controllers, valves and
heads, for a period of five years, from the date of substantial completion.
C. Service calls during the one-year warranty period shall require a qualified technician on site within
24 hours.
2.3 PIPE MATERIALS
A. PVC Pipe - All PVC Pipe shall be approved by the National Sanitation Foundation (NSF) and shall
bear the NSF seal of approval.
1. Type Class 200 PVC, ASTM D2241.
2. Connections:
Four inches and larger Bell -and Spigot type with elastomeric rings, ASTM
C1869.
Less than four inches Socket, solvent -weld, ASTM C 1466 and ASTM D2564.
B. Fittings: Type and style of connection to match pipe, minimum schedule 40.
C. Cleaner/Primer: ASTM F - 656 for PVC pipe and fittings.
D. Solvent Cement: ANSI/ASTM D2564 for PVC pipe and fittings.
E. Sleeve Material: PVC, Schedule 40.
2.4 OUTLETS
A. Manufacturers:
1. Netafim USA
2. Rainbird
3. Hunter
B. Fixed Spray Sprinklers, Fixed Bubblers.
The overall pop-up height shall be 6 inches.
The sprinkler body, stem, nozzle, and screen shall be constructed of heavy-duty, ultra -violet resistant
plastic. It shall have a heavy-duty stainless steel retract spring for positive pop -down and a
ratcheting system for easy alignment of the pattern.
01272101 IRRIGATION SYSTEMS 02810 - 3
03/02
The sprinkler shall have a soft elastomer pressure activated co -molded wiper seal for cleaning debris
from the pop-up stem as it retracts into the case to prevent the sprinkler from sticking up and to
minimize "flow -by".
The sprinkler shall have a matched precipitation rate (MPR) plastic nozzle with an adjusting screw
capable of regulating the radius and flow.
Pop-up Spray Sprinklers shall also include a pressure -regulating device to prevent high pressure
fogging to the nozzle stream. This regulating device shall be an integral part of the pop-up stem,
removable through the top of the case. These units shall be identifiable from the top with "PRS"
markings on the cap.
The device shall regulate the nozzle pressure to 30 PSI for inlet pressures from 35 to 70 PSI. Below
35 PSI the pressure loss shall not exceed 6 PSI.
Sprinklers shall be Rainbird Model 1806-PRS or approved equal and bubbler nozzles shall be
Hunter PCN nozzles.
C. Dripperline and Integral Dripperline Components: The dripperline shall be Techline pressure
compensating dripperline as manufactured by Netafim Irrigation, Inc. Dripper flow rate and spacing
shall be 12" spacing and 0.9 GPH dripper.
1. Techline/Techlite 17mm Fittings: All Techline/Techlite connections shall be made with
approved Techline/Techlite insert fittings.
2. Soil Staples (TLS6): All on-surface/under mulch Techline/Techlite installations shall be held
in place with Techline Soil Staples spaced evenly every 3' to 5' on center, and with two
staples on each change of location.
3. Line Flushing Valves: All Techline/Techlite systems shall be installed with Netafim
Automatic Line Flushing Valves as indicated on drawings.
4. Pressure Regulator: A pressure regulator shall be installed at each zone valve to ensure
operating pressures do not exceed system requirements. The pressure regulator shall be a
Netafim Pressure Regulator. Model number shall be Netafim PRV 075HF45.
5. Disc Filter: A disc filter shall be installed at each zone valve to ensure proper filtration. The
filter shall be a Netafim Disc Filter. Model number and mesh shall be Netafim DF 100-140.
2.5 VALVES
A. Manufacturers
1. Rainbird PESB Series or approved equal.
2. Mueller.
3. Brooks Products, Inc., Model 1419 or approved equal.
B. Automatic Control Valves: Electric Valves. The remote control valve shall be normally closed
24 VAC 50/60 cycle solenoid actuated globe pattern design. The valve pressure rating shall not be
less than 200 PSI. The valve body and bonnet shall be constructed of heavy-duty glass -filled W
resistant nylon and have stainless steel studs and flange nuts; diaphragm shall be of nylon reinforced
nitrile rubber.
The valve shall have both internal and external manual open/close control (internal and external
bleed) for manually opening and closing the valve without electrically energizing the solenoid. The
valve's internal bleed shall prevent flooding of the valve box.
01272101 IRRIGATION SYSTEMS 02810 - 4
03/02
The valve shall house a fully -encapsulated, one-piece solenoid. The solenoid shall have a captured
plunger with a removable retainer for easy servicing, and a leaverage handle for easy turning. This
1 24 VAC 50/60 Hz solenoid shall open with 19.6 volt minimum at 200 PSI. At 24 VAC average
inrush current shall not exceed .41 amps.
The valve shall have a brass flow control stem for accurate manual regulation and/or shut off of
outlet flow. The valve must open or close in less than 1 minute at 200 PSI, and less than 30 seconds
at 20 PSI.
The valve shall have a self-cleaning stainless steel screen designed for use in dirty water
applications.
The valve construction shall be such as to provide for all internal parts to be removable from the top
of the valve without disturbing the valve installation.
All valves shall be installed in an approved type valve box that includes a 3-inch layer of clean
crushed gravel as shown on the plans. Valve shall be Rainbird PESB Series.
C. Valve Box and Cover: 17 inch x 11 3/4 inch x 18 inch polypropylene with polypropylene, bolt down
covers. Valve Box Extensions shall be used where necessary to obtain proper depth.
D. Gravel: The bottom of each valve box shall be filled with clean gravel as specified. Gravel shall
be washed clean and graded such that none are less than 3/8 inch and none larger than 3/4 inch.
Gravel sizes shall be equally proportioned and thoroughly mixed.
E. Gate Valves smaller than 4" shall be standard brass gate valves, double disk or wedge type, designed
for a maximum working pressure of 150 psi.
2.6 CONTROLS
A. Manufacturers: Hunter Model ICC Series, 24 Station Controller.
B. Controllers:
The controller shall have three independent programs (A, B, C) with eight start times per program
for a total of up to 24 start times per zone and one program (D) that can run concurrently with the
other programs. Watering times shall be available from one minute to two hours in one -minute
increments per station on programs A, B, and C, and from one minute to twelve hours in one -minute
increments on program D. The controller shall have four weekly schedule options to choose from:
7-day calendar, 31-day calendar, odd day programming and even day programming. It shall also
have a 365-day calendar clock to accommodate true odd -even watering. Operation shall be available
in automatic, semi -automatic and manual modes. All programming shall be accomplished by use
of a programming dial and selection buttons with user feedback provided by a LCD display. The
controller shall be equipped with a rain sensor on/off switch that allows the user to override a sensor
that has suspended watering.
The controller shall have a cycle and soak scheduling capability that allows a cycle to be
programmed for up to sixty minutes and a soak period to be programmed for up to sixty minutes.
The controller shall also have a seasonal _adjust feature that allows for station run times to be
changed from 10% to 150% in 10% increments to compensate for weather changes.
It shall also have a programmable delay between valve stations. Delays between stations shall be
programmable in five -second increments up to a maximum of a 100-second delay.
-J
01272101 IRRIGATION SYSTEMS 02810 - 5
03/02
cJ
Transformer input shall be 120 VAC, 60 Hz or 230 VAC, 50 Hz depending on requirements.
Transformer output shall be 24 VAC, 1.5A (40 VA). Maximum output per station shall be 24 VAC,
0.56A. Program backup shall be provided by a non-volatile memory circuit that will hold the
program, date and time indefinitely. The controller shall have Metal Oxide Varistors (MOVs) on
the power -input portion and the secondary output portion to help protect the micro -circuitry from
power surges. There shall be self -diagnostic, electronic short circuit protection that detects a faulty
circuit, continues watering the remainder of the program, and reports the faulty station on the
display.
The controller shall be installed in accordance with the manufacturer's published instructions. The
controller shall carry a conditional five year exchange warranty. The automatic controller(s) shall
be the ICC series controller as manufactured for Hunter Industries Incorporated, San Marcos,
California.
C. Controller Housing: Outdoor; weatherproof, watertight, with lockable access door. Controller will
be pedestal mount per manufacturer's recommendations. Enclosures and pedestal shall be stainless
steel.
D. Wire Conductors: Color coded.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify site conditions under provisions of Section 01040.
B. Verify location of existing utilities.
C. Verify that required utilities are available, in proper location, and ready for use.
3.2 PREPARATION
A. Piping layout indicated is diagrammatic only. Route piping to avoid plants, ground cover, and
structures.
B. Before installation begins, the Contractor shall place a flag stake where each and every sprinkler is
to be located in accordance with the plans. The staking shall be approved in writing by the Owner.
Should a discrepancy in the plans become apparent at this time, in regard to size, shape or coverage
of the areas, the discrepancy shall be submitted in writing to the Owner.
C. Review layout requirements with other affected work. Coordinate locations of sleeves under paving
to accommodate system.
3.3 TRENCHING
A. Trench Size:
1. Minimum Width: 4 inches wider than max. o.d. of piping to be installed.
2. Minimum Cover Over Installed Supply Piping: 20 inches total.
3. Minimum Cover Over Installed Branch Piping: 14 inches total.
4. Minimum Cover Over Installed Outlet Piping: 14 inches total.
5. Mulch over lateral lines drip tubing.
B. Trench to accommodate grade changes.
C. Maintain trenches free of debris, material, or obstructions that may damage pipe.
01272101 IRRIGATION SYSTEMS 02810 - 6
03102
D. If rock is encountered, trenches are to be over excavated by 3 inches to allow for a 3" layer of finely
graded sand under all piping. After the piping is installed, finely graded sand shall beplaced around
the piping up to a point 3" above the piping.
E. All trenches are to be inspected and approved by Owner before covering.
F. Trench digging machinery may be used to make trench excavation except in places where operation
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 the trenching to make whatever provisions necessary to prevens damage thereto. Extreme care
shall be used to prevent such damage and the Contractor shall be fully responsible for damage to any
such lines.
G. There will be no classification of, or extra payment for excavated materials and all materials
encountered shall be excavated as required. Adjacent structures shall be protected from damage by
construction equipment. All excavated material shall be piled in a manner which will not endanger
the work or existing structures and which will cause the least obstruction to roadways.
H. The Contractor will be required to locate all known utility 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.
I. Excess trench excavation, not used for backfilling, shall be disposed of by the Contractor, and at the
Contractor's expense as directed by the Owner.
J. All trenches and adjoining areas shall be hand raked to leave the grade in as good or better condition
than before construction.
K. All trench backfill shall be flooded to prevent settling. Tamping is required, at 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 a least 95% of
maximum density at optimum moisture as determined by ASTM D698.
L. All settling and low areas that occur within the first twelve (12) months will be the responsibility of
the Contractor to fill and level.
M. It is understood that the piping layout is diagrammatic and piping shall be routed in such a manner
to achieve the intent of the plan.
3.4 INSTALLATION
A. Install pipe, valves, controls, and outlets in accordance with manufacturer's instructions.
B. Connect to utilities.
C. Set outlets and box covers at finish grade elevations.
D. Provide for thermal movement of components in system.
E. Swing Joints
1. Swing joints shall be used on all sprinklers and shall be of the same diameter as the inlet
opening.
2. See drawing details for fixed spray sprinkler swing joints.
F. Wiring
1. All wiring shall be No. 14, Type UF, copper direct bury type made for the irrigation industry.
Wiring shall be color -keyed: white for ground, red for operation of equipment.
2. Wire splices will only be allowed to occur within an accessible control box. In -line direct
burial splices will not be allowed. Wire splices shall be DBY model as manufactured by 3M
Company or approved equal.
3. Provide looped slack at valves and snake wires in trench to allow for contraction of wires.
01272101 HMGATION SYSTEMS 02810 - 7
03/02
4. All wire passing under paving, sidewalk, etc., shall be encased in plastic conduit extending
at least 12" beyond edges of paving or construction.
5. All electrical control wiring shall be wrapped together on 10-feet increments with plastic
straps. An electrical wiring schematic shall be furnished with the equipment.
G. After piping is installed, but before outlets are installed and backfilling commences, open valves and
flush system with full head of water.
H. Dissimilar Materials Piping Joints: Construct joints using adapters that are compatible with both
piping materials, outside diameters, and system working pressure.
I. Concrete Thrust Blocks: Thrust blocks are required at all turns and dead -ends on pipe sizes 4 inolies
and over. Pipe of smaller sizes may also require thrust blocks if so directed by the Owner. Concrete
shall have a 28 day compressive strength of 3000 psi, minimum.
3.5 TESTING AND INSPECTION
A. Do not allow any of the work in this section to be covered or enclosed until it has been inspected,
tested and approved by the Owner or Owner's Representative.
B. Fill the main line with water for a 24-hour period prior to testing.
C. Pressure test main lines with 100 psi for a period of 2 hours. Allowable leakage shall be as
determined by the formula listed in AWWA C600. Owner will witness and approve all tests. Notify
Owner at least 24 hours in advance of all testing.
D. Provide all testing equipment and personnel required to complete the testing procedure. Repeat
testing as required.
E. Flush, clean, adjust and balance all systems.
F. Adjust heads for proper coverage.
3.6 CLEANING AND ADJUSTING
A. Flush dirt and debris from piping before installing sprinklers and other devices.
B. Adjust automatic control valves to provide flow rate of rated operating pressure required for each
sprinkler circuit.
C. Carefully adjust lawn sprinklers so they will be flush with, or not more than 2 inch below finish
grade after completion of landscape work.
D. Adjust settings of controllers and automatic control valves.
E. Contractor will be required to remove all construction debris from the site. Final clean up by the
contractor must be acceptable to the owner.
3.7 COMMISSIONING
A. Starting Procedures: Follow manufacturer's written procedures. If no procedures are prescribed by
manufacturers, proceed as follows:
1. Verify that specialty valves and their accessories have been installed correctly and operate
correctly.
2. Verify that specified tests of piping are complete.
3. Check that sprinklers and devices are correct type.
4. Check that damaged sprinklers and devices have been replaced with new materials.
5. Check that potable water supplies have correct type backflow preventers.
6. Energize circuits to electrical equipment and devices.
7. Adjust operating controls.
B. Operational Testing: Perform operational testing after hydrostatic testing is completed, backfill is
in place, and sprinklers are adjusted to final position.
01272101 IRRIGATION SYSTEMS 02810 - 8
03/02
3.8 DEMONSTRATION
A. Demonstrate to Owner that system meets coverage requirements and that automatic controls function
properly.
B. Demonstrate to Owner's maintenance personnel operation of equipment, sprinklers, specialties, and
accessories. Review operating and maintenance information.
C. Provide 7 days' written notice in advance of demonstration.
END OF SECTION
01272101
03/02
IRRIGATION SYSTEMS
02810 - 9
SECTION 02851
PRECAST CONCRETE LIGHTED BOLLARDS
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 WORK INCLUDED
A. Custom Designed Lighted pre -cast concrete bollards.
B. Locations of Bollards are shown on the drawings.
1.3 RELATED WORK
A. Section 02780 — Brick Pavers.
B. Section 03300 - Cast -in -Place Concrete.
C. Division 16 — Electrical connection of light fixtures in bollards.
1.4 REFERENCES
A. American Society for testing & Material
1. ASTM C33
2. ASTM C 150
3. ASTM C31
1.5 QUALITY ASSURANCE
A. Qualification of Manufacturer:
1. Manufacturer to be pre -qualified by Architect prior to bidding. Failure to comply will result
in disqualification of bid.
B. Manufacturer
1. Manufacturer to have at least five years experience in the manufacture of pre -cast concrete
bollards field proven for at least five years.
1.6 SUBMITTALS
A. Submit Shop Drawings and Product Data and Samples.
1. Product data: Manufacture's specifications and technical data edited specifically for proposed
system, including the following specific information:
a. Detailed specification of construction fabrication.
b. Manufacturer's installation instructions.
C. Maintenance literature.
d. Product warranty
01272101 PRECAST CONCRETE LIGHTED BOLLARDS 02851 - 1
03/02
2. Shop Drawings: Indicate pertinent dimensions, general construction, component connections,
anchoring methods, hardware and installation procedures.
3. Samples as requested by Architect.
1.7 DELIVERY, STORAGE, AND PROTECTION
A. Pack, handle and ship pre -cast bollard units in suitable packs or pallets.
1. Lift with wide -belt slings; do not use wire rope or ropes that might cause staining. Move
bollards, if required, using dollies with wood supports.
2. Store bollards on wood skids or pallets with non -staining, waterproof covers. Arrange to
distribute weight evenly and to prevent damage to units. Ventilate under covers to prevent
condensation.
B. Coordinate production and delivery of bollards with concrete work to minimize the need for on site
storage and to avoid delaying the Work.
1.8 WARRANTY
A. Manufacturer shall submit a written warranty for pre -cast bollards and all components for a period
of two years following the date of substantial completion of the project.
PART2-PRODUCTS
2.1 MANUFACTURERS
A. Acceptable manufacturer for Pre -Cast Bollards to be known as Wausau Tile, Inc., TerrapForm
Division, P. O. Box 1520, Wausau, WI 54402-1520, Phone 1-800-388-8728, Fax (715) 355-4627.
B. Clarification Note: Drawings and Installation specification are based on manufacturer's proprietary
literature from Wausau Tile, Inc. Other manufacturers shall comply with minimum levels of material
and detailing on drawings or specified herein.
C. All pre -cast products for this project shall be from one manufacturer.
2.2 MATERIALS
A. Portland Cement: ASTM C 150 specifications for Portland Cement
B. Aggregates: All aggregates to meet ASTM C33 specifications, to be cleaned of foreign matter and
properly graded to size.
C. Coloring: Pigments used shall be inorganic, resistant to alkalinity and used as per manufacture's
recommendations.
D. Size to be 18" diameter x 58" high with 24" below grade.
E. Material to be reinforced concrete.
F. Reinforcing to be 3/8" diameter rebar.
G. Provide smooth surface in recessed areas designed for lighting.
H. Light fixture to be Metal Halide. 50 watt, average life of 24,000 hours and 3,600 lumens of light.
Fixture shall be UL listed in the application where it is used.
I. Lighted bollards shall be custom designed as shown on the Drawings with the Custom designed
removable " Star" cap.
01272101 PRECAST CONCRETE LIGHTED BOLLARDS 02851 - 2
03/02
2.3 FINISH
A. Finish: Color of pre -cast bollards shall be Wausau Tile " Weather stone — SAND".
PART 3 - EXECUTION
3.1 INSTALLATION
A. General
I. Install as indicated on drawings and in accordance with the manufacturer's recommendation
and instructions.
2. Set units accurately in locations indicated with edges and faces aligned according to
established relationships and indicated tolerances.
3. Coordinate with placement of concrete walks and brick pavers.
4. Electrical connections shall be by licensed electricians working under Division 16 of the
project specifications.
3.2 TOLERANCES
A. Maximum Diagonal Distortion: 1/16 inch measured with straight edge, corner to corner.
3.3 ADJUSTING AND CLEANING
A. Remove and replace stained and otherwise damaged units and units not matching approved samples.
B. Replace units in a manner that results in a finished product matching approved samples, complying
with other requirements, and showing no evidence of replacement.
C. Provide final cleaning in accordance with the manufacturer's recommendations.
END OF SECTION
01272101 PRECAST CONCRETE LIGHTED BOLLARDS 02851 - 3
03/02
SECTION 02900
SEEDING
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.
B. Drawings, Standard General Conditions of the Construction Contract, Supplementary Conditions
and Division 1 - General Requirements apply to Work of this Section.
C. 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 - "Excavation, Subgrade, Preparation, Grading, Embankment and Topsoiling" for
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.
01272101 SEEDING 02900 - 1
03/02
1.5 QUALITY ASSURANCE
A. Installer Qualifications: Engage an experienced Installer who has completed landscaping work
similar in material, design, and extent to that indicated for this Project and with a record of
successful landscape establishment.
1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor
on the Project site during times that landscaping is in progress.
B. Testing Agency Qualifications: To qualify for acceptance, an independent testing agency must
demonstrate to Landscape 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 as specified in Section
01039 — COORDINATION AND MEETINGS.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Packaged Materials: Deliver packaged materials in containers showing weight, analysis, and name
of manufacturer. Protect materials from deterioration during delivery and while stored at site.
B. Seed: Deliver seed in original sealed, labeled, and undamaged containers.
1.7 PROJECT CONDITIONS
A. Utilities: Determine location of above grade and underground utilities and perform work in a manner
which will avoid damage. Hand excavate, as required. Maintain grade stakes until removal is
mutually agreed upon by parties concerned.
B. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill,
adverse drainage conditions, or obstructions, notify Landscape 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.
01272101 SEEDING 02900 - 2
03/02
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:
1. 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 ant: 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.
1. 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 a balanced fertilizer with an N:P:K ratio of 3:1:1 that will provide actual nitrogen of at
least 1 lb. Per 1,000 sq. ft. of lawn area.
PART 2-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.
1. Seed Mixture: Provide seed of grass species and varieties, proportions by weight, and
minimum percentages of purity, germination, and maximum percentage of weed seed as
indicated on Schedules at the end of this Section.
2.2 TOPSOIL
A. Topsoil: ASTM D 5268, pH range of 5.5 to 7,4 percent organic material minimum, free of stones
1 inch or larger in any dimension, and other extraneous materials harmful to plant growth.
1. Topsoil Source: Reuse surface soil stockpiled on the site. Verify suitability of surface soil to
produce topsoil meeting requirements and amend as specified in soil analysis. Supplement
with imported topsoil when quantities are insufficient. Clean topsoil of roots, plants, sods,
stones, clay lumps, and other extraneous materials harmful to plant growth.
2.3 FERTILIZER
A. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of
fast- and slow- release nitrogen, 50 percent derived from natural organic sources of urea -form,
phosphorous, and potassium in the following composition:
1. Composition: 1 lb. per 1,000 sq. ft. of actual nitrogen in a balanced fertilizer with an N:P:K
ratio of 3:1:1 and a minimum of 10% sulfur and 2% iron or a fertilizer that contains the
_.l
5 01272101 SEEDING 02900 - 3
03/02
elements in proportions which meet the recommendations of the soil analysis from a qualified
soil testing agency.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine areas to receive landscaping for compliance with requirements and for conditions affecting
performance of work of this Section. Do not proceed with installation until unsatisfactory conditions
have been corrected.
3.2 PREPARATION
A. Outline areas, and secure Landscape Architect'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.
C. For grass, mix planting soil either prior to planting or apply on surface of topsoil and mix thoroughly
before planting.
3.4 GRASS PLANTING PREPARATION
A. Limit subgrade preparation to areas that will be planted in the immediate future.
B. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1 inch in any
dimension and sticks, roots, rubbish, and other extraneous materials.
C. Spread planting soil mixture to depth required to meet thickness, grades, and elevations shown, after
light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen.
1. Place approximately 1/2 the thickness of planting soil mixture required. Work into top of
loosened subgrade to create a transition layer and then place remainder of planting soil
mixture.
D. Grade grass areas to a smooth, even surface with loose, uniformly fine texture. 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 inch in any dimension, and other
objects that may interfere with planting or maintenance operations.
E. Moisten prepared grass areas before planting when soil is dry. Water thoroughly and allow surface
to dry before planting. Do not create muddy soil.
F. Restore prepared areas if eroded or otherwise disturbed after fine grading and before planting.
3.5 SEEDING NEW GRASSED AREAS
A. Sow seed with either a seed drill or by hydromulching. 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.
01272101 SEEDING 02900 - 4
03/02
3.6 CLEANUP AND PROTECTION
A. During landscaping, keep pavements clean and work area in an orderly condition.
B. Protect landscaping from damage due to landscape operations, operations by other contractors and
trades, and trespassers. Maintain protection during installation and maintenance periods. Treat,
} repair, or replace damaged landscape work as directed.
3.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS
A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash,
and debris, and legally dispose of it off the Owner's property.
wi 3.8 SEED MIXTURES SCHEDULE, APPLICATION RATES AND POTENTIAL SEEDING
SEASONS
A. Bermuda "Sahara": Provide certified, hulled and coated grass seed, proportioned by weight as
follows:
Minimum % Minimum % Maximum %
Proportion Name Germination Pure Seed Weed Seed
100% Bermuda Sahara 85% 50% .15%
Application Rate: 3 pounds per 1,000 square feet. Seed to be sown from June V to August 151'.
j Bermuda Sahara seed may not be sown outside of this time period.
J B. Native Grass Mixture: Provide certified grass -seed blends or mixes, proportioned by weight as
follows:
Minimum % Minimum % Maximum %
Proportion Name Germination Pure Seed Weed Seed
Blue Grama
771 50% "Hachita" 85% 50% .15%
Buffalo Grass
50% "Texoca" 85% 95% .15%
Application Rate: 5 pounds per 1,000 square feet. Seed to be sown from June I" to August 150
.
Native Grass Mixture seed may not be sown outside of this time period.
END OF SECTION
l
1
t
01272101 SEEDING 02900 - 5
03/02
1 SECTION 02930
EXTERIOR PLANTS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Trees.
2. Shrubs.
3. Ground cover.
4. Plants.
B. Related Sections include the following:
I. Section 02300 - "Excavation, Subgrade, Preparation, Grading, Embankment and
Topsoiling" for excavation, filling, and rough grading and for subsurface aggregate
drainage and drainage backfill materials.
1.3 DEFINITIONS
A. Balled and Burlapped Stock: Exterior plants dug with firm, natural balls of earth in which they
are grown, with ball size not less than diameter and depth recommended by ANSI Z60.1 for
type and size of tree or shrub required; wrapped, tied, rigidly supported, and drum -laced as
recommended by ANSI Z60.1.
B. Balled and Potted Stock: Exterior plants dug with firm, natural balls of earth in which they are
grown and placed, unbroken, in a container. Ball size is not less than diameter and depth
recommended by ANSI Z60.1 for type and size of exterior plant required.
C. Container -Grown Stock: Healthy, vigorous, well -rooted exterior plants grown in a container
with well -established root system reaching sides of container and maintaining a firm ball when
removed from container. Container shall be rigid enough to hold ball shape and protect root
mass during shipping and be sized according to ANSI Z60.1 for kind, type, and size of exterior
plant required.
D. Fabric Bag -Grown Stock: Healthy, vigorous, well -rooted exterior plants established and grown
in -ground in a porous fabric bag with well -established root system reaching sides of fabric bag.
Fabric bag size is not less than diameter, depth, and volume required by ANSI Z60.1 for type
and size of exterior plant.
E. Finish Grade: Elevation of finished surface of planting soil.
F. Manufactured Topsoil: Soil produced off -site by homogeneously blending mineral soils or sand
with stabilized organic soil amendments to produce topsoil or planting soil.
G. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to
become topsoil; mixed with soil amendments.
H. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface
of a fill or backfill, before placing planting soil.
01272101 EXTERIOR PLANTS 02930 - 1
03/02
1.4 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Qualification Data: For landscape Installer.
C. Material Test Reports: For existing surface soil and imported topsoil.
D. Planting Schedule: Indicating anticipated planting dates for exterior plants.
E. Maintenance Instructions: Recommended procedures to be established by Owner for
maintenance of exterior plants during a calendar year. Submit before expiration of required
maintenance periods.
F. Label data substantiating that plants, trees, shrubs, and planting materials comply with specified
requirements.
1.5 QUALITY ASSURANCE
A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful
establishment of exterior plants.
1. Installer's Field Supervision: Require Installer to maintain an experienced full-time
supervisor on Project site when exterior planting is in progress.
B. Soil -Testing Laboratory Qualifications: An independent laboratory, recognized by the State
Department of Agriculture, with the experience and capability to conduct the testing indicated
and that specializes in types of tests to be performed.
C. Topsoil Analysis: Furnish soil analysis by a qualified soil -testing laboratory stating percentages
of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; sodium
absorption ratio; deleterious material; pH; and mineral and plant -nutrient content of topsoil.
1. Report suitability of topsoil for plant growth. State recommended quantities of nitrogen,
phosphorus, and potash nutrients and soil amendments to be added to produce a
satisfactory topsoil.
D. Provide quality, size, genus, species, and variety of exterior plants indicated, complying with
applicable requirements in ANSI Z60.1, "American Standard for Nursery Stock."
1 Selection of exterior plants purchased under allowances will be made by Architect, who
will tag plants at their place of growth before they are prepared for transplanting.
E. Tree and Shrub Measurements: Measure according to ANSI Z60.1 with branches and trunks or
canes in their normal position. Do not prune to obtain required sizes. Take caliper
measurements 6 inches above ground for trees up to 4-inch caliper size, and 12 inches above
ground for larger sizes. Measure main body of tree or shrub for height and spread; do not
measure branches or roots tip -to -tip.
F. Observation: Landscape Architect may observe trees and shrubs either at place of growth or at
site before planting for compliance with requirements for genus, species, variety, size, and
quality. Architect retains right to observe trees and shrubs further for size and condition of balls
and root systems, insects, injuries, and latent defects and to reject unsatisfactory or defective
material at any time during progress of work. Remove rejected trees or shrubs immediately
from Project site.
1. Notify Landscape Architect of sources of planting materials seven days in advance of
delivery to site.
G. Preinstallation Conference: Conduct conference at Project site to comply with requirements in
Section 01039 — COORDINATION AND MEETINGS.
01272101 EXTERIOR PLANTS 02930 - 2
03/02
1.6 DELIVERY, STORAGE, AND HANDLING
A. Do not prune trees and shrubs before delivery, except as approved by Landscape Architect.
Protect bark, branches, and root systems from sun scald, drying, sweating, whipping, and other
handling and tying damage. Do not bend or bind -tie trees or shrubs in such a manner as to
destroy their natural shape. Provide protective covering of exterior plants during delivery. Do
not drop exterior plants during delivery.
B. Handle planting stock by root ball. Do not move trees by strapping their trunks.
C. Deliver exterior plants after preparations for planting have been a-._npleted and install
immediately. If planting is delayed more than six hours after delivery, set exterior plants trees in
shade, protect from weather and mechanical damage, and keep roots moist.
1. Set balled stock on ground and cover ball with soil, peat moss, sawdust, or other
acceptable material.
2. Do not remove container -grown stock from containers before time of planting.
3. Water root systems of exterior plants stored on -site with a fine -mist spray. Water as often
as necessary to maintain root systems in a moist condition.
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 Landscape Architect before planting.
1.8 WARRANTY
A. Special Warranty: Warrant the following exterior plants, for the warranty period indicated,
against defects including death and unsatisfactory growth.
1. Warranty Period for Trees and Shrubs: One year from date of Substantial Completion.
2. Warranty Period for Ground Cover and Plants: Six months from date of Substantial
Completion.
3. Remove dead exterior plants immediately. Replace immediately unless required to plant
in the succeeding planting season.
4. Replace exterior plants that are more than 25 percent dead or in an unhealthy condition at
end of warranty period.
5. A limit of one replacement of each exterior plant will be required, except for losses or
replacements due to failure to comply with requirements.
1.9 MAINTENANCE
A. Trees and Shrubs: Maintain for the following maintenance period by pruning, cultivating,
watering, weeding, fertilizing, restoring planting saucers, tightening and repairing stakes and
guy supports, and resetting to proper grades or vertical position, as required to establish healthy,
viable plantings. Spray as required to keep trees and shrubs free of insects and disease. Restore
or replace damaged tree wrappings.
1. Maintenance Period: Three months from date of Substantial Completion.
B. Ground Cover and Plants: Maintain for the following maintenance period by watering, weeding,
fertilizing, and other operations as required to establish healthy, viable plantings:
1. Maintenance Period: Three months from date of Substantial Completion.
01272101 EXTERIOR PLANTS 02930 - 3
03/02
PART 2 - PRODUCTS
2.1 TREE AND SHRUB MATERIAL
A. General: Furnish nursery -grown trees and shrubs complying with ANSI Z60.1, with healthy
root systems developed by transplanting or root pruning. Provide well -shaped, fully branched,
healthy, vigorous stock free of disease, insects, eggs, larvae, and defects such as knots, sun
scald, injuries, abrasions, and disfigurement.
B. Grade: Provide trees and shrubs of sizes and grades complying with ANSI Z60.1 for type of
trees and shrubs required. Trees and shrubs of a larger size may be used if acceptable to
Landscape Architect, with a proportionate increase in size of roots or balls.
C. Label each tree and shrub with securely attached, waterproof tag bearing legible designation of
botanical and common name.
2.2 SHADE AND FLOWERING TREES
A. Shade Trees: Single -stem trees with straight trunk, well-balanced crown, and intact leader, of
height and caliper indicated, conforming to ANSI Z60.1 for type of trees required with a
branching height of % of tree height.
B. Small Trees: Small upright or spreading type, branched or pruned naturally according to species
and type, and with relationship of caliper, height, and branching recommended by ANSI Z60.1,
and single stem form.
C. Container -grown trees will be acceptable in lieu of balled and burlapped trees subject to
meeting ANSI Z60.1 limitations for container stock.
2.3 SHRUBS
A. Form and Size: Deciduous, broadleaf evergreen, and coniferous evergreen shrubs with not less
than the minimum number of canes required by and measured according to ANSI Z60.1 for
type, shape, and height of shrub.
B. Container -grown shrubs will be acceptable in lieu of balled and burlapped shrubs subject to
meeting ANSI Z60.1 limitations for container stock.
2.4 GROUND COVERS AND VINES
A. Provide ground covers and vines established and well rooted in removable containers or integral
peat pots and with not less than the minimum number and length of runners required by
ANSI Z60.1 for the container size indicated.
2.5 PLANTS
A. Annuals: Provide healthy, disease -free plants of species and variety shown or listed. Provide
only plants that are acclimated to outdoor conditions before delivery and that are in bud but not
yet in bloom.
B. Perennials: Provide healthy, field -grown plants from a commercial nursery, of species and
variety shown or listed.
01272101 EXTERIOR PLANTS 02930 - 4
03/02
C. Fast -Growing Vines: Provide vines of species indicated complying with requirements in
ANSI Z60.1 as follows:
1. Two-year plants with heavy, well -branched tops, with not less than 3 runners 18 inches or
more in length, and with a vigorous well -developed root system.
2. Provide field -grown vines. Vines grown in pots or other containers of adequate size and
acclimated to outside conditions will also be acceptable.
2.6 TOPSOIL
A. Topsoil: ASTM D 5268, pH range of 6.5 to 7.5, a minimum of 1 percent organic material
content; free of stones 1 inch or larger in any dimension and other extraneous materials harmful
to plant growth.
1. Topsoil Source: Amend existing in -place surface soil to produce topsoil. Verify
suitability of surface soil to produce topsoil. Clean surface soil of roots, plants, sod,
stones, clay lumps, and other extraneous materials harmful to plant growth.
a. Surface soil may be supplemented with imported or manufactured topsoil from off -
site sources. Obtain topsoil displaced from naturally well -drained construction or
mining sites where topsoil occurs at least 4 inches deep; do not obtain from playa
lakes. Topsoil shall be classified as Amarillo Fine Sandy loam.
b. Surface soil may be obtained from current airport stockpile as shown on plans.
2.7 INORGANIC SOIL AMENDMENTS
A. Sulfur: Granular, biodegradable, containing a minimum of 90 percent sulfur, with a minimum
99 percent passing through No. 6 sieve and a maximum 10 percent passing through No. 40
sieve.
B. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent
sulfur.
C. Perlite: Horticultural perlite, soil amendment grade.
D. Agricultural Gypsum: Finely ground, containing a minimum of 90 percent calcium sulfate.
E. Sand: Clean, washed, natural or manufactured, free of toxic materials.
F. Diatomaceous Earth: Calcined, diatomaceous earth, 90 percent silica, with approximately 140
percent water absorption capacity by weight.
2.8 SOIL AMENDMENTS
A. Composted cotton burrs as manufactured by Back To Earth Enterprises of Lubbock, Texas or
approved equal.
B. Herbicides: EPA registered and approved, of type recommended by manufacturer.
C. Water: Potable.
2.9 FERTILIZER
A. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 35 percent water -insoluble
{ nitrogen, phosphorus, and potassium in the following composition:
j 1. Composition: 20 percent nitrogen, 5 percent phosphorous, and 10 percent potassium, by
weight. Fertilizer shall include a minimum of 10% sulfur and 2% iron as well.
01272101 EXTERIOR PLANTS 02930 - 5
`� 03/02
2.10 MULCHES
A. Organic Mulch: Free from deleterious materials and suitable as a top dressing of trees and
shrubs, consisting of one of the following:
1. Type: Shredded hardwood, shredded cypress mulch.
2.11 STAKES AND GUYS
A. Upright and Guy Stakes: Rough -sawn, sound, new hardwood, redwood, or
pressure -preservative -treated softwood, free of knots, holes, cross grain, and other defects,
2 by 2 inches by length indicated, pointed at one end.
B. Guy and Tie Wire: ASTM A 641/A 641M, Class 1, galvanized -steel wire, 2-strand, twisted,
0.106 inch in diameter.
C. Guy Cable: 5-strand, 3/16-inch- diameter, galvanized -steel cable, with zinc -coated turnbuckles,
a minimum of 3 inches long, with two 3/8-inch galvanized eyebolts.
D. Hose Chafing Guard: Reinforced rubber or plastic hose at least 1 /2 inch in diameter, black, cut
to lengths required to protect tree trunks from damage.
E. Flags: Standard surveyor's plastic flagging tape, white, 6 inches long.
2.12 MISCELLANEOUS PRODUCTS
A. Antidesiccant: Water -insoluble emulsion, permeable moisture retarder, film forming, for trees
and shrubs. Deliver in original, sealed, and fully labeled containers and mix according to
manufacturer's written instructions.
B. Trunk -Wrap Tape: Two layers of crinkled paper cemented together with bituminous material,
4-inch- wide minimum, with stretch factor of 33 percent.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine areas to receive exterior plant
affecting installation and performance.
conditions have been corrected.
3.2 PREPARATION
s
for compliance with requirements and conditions
Proceed with installation only after unsatisfactory
A. Protect structures, utilities, sidewalks, pavements, and other facilities, and lawns and existing
exterior plants from damage caused by planting operations.
B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of
soil -bearing water runoff or airborne dust to adjacent properties and walkways.
C. Lay out individual tree and shrub locations and areas for multiple exterior plantings. Stake
locations, outline areas, adjust locations when requested, and obtain Landscape Architect's
acceptance of layout before planting. Make minor adjustments as required.
01272101 EXTERIOR PLANTS 02930 - 6
03/02
3.3 PLANTING BED ESTABLISHMENT
A. Loosen subgrade of planting beds to a minimum depth of 12 inches. Remove stones larger than
1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally
dispose of them off Owner's property.
l . Apply superphosphate fertilizer directly to subgrade before loosening.
2. Thoroughly blend planting soil mix off -site before spreading or spread topsoil, apply soil
amendments and fertilizer on surface, and thoroughly blend planting soil mix.
a. «Delay mixing fertilizer with plating soil if planting will not proceed within
30 days.
3. Spread planting soil mix to specified depth but not less than required to meet finish
grades after natural settlement. Do not spread if planting soil or subgrade is frozen,
muddy, or excessively wet.
a. Spread approximately one-half the thickness of planting soil mix over loosened
subgrade. Mix thoroughly into top 12 inches of subgrade. Spread remainder of
planting soil mix.
B. Finish Grading: Grade planting beds to a smooth, uniform surface plane with loose, uniformly
fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades.
C. Restore planting beds if eroded or otherwise disturbed after finish grading and before planting.
3.4 TREE AND SHRUB EXCAVATION
A. Pits and Trenches: Excavate circular pits with sides sloped inward. Trim base leaving center
area raised slightly to support root ball and assist in drainage. Do not further disturb base.
Scarify sides of plant pit smeared or smoothed during excavation.
1. Excavate approximately 1 %2 times as wide as ball diameter for balled and burlapped,
balled and potted, container -grown and fabric bag -grown stock.
B. Subsoil removed from excavations may be used as backfill.
C. Obstructions: Notify Landscape Architect if unexpected rock or obstructions detrimental to
trees or shrubs are encountered in excavations.
1. Hardpan Layer: Drill 6-inch- diameter holes into free -draining strata or to a depth of
10 feet, whichever is less, and backfill with free -draining material.
D. Drainage: Notify Architect if subsoil conditions evidence unexpected water seepage or retention
in tree or shrub pits.
E. Fill excavations with water and allow to percolate away before positioning trees and shrubs.
3.5 TREE AND SHRUB PLANTING
A. Set balled and burlapped stock plumb and in center of pit or trench with top of root ball flush
with adjacent finish grades.
1. Remove burlap and wire baskets from tops of root balls and partially from sides, but do
not remove from under root balls. Remove pallets, if any, before setting. Do not use
planting stock if root ball is cracked or broken before or during planting operation.
2. Place planting soil mix around root ball in layers, tamping to settle mix and eliminate
voids and air pockets. When pit is approximately one-half backfilled, water thoroughly
before placing remainder of backfill. Repeat watering until no more water is absorbed.
Water again after placing and tamping final layer of planting soil mix.
01272101 EXTERIOR PLANTS 02930 - 7
03/02
B. Set balled and potted and container -grown stock plumb and in center of pit or trench with top of
root ball flush with adjacent finish grades.
1. Carefully remove root ball from container without damaging root ball or plant.
2. Place planting soil mix around root ball in layers, tamping to settle mix and eliminate
voids and air pockets. When pit is approximately one-half backfilled, water thoroughly
before placing remainder of backfill. Repeat watering until no more water is absorbed.
Water again after placing and tamping final layer of planting soil mix.
C. Set fabric bag -grown stock plumb and in center of pit or trench with top of root ball flush with
adjacent finish grades.
1. Carefully remove root ball from fabric bag without damaging root ball or plant. Do not
use planting stock if root ball is cracked or broken before or during planting operation.
2. Place planting soil mix around root ball in layers, tamping to settle mix and eliminate
voids and air pockets. When pit is approximately one-half backfilled, water thoroughly
before placing remainder of backfill. Repeat watering until no more water is absorbed.
Water again after placing and tamping final layer of planting soil mix.
D. Organic Mulching: Apply 2-inch average thickness of organic mulch extending 12 inches
beyond edge of planting pit or trench. Do not place mulch within 9 inches of trunks or stems.
E. Wrap trees of 2-inch caliper and larger with trunk -wrap tape. Start at base of trunk and spiral
cover trunk to height of first branches. Overlap wrap, exposing half the width, and securely
attach without causing girdling. Inspect tree trunks for injury, improper pruning, and insect
infestation; take corrective measures required before wrapping.
3.6 'TREE AND SHRUB PRUNING
A. Prune, thin, and shape trees and shrubs as directed by Landscape Architect.
B. Prune, thin, and shape trees and shrubs according to standard horticultural practice. Prune trees
to retain required height and spread. Unless otherwise indicated by Landscape Architect, do not
cut tree leaders; remove only injured or dead branches from flowering trees. Prune shrubs to
retain natural character. Shrub sizes indicated are sizes after pruning.
3.7 GUYING AND STAKING
A. Upright Staking and Tying: Stake trees of 2- through 5-inch caliper. Stake trees of less than
2-inch caliper only as required to prevent wind tip -out. Use a minimum of 2 stakes of length
required to penetrate at least 12 inches below bottom of backfilled excavation and to extend at
least 72 inches above grade. Set vertical stakes and space to avoid penetrating root balls or root
masses. Support trees with two strands of tie wire encased in hose sections at contact points
with tree trunk. Allow enough slack to avoid rigid restraint of tree. Use the number of stakes as
follows:
1. Use 2 stakes for trees up to 12 feet high and 2-1/2 inches or less in caliper; 3 stakes for
trees less than 14 feet high and up to 4 inches in caliper. Space stakes equally around
trees.
3.8 GROUND COVER AND PLANT PLANTING
A. Set out and space ground cover and plants as indicated.
B. Dig holes large enough to allow spreading of roots, and backfill with planting soil.
C. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around
plants to hold water.
01272101 EXTERIOR PLANTS 02930 - 8
03/02
D. Water thoroughly after planting, taking care not to cover plant crowns with wet soil.
E. Protect plants from hot sun and wind; remove protection if plants show evidence of recovery
from transplanting shock.
3.9 PLANTING BED MULCHING
A. Mulch backfilled surfaces of planting beds and other areas indicated.
1. Organic Mulch: Apply 2-inch average thickness of organic mulch, and finish level with
adjacent finish grades. Do not place mulch against plant stems.
3.10 CLEANUP AND PROTECTION
A. During exterior planting, keep adjacent pavings and construction clean and work area in an
orderly condition.
B. Protect exterior plants from damage due to landscape operations, operations by other
contractors and trades, and others. Maintain protection during installation and maintenance
periods. Treat, repair, or replace damaged exterior planting.
3.11 DISPOSAL
A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil,
trash, and debris, and legally dispose of them off Owner's property.
END OF SECTION
01272101
03/02
EXTERIOR PLANTS
02930 - 9
SECTION 03300
CAST -IN -PLACE CONCRETE
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section specifies cast -in place concrete, including formwork, reinforcement, concrete
materials, mix design, placement procedures, and finishes.
1.3 DEFINITIONS
A. Cementitious Materials: Portland cement alone or in combination with one or more of blended
hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica
fume.
1.4 SUBMITTALS
A. Product Data: For each type of manufactured material and product indicated.
B. Design Mixes: For each concrete mix. Include alternate mix designs when characteristics of
materials, project conditions, weather, test results, or other circumstances warrant adjustments.
1. Indicate amounts of mix water to be withheld for later addition at Project site. Water
added at project site will not be permissible without paperwork showing how much water
has been withheld.
C. Steel Reinforcement Shop Drawings: Details of fabrication, bending, and placement, prepared
according to ACI 315, "Details and Detailing of Concrete Reinforcement." Include material,
grade, bar schedules, stirrup spacing, bent bar diagrams, arrangement, and supports of concrete
reinforcement. Include special reinforcement required for openings through concrete structures.
1.5 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who has completed concrete Work similar in
material, design, and extent to that indicated for this Project and whose work has resulted in
construction with a record of successful in-service performance.
B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete
products complying with ASTM C 94 requirements for production facilities and equipment.
1. Manufacturer must be certified according to the National Ready Mixed Concrete
Association's Certification of Ready Mixed Concrete Production Facilities.
C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having
jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing
indicated, as documented according to ASTM E 548.
1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing
Technician, Grade 1, according to ACI CP-1 or an equivalent certification program.
01272101 CAST -IN -PLACE CONCRETE 03300 - 1
`� 03/02
D. Source Limitations: Obtain each type or class of cementitious material of the same brand from
the same manufacturer's plant, each aggregate from one source, and each admixture from the
same manufacturer.
E. ACI Publications: Comply with the following, unless more stringent provisions are indicated:
1. ACI 301, "Specification for Structural Concrete."
2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials."
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, and handle steel reinforcement to prevent bending and damage.
1. Avoid damaging coatings on steel reinforcement.
PART 2 - PRODUCTS
2.1 FORM -FACING MATERIALS
A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and
smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints.
1. Plywood, metal, or other approved panel materials.
B. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth or another approved material.
Provide lumber dressed on at least two edges and one side for tight fit.
C. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum.
D. Form -Release Agent: Commercially formulated form -release agent that will not bond with,
stain, or adversely affect concrete surfaces and will not impair subsequent treatments of
concrete surfaces.
1. Formulate form -release agent with rust inhibitor for steel form -facing materials.
E. Form Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic
form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of
concrete on removal.
1. Furnish units that will leave no corrodible metal, closer than 1 inch to the plane of the
exposed concrete surface.
2. Furnish ties that, when removed, will leave holes not larger than 1 inch in diameter in
concrete surface.
3. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing
or waterproofing.
2.2 STEEL REINFORCEMENT
A. Reinforcing Bars: ASTM A 615, Grade 60, deformed.
2.3 REINFORCEMENT ACCESSORIES
A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening
reinforcing bars and welded wire fabric in place. Manufacture bar supports according to CRSI's
"Manual of Standard Practice" from steel wire, plastic, and as follows:
1. For concrete surfaces exposed to view where legs of wire bar supports contact forms, use
CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports.
2. Wood, concrete, or clay blocks are not permissible.
B. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to length with ends
square and free of burrs.
01272101 CAST -IN -PLACE CONCRETE 03300 - 2
03/02
2.4 CONCRETE MATERIALS
A. Portland Cement: ASTM C 150, Type I.
1. Fly Ash: ASTM C 618, Class C.
B. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows:
1. Class: Moderate weathering region, but not less than 3M.
C. Water: Potable and complying with ASTM C 94.
2.5 ADMIXTURES
A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent
water-soluble chloride ions by mass of cementitious material and to be compatible with other
admixtures and cementitious materials. Do not use admixtures containing calcium chloride.
B. Air -Entraining Admixture: ASTM C 260.
C. Water -Reducing Admixture: ASTM C 494, Type A.
D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F.
E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E.
F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D.
G. Moisture Retaining Film: Dayton Superior — Sure Film J-74.
2.6 CURING MATERIALS
A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B.
2.7 REPAIR MATERIALS
A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be
applied in thicknesses from 1/8 inch and that can be feathered at edges to match adjacent floor
elevations.
1. Cement Binder: ASTM C 150, portland cement or hydraulic or blended hydraulic cement
as defined in ASTM C 219.
2. Primer: Product of underlayment manufacturer recommended for substrate, conditions,
and application.
3. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended
by underlayment manufacturer.
4. Compressive Strength: Not less than 4100 psi at 28 days when tested according to
ASTM C 109.
2.8 CONCRETE MIXES
A. Prepare design mixes for each type and strength of concrete determined by either laboratory
trial mix or field test data bases, as follows:
1. Proportion normal -weight concrete according to ACI 211.1 and ACI 301.
2. Proportion lightweight structural concrete according to ACI 211.2 and ACI 301.
B. Use a qualified independent testing agency for preparing and reporting proposed mix designs
for the laboratory trial mix basis.
C. Footings: Proportion normal -weight concrete mix as follows:
1. Compressive Strength (28 Days): 3000 psi.
2. Minimum Slump: 3 inches.
3. Maximum Slump: 5 inches.
01272101 CAST -IN -PLACE CONCRETE 03300 - 3
03/02
4. Maximum Slump for Concrete Containing High -Range Water -Reducing Admixture:
8 inches after admixture is added to concrete with 2- to 4-inch slump.
5. Maximum water—cementitious material ratio:.55.
D. Cementitious Materials: For concrete exposed to deicers, limit percentage, by weight, of
cementitious materials other than portland cement according to ACI 301 requirements.
E. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than
portland cement in concrete as follows:
1. Fly Ash: 20 percent.
F. Do not air entrain corizrete to trowel -finished interior floors and suspended slabs. Do not allow
entrapped air content to exceed 3 percent.
G. Admixtures with chloride -ions are prohibited.
H. Admixtures: Use admixtures according to manufacturer's written instructions.
1. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer)
in concrete, as required, for placement and workability.
2. Use water -reducing and retarding admixture when required by high temperatures, low
humidity, or other adverse placement conditions.
3. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial
slabs and parking structure slabs, concrete required to be watertight, and concrete with a
water-cementitious materials ratio below 0.50.
2.9 FABRICATING REINFORCEMENT
A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice."
2.10 CONCRETE MIXING
A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94,
and furnish batch ticket information.
PART 3 - EXECUTION
3.1 FORMWORK
A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical,
lateral, static, and dynamic loads, and construction loads that might be applied, until concrete
structure can support such loads.
B. Construct formwork so concrete members and structures are of size, shape, alignment,
elevation, and position indicated, within tolerance limits of ACI 117.
C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows:
1. Class B, 1/4 inch.
D. Construct forms tight enough to prevent loss of concrete mortar.
E. Fabricate forms for easy removal without hammering or prying against concrete surfaces.
Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide
top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts for
forming keyways, reglets, recesses, and the like, for easy removal.
1. Do not use rust -stained steel form -facing material.
F. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required
elevations and slopes in finished concrete surfaces. Provide and secure units to support screed
strips; use strike -off templates or compacting -type screeds.
01272101 CAST -IN -PLACE CONCRETE 03300 - 4
03/02
G. Provide temporary openings for cleanouts and inspection ports where interior area of formwork
is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent
loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations.
H. Chamfer exterior corners and edges of permanently exposed concrete.
1. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads
required in the Work. Determine sizes and locations from trades providing such items.
J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and
other debris just before placing concrete.
K. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and
maintain proper alignment.
L. Coat contact surfaces of forms with form -release agent, according to manufacturer's written
instructions, before placing reinforcement.
3.2 EMBEDDED ITEMS
A. Place and secure anchorage devices and other embedded items required for adjoining work that
is attached to or supported by cast -in -place concrete. Use Setting Drawings, templates,
diagrams, instructions, and directions furnished with items to be embedded.
1. Install anchor bolts, accurately located, to elevations required.
3.3 REMOVING AND REUSING FORMS
A. General: Formwork, for sides of beams, walls, columns, and similar parts of the Work, that does
not support weight of concrete may be removed after cumulatively curing at not less than
50 deg F for 52 hours after placing concrete provided concrete is hard enough to not be
damaged by form -removal operations and provided curing and protection operations are
maintained.
B. Leave formwork, for beam soffits, joists, slabs, and other structural elements, that supports
weight of concrete in place until concrete has achieved the following:
1. At least 70 percent of 28-day design compressive strength.
2. Determine compressive strength of in -place concrete by testing representative field- or
laboratory -cured test specimens according to ACI 301.
C. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or
otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply
new form -release agent.
D. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints.
Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces
unless approved by Architect.
3.4 SHORES AND RESHORES
l A. Comply with ACI 318, ACI 301, and recommendations in AC1347R for design, installation,
J and removal of shoring and reshoring.
B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and
provide adequate reshoring to support construction without excessive stress or deflection.
3.5 STEEL REINFORCEMENT
I A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement.
I 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before
f placing concrete.
01272101 CAST -IN -PLACE CONCRETE 03300 - 5
03/02
B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials.
C. Accurately position, support, and secure reinforcement against displacement. Locate and
support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld
crossing reinforcing bars.
D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces.
E. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed to
drive over reinforcement.
3.6 JOINTS
A. General: Construct joints true to line with faces perpendicular to surface plane of concrete.
B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations
indicated or as approved by Architect.
1. Place joints perpendicular to main reinforcement. Continue reinforcement across
construction joints, unless otherwise indicated. Do not continue reinforcement through
sides of strip placements of floors and slabs.
2. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms
with keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete.
3. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset
joints in girders a minimum distance of twice the beam width from a beam -girder
intersection.
4. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and
girders and at the top of footings or floor slabs.
5. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls,
near corners, and in concealed locations where possible.
6. Use a bonding agent at locations where fresh concrete is placed against hardened or
partially hardened concrete surfaces.
C. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning
concrete into areas as indicated. Construct contraction joints for a depth equal to at least
one-fourth of concrete thickness, as follows:
1. Sawed Joints: Form contraction joints with power saws equipped with shatterproof
abrasive or diamond -rimmed blades. Cut 1/8-inch- wide joints into concrete when cutting
action will not tear, abrade, or otherwise damage surface and before concrete develops
random contraction cracks.
D. Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints
where indicated.
1. Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent
concrete bonding to one side of joint.
3.7 WATERSTOPS
A. Flexible Waterstops: Install in construction joints as indicated to form a continuous diaphragm.
Install in longest lengths practicable. Support and protect exposed waterstops during progress of
Work. Field -fabricate joints in waterstops according to manufacturer's written instructions.
3.8 CONCRETE PLACEMENT
A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded
items is complete and that required inspections have been performed.
B. Do not add water to concrete during delivery, at Project site, or during placement, unless
approved by Architect.
01272101 CAST -IN -PLACE CONCRETE 03300 - 6
03/02
C. Before placing concrete, water may be added at Project site, subject to limitations of ACI 301.
1. Do not add water to concrete after adding high -range water -reducing admixtures to mix.
2. Water may not be added beyond the limit of water withheld from the plant.
D. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed
on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot
be placed continuously, provide construction joints as specified. Deposit concrete to avoid
segregation.
E. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to
avoid inclined construction joints. Place each Lj6-r while preceding layer is still plastic, to avoid
cold joints.
1. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and
procedures for consolidating concrete recommended by ACI 309R.
2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators
vertically at uniformly spaced locations no farther than the visible effectiveness of the
vibrator. Place vibrators to rapidly penetrate placed layer and at least 6 inches into
preceding layer. Do not insert vibrators into lower layers of concrete that have begun to
lose plasticity. At each insertion, limit duration of vibration to time necessary to
consolidate concrete and complete embedment of reinforcement and other embedded
items without causing mix constituents to segregate.
F. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of
construction joints, until placement of a panel or section is complete.
I. Consolidate concrete during placement operations so concrete is thoroughly worked
around reinforcement and other embedded items and into corners.
2. Maintain reinforcement in position on chairs during concrete placement.
3. Screed slab surfaces with a straightedge and strike off to correct elevations.
4. Slope surfaces uniformly to drains where required.
5. Begin initial floating using bull floats or darbies to form a uniform and open -textured
surface plane, free of humps or hollows, before excess moisture or bleedwater appears on
the surface. Do not further disturb slab surfaces before starting finishing operations.
G. 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. Do not place concrete on
frozen subgrade or on subgrade containing frozen materials..
3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or
chemical accelerators, unless otherwise specified and approved in mix designs.
H. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as
follows, when hot -weather conditions exist:
1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F at time
of placement. Chilled mixing water or chopped ice may be used to control temperature,
provided water equivalent of ice is calculated to total amount of mixing water. Using
liquid nitrogen to cool concrete is Contractor's option.
2. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed
ambient air temperature immediately before embedding in concrete.
3. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep
subgrade moisture uniform without standing water, soft spots, or dry areas.
01272101 CAST -IN -PLACE CONCRETE 03300 - 7
1 03/02
3.9 FINISHING FORMED SURFACES
A. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes
and defective areas repaired and patched. Remove fins and other projections exceeding
ACI 347R limits for class of surface specified.
B. Smooth -Formed Finish: As -cast concrete texture imparted by form -facing material, arranged in
an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and
defective areas. Remove fins and other projections exceeding 1/8 inch in height.
1. Apply to concrete surfaces exposed to public view or to be covered with a coating or
covering material applied directly to concrete, such as waterproofing, dampproofing,
veneer plaster, or painting.
C. Rubbed Finish: Apply the following to smooth -formed finished concrete:
1. Smooth -Rubbed Finish: Not later than one day after form removal, 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.
3.10 FINISHING FLOORS AND SLABS
A. General: Comply with recommendations in ACI302.1R for screeding, restraightening, and
finishing operations for concrete surfaces. Do not wet concrete surfaces.
B. Scratch Finish: While still plastic, texture concrete surface that has been screeded and
bull -floated or darbied. Use stiff brushes, brooms, or rakes.
1. Apply scratch finish to surfaces indicated and to surfaces to receive concrete floor
topping or mortar setting beds for ceramic or quarry tile, portland cement terrazzo, and
other bonded cementitious floor finishes.
C. Float Finish: Consolidate surface with power -driven floats or by hand floating if area is small or
inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots.
Repeat float passes and restraightening until surface is left with a uniform, smooth, granular
texture.
1. Apply float finish to surfaces indicated, to surfaces to receive trowel finish, and to floor
and slab surfaces to be covered with fluid -applied or sheet waterproofing, built-up or
membrane roofing, or sand -bed terrazzo.
D. Trowel Finish: After applying float finish, apply first trowel finish and consolidate concrete by
hand or power -driven trowel. Continue troweling passes and restraighten until surface is free of
trowel marks and uniform in texture and appearance. Grind smooth any surface defects that
would telegraph through applied coatings or floor coverings.
1. Apply a trowel finish to surfaces indicated and to floor and slab surfaces exposed to view
or to be covered with resilient flooring, carpet, ceramic or quarry file set over a cleavage
membrane, paint, or another thin film -finish coating system
2. Finish and measure surface so gap at any point between concrete surface and an
unleveled freestanding 10-foot- long straightedge, resting on two high spots and placed
anywhere on the surface, does not exceed the following:
a. 1/16 inch.
01272101 CAST -IN -PLACE CONCRETE 03300 - 8
03/02
E. Trowel and Fine -Broom Finish: Apply a partial trowel finish, stopping after second troweling,
to surfaces indicated and to surfaces where ceramic or quarry tile is to be installed by either
thickset or thin -set method. Immediately after second troweling, and when concrete is still
plastic, slightly scarify surface with a fine broom.
3.11 MISCELLANEOUS CONCRETE ITEMS
A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after
work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with
in -place construction. Provide other miscellaneous concrete filling indicated or required to
complete Work.
B. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as
shown .on Drawings. Set anchor bolts for machines and equipment at correct elevations,
complying with diagrams or templates of manufacturer furnishing machines and equipment.
C. Steel Pan Stairs: Provide concrete fill for steel pan stair treads, landings, and associated items.
Cast -in inserts and accessories as shown on Drawings. Screed, tamp, and trowel -finish concrete
surfaces.
3.12 CONCRETE PROTECTION AND CURING
A. General: Protect freshly placed concrete from premature drying and excessive cold or hot
temperatures. Comply with ACI 306.1 for cold -weather protection and with recommendations
in ACI 305R for hot -weather protection during curing.
B. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported
slabs, and other similar surfaces.
1. Leave forms in place for a minimum of 3 days.
2. Upon removal of forms, apply approved curing compound.
C. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed
surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by the
following method:
1. Concrete shall be wet cured for 3 days after concrete placement. Wet curing shall begin
immediately after final finishing of slab surface and shall consist of continuous misting
by sprinkler or wet burlap.
2. No work will be permitted on the slab during wet curing.
3. Immediately after removal of sprinkler or burlap,: Contractor shall apply approved curing
compound.
4. During cold weather concrete placement, in lieu of wet curing, the Contractor shall place
plastic sheets over the concrete surface with blankets over the plastic. Plastic shall remain
in place for 3 days. `
D. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to
hardened concrete by power spray or roller according to manufacturer's written instructions.
3.13 CONCRETE SURFACE REPAIRS
A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and
replace concrete that cannot be repaired and patched to Architect's approval.
B. Patching Mortar: Mix dry -pack patching mortar, consisting of one part portland cement to two
and one-half parts fine aggregate passing a No. 16 sieve, using only enough water for handling
and placing.
01272101 CAST -IN -PLACE CONCRETE 03300 - 9
03/02
C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks,
spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and
stains and other discoloration that cannot be removed by cleaning.
1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than
1/2 inch in any dimension in solid concrete but not less than 1 inch in depth. Make edges
of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat
holes and voids with bonding agent. Fill and compact with patching mortar before
bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured
in place with bonding agent. '
2. Repair defects on surfaces exposed to view by blending white portland cement and
standard portland cement so that, when dry, patching mortar will match surrounding
color. Patch a test area at inconspicuous locations to verify mixture and color match
before proceeding with patching. Compact mortar in place and strike off slightly higher
than surrounding surface.
3. Repair defects on concealed formed surfaces that affect concrete's durability and
structural performance as determined by Architect.
D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and
verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces
sloped to drain for trueness of slope and smoothness; use a sloped template.
1. Repair finished surfaces containing defects. Surface defects include spalls, popouts,
honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that
penetrate to reinforcement or completely through unreinforced sections regardless of
width, and other objectionable conditions.
2. After concrete has cured at least 14 days, correct high areas by grinding.
3. Correct localized low areas during or immediately after completing surface finishing
operations by cutting out low areas and replacingwith patching mortar. Finish repaired
areas to blend into adjacent concrete.
4. Correct other low areas scheduled to receive floor coverings with a repair underlayment.
Prepare, mix, and apply repair underlayment and primer according to manufacturer's
written instructions to produce a smooth, uniform, plane, and level surface. Feather edges
to match adjacent floor elevations.
5. Correct other `low areas scheduled to remain exposed with a repair topping. Cut out low
areas to ensure a minimum repair topping depth of 1/4 inch to match adjacent floor
elevations. Prepare, mix, and apply repair topping and primer according to manufacturer's
written instructions to produce a smooth, uniform; plane, and level surface.
6. Repair defective areas, except random cracks and single holes 1 inch or less in diameter,
by cutting out and replacing with fresh concrete. Remove defective areas with clean,
square cuts and expose steel reinforcement with at. least 3/4 inch clearance all around.
Dampen concrete surfaces in contact with patching concrete and apply bonding agent.
Mix patching concrete of same materials and mix as original concrete except without
coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete.
Cure in same manner as adjacent concrete.
7. Repair random cracks and single holes 1 inch or less in diameter with patching mortar.
Groove top of cracks and cut out holes to sound, concrete and, clean off dust, dirt, and
loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place
patching mortar before bonding agent has dried. Compact patching mortar and finish to
match adjacent concrete. Keep patched area continuously moist for at least 72 hours.
E. Perform structural repairs of concrete, subject to Architect's approval, using epoxy adhesive and
patching mortar.
F. Repair materials and installation not specified above may be used, subject to Architect's
approval.
01272101 CAST -IN -PLACE CONCRETE 03300 - 10
03/02 -- ..
3.14 FIELD QUALITY CONTROL
A. Testing Agency: Contractor will hire a qualified independent testing and inspecting agency to
sample materials, perform tests, and submit test reports during concrete placement according to
requirements specified in this Article.
B. Testing Services: Testing of composite samples of fresh concrete obtained according to
ASTM C 172 shall be performed according to the following requirements:
1. Testing Frequency: Obtain one composite sample for each day's pour of each concrete
mix exceedinb 5 cu. yd., but less than 25 cu. yd., plus one set for each additional
50 cu. yd. or fraction thereof.
a. When frequency of testing will provide fewer than five compressive -strength tests
for each concrete mix, testing shall be conducted from at least five randomly
selected batches or from each batch if fewer than five are used.
2. Slump: ASTM C 143; one test at point of placement for each composite sample, but not
less than one test for each day's pour of each concrete mix. Perform additional tests when
concrete consistency appears to change.
3. Air Content: ASTM C 231, pressure method, for normal -weight concrete; ASTM C 173,
volumetric method, for structural lightweight concrete; one test for each composite
sample, but not less than one test for each day's pour of each concrete mix.
4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F
and below and when 80 deg F and above, and one test for each composite sample.
5. Compression Test Specimens: ASTM C 31; cast and laboratory cure one set of four
standard cylinder specimens for each composite sample.
6. Compressive -Strength Tests: ASTM C 39; test one laboratory -cured specimen at 7 days
and two at 28 days. Hold one test specimen in reserve.
C. Strength of each concrete mix will be satisfactory if every average of any three consecutive
compressive -strength tests equals or exceeds specified compressive strength and no
compressive -strength test value falls below specified compressive strength by more than
500 psi.
D. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor
within 48 hours of testing. Reports of compressive -strength tests shall contain Project
identification name and number, date of concrete placement, name of concrete testing and
inspecting agency, location of concrete batch in Work, design compressive strength at 28 days,
concrete mix proportions and materials, compressive breaking strength, and type of break for
both 7-and 28-day tests.
E. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be
permitted by Architect but will not be used as sole basis for approval or rejection of concrete.
F. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when
test results indicate that slump, air entrainment, compressive strengths, or other requirements
have not been met, as directed by Architect. Testing and inspecting agency may conduct tests to
determine adequacy of concrete by cored cylinders complying with ASTM C 42 or by other
methods as directed by Architect.
END OF SECTION
01272101 CAST -IN -PLACE CONCRETE 03300 11
l 03/02
_:1
SECTION 03310
PORTLAND CEMENT CONCRETE PAVING
PART 1 - GENERAL
1.1 DESCRIPTION
This work shall consist of pavement composed of portland cement concrete, with or without reinforcement as
shown on the plans constructed in accordance with these specifications and shall conform to the lines, grades,
thicknesses, and typical cross sections shown on the plans. Concrete pavement shall be constructed with the
use of conventional stationary forning as specified herein. The slip -form method of pavement construction
will not be allowed.
PART 2-PRODUCTS
2.1 FINE AGGREGATE
A. Fine aggregate for concrete shall conform to the requirements of ASTM C33 and shall meet the
requirements of Table 1.
Table 1. - Requirements for Gradation of Fine Aggregates
Sieve Designations
(square openings)
Percentage By Weight
Passing Sieves
3/8-inch
100
No. 4
95-100
No. 8
80-100
No. 16
50-85
No. 30
25-60
No. 50
5-30
No. 100
0-10
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 1
03/02
2.2 COARSE AGGREGATE
A. Coarse aggregate shall conform to the requirements of ASTM C33 and Item No. 360, Concrete
Pavement, of the Texas Department of Transportation 1993 Standard Specifications for Construction
of Highways, Streets and Bridges. Gradation shall be in accordance with Table 2.
Table 2. - Requirements for Gradation of Coarse Aggregates
Sieve Designations
(square openings)
Concrete
Percentage by Weight Passing Sieves
1-1/2 inch. - No. 4
2-inch
100
1-1/2-inch
95-100
1-inch
---
3/4-inch
35-70
1/2-inch
---
3/8-inch
10-30
No. 4
0-5
B. The aggregate shall have a maximum loss of 18% when subjected to 5 cycles of the Magnesium
Sulfate Soundness Test (ASTM C-88)
C. The percentage of wear shall be no more than 40 when tested in accordance with ASTM C131 or
ASTM C535.
D. Aggregates delivered to the mixer shall consist of crushed stone, crushed gravel, or natural sand.
Crushing shall result in a product in which the coarse aggregate shall have at least 95% by weight
of particles with one or more fractured faces and 75% by weight of particles with two or more
fractured faces. The aggregate shall be composed of sound, tough, durable particles and shall meet
the requirements for deleterious substances given in ASTM C33. The aggregate in any size group
shall not contain more than 8 percent by weight of flat or elongated pieces. A flat or elongated
particle is one having a ratio between the maximum and the minimum dimensions of a
circumscribing rectangular prism exceeding 5 to 1.
2.3 CEMENT
A. Cement shall conform to the requirements of ASTM C150, Type I or Type IIl, standard brand of
cement. If the use of high, early strength cement is not required by these specifications, and the
Contractor desires to use it, he shall obtain written permission of the Owner's Representative and
shall assume all additional costs incurred by the use of such cement. If Type III cement is used, the
average 7-day strength shall be higher than the average 3-day strength.
B. The Contractor shall famish vendors' certified test reports for each carload, or equivalent, of cement
shipped to the project. The report shall be delivered to the Owner's Representative before permission
to use the cement is granted. All such test reports shall be subject to verification by testing sample
materials received for use on the project.
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 2
03/02
C. If, for any reason, cement becomes partially set or contains lumps of caked cement, it shall be
rejected. Cement salvaged from discarded or used bags shall not be used.
2.4 PREMOLDED JOINT FILLER
A. Premolded joint filler for expansion joints shall conform to the requirements of ASTM D1751 or
ASTM D1752 as specified and shall be punched to admit the dowels where called for on the plans.
The filler for each joint shall be furnished in a single piece for the full depth and width required for
the joint, unless otherwise specified by the Owner's Representative. When the use of more than one
piece is authorized for a joint, the abutting ends shall be fastened securely and held accurately to
shape by stapling or other positive fastening means satisfactory to the Owner's Representative.
2.5 JOINT SEALER
A. The joint sealer for the joints in the concrete pavement shall be in accordance with Section 07900,
JOINT SEALING FILLER, of these specifications and shall be of the type specified.
2.6 STEEL REINFORCING
A. Bar mats for steel reinforcing shall conform to the requirements of ASTM A184 fabricated with bars
conforming to the requirements of ASTM A615 or A616, Grade 60. Welded wire fabric shall
conform to the requirements of ASTM A497 and shall be 6" x 6" 10 gauge welded wire fabric.
B. Splices for bars shall be made as shown on the plans by lapping the bars the required amount and
securely wiring them together. Where details of splices are not shown or where unanticipated splices
are required, they shall be made in a location approved by the Owner's Representative and the length
of lap shall be 30 bar diameters, but not less than 12 inches.
C. Welded wire fabric shall be placed as shown on the drawings. Adequate methods for proper placing
of the fabric and for maintaining proper position during placement of concrete will be required and
shall be subject to approval of the Owner's Representative. Welded wire fabric shall overlap at
splices a distance not less than the spacing of the cross wires plus 2 inches.
2.7 FIBER REINFORCEMENT
A. Fiber reinforcement shall be 100 percent virgin polypropylene collated, fibrillated fibers specifically
manufactured for use as concrete reinforcement, containing no reprocessed olefin materials. The
physical characteristics of the fiber to be used shall be as follows: specific gravity: 0.91; tensile
strength: 70 to 110 ksi; length of fibers: 2-inch.
B. Fibrous concrete reinforcement materials provided by this section shall produce concrete conforming
to the requirements for each type and class of concrete listed. Quantities of fibers used shall conform
to manufacturer's recommendations, unless otherwise directed by the Owner's Representative.
2.8 SMOOTH DOWEL BARS
~ A. Unless otherwise specifically shown on the plans all dowel bars shall be plain round bars conforming
to the requirements of ASTM A615, Grade 60.
B. Dowels shall be fabricated or cut to length at the shop or mill prior to delivery to the site. Dowels
1 shall be free of loose flaky rust and loose scale, and shall be clean and straight. Dowels shall be free
1 of any burring or deformation. Before delivery to the construction site, a minimum of two-thirds of
the length of each dowel bar shall be painted with one coat of zinc -chromate paint. If plastic or
JJepoxy -coated steel dowels are used, no paint coating is required, except when specified for a
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 3
l 03/02
px]
particular situation on the contract plans. Coated dowels shall conform to the requirements given in
AASHTO M254.
C. Split dowels, used at the Contractor's option, shall be of the threaded type, of approved design. The
external and internal threaded portion of the split dowels shall conform to the thread designation as
defined in the National Bureau of Standards Handbook H28.
D. The sleeves for dowel bars at expansion joints shall be metal of an approved design to cover 2 to 3
inches of the dowel, with a closed end, and with a suitable stop to hold the end of the bar at least 1
inch from the closed end of the sleeve. Sleeves shall be of such design that they will not collapse
during construction.
E. The diameter and length of the smooth dowel bars shall be as follows:
Nominal Pavement
Thickness Diameter Length Spacing
(inches) (inches) (inches) (inches)
6-7 3/4 18 12
8-12 1 19 12
DEFORMED DOWEL BARS
A. Deformed bars shall be used for dowel bars only in the locations specifically noted on the plans. The
deformed bars shall conform to the requirements of ASTM A615, Grade 60. Deformed dowel bars
may be sheared to length.
2.10 TIE BARS
A. Tie bars shall conform to the requirements of ASTM A615, Grade 60.
2.11 WATER
A. Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or
other substances injurious to the finished product. If the water is of questionable quality, it shall be
tested in accordance with and shall meet the suggested requirements of AASHTO T 26. Water
testing shall be done at the discretion of the Owner's Representative. Water known to be of potable
quality may be used without testing. Where the source of water is relatively shallow, the intake shall
be so enclosed as to exclude silt, mud, grass, or other foreign materials.
2.12 COVER MATERIAL FOR CURING
A. Curing materials shall conform to one of the following specifications:
1. Liquid membrane -forming compounds for curing concrete shall conform to the requirements
of ASTM C309, Type 2 (all resin base).
2. White polyethylene film for curing concrete shall conform to the requirements of
ASTM C171.
3. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of
ASTM C171.
4. Waterproof paper for curing concrete shall conform to the requirements of ASTM C 171.
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 4
03/02
2.13 ADMIXTURES
A. The use of any material added to the concrete mix shall be approved by the Owner's Representative.
The Contractor shall submit certificates indicating that the material to be furnished meets all of the
requirements indicated below. In addition, the Owner's Representative may require the Contractor
to submit complete test data from an approved laboratory showing that the material to be furnished
meets all of the requirements of the cited specifications. Subsequent tests will be made of samples
taken by the Owner's Representative from the supply of the material being furnished or proposed for
use on the work to determine whether the adr;u.,.cure is uniform in quality with that approved.
Admixtures shall not be used to replace cement.
1. Air -Entraining Admixtures. Air -entraining admixtures shall meet the requirements of
ASTM C260 and shall be added to the mixer in the amount necessary to produce the specified
air content. The air -entraining agent and the water reducer admixture shall be compatible.
2. Water -Reducing Admixtures. Water -reducing, set -controlling admixtures shall meet the
requirements of ASTM C494, Type A, water -reducing or Type D, water -reducing and
retarding. Water -reducing admixtures shall be added at the mixer separately from
air -entraining admixtures in accordance with the manufacturer's printed instructions.
3. High -Range Water -Reducing Admixtures. High -range water -reducing admixtures (super
plasticizer) shall meet the requirements of ASTM C494, Type F or Type G. The high -range
water -reducing admixture and the air entraining agent shall be compatible.
4. Fly Ash: 20% maximum.
PART 3 - EXECUTION
3.1 GENERAL
A. The Contractor shall furnish all labor, materials and services necessary for and incidental to the
completion of all work as shown on the drawings and specified herein. All machinery and equipment
owned or controlled by the Contractor, which he proposed to use on the work, shall be of sufficient
size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work
shall be subject to the inspection and approval of the Owner's Representative. The Contractor shall
employ, at all times, a sufficient force of workmen of such experience and ability that the work can
be prosecuted in a satisfactory and workmanlike manner.
3.2 EQUIPMENT
A. Equipment and tools necessary for handling materials and performing all parts of the work shall be
approved by the Owner's Representative as to design, capacity, and mechanical condition. The
equipment shall be at the job site before the start of construction operations for examination and
approval.
1. Batching Plant and Equipment.
a. General. The batching plant shall include bins, weighing hoppers, and scales for the
fine aggregate and for each size of coarse aggregate. If bulk cement is used, a bin,
hopper, and separate scale for cement shall be included. The weighing hoppers shall
be properly sealed and vented to preclude dusting during operation.
b. Bins and hopper. Bins with adequate separate compartments for fine aggregate and for
each required size of coarse aggregate shall be provided in the batching plant. Each
compartment shall discharge efficiently and freely into the weighing hopper. Means
of control shall be provided so that, as the quantity desired in the weighing hopper is
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 5
_..� 03/02
approached, the material may be added slowly and shut off with precision. A port or
other opening for removing an overload of any one of the several materials from the
hopper shall be provided. Weighing hoppers shall be constructed to eliminate
accumulations of materials and to discharge fully.
C. Scales. The scales for weighing aggregates and cement shall be of either the beam or
the springless dial type. They shall be accurate within 0.5 percent throughout their
range of use. When beam -type scales are used, provisions such as a "telltale" dial shall
be made for indicating to the operator that the required load in the weighing hopper is
being approached. A device on the weighing beams shall clearly indicate critical
position. Poises shall be designed to be locked in any position and to prevent
unauthorized change. The weight beam and "telltale" device shall be in full view of the
operator while charging the hopper, and the operator shall have convenient access to
all controls.
Scales shall be inspected and sealed as often as the Owner's Representative may deem
necessary to assure their continued accuracy. The Contractor shall have on hand not
less than ten 50-pound weights. These weights shall be used for testing of all scales as
directed by the Owner's Representative.
2. Mixers.
a. General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers.
Each mixer shall have attached in a prominent place a manufacturer's nameplate
showing the capacity of the drum in terms of volume of mixed concrete and the speed
of rotation of the mixing drum or blades.
A device accurate within 3 percent and satisfactory to the Owner's Representative shall
be provided at the mixer for determining the amount of air -entraining agent or other
admixture to be added to each batch.
Mixers shall be examined daily for the accumulation of hard concrete or mortar and the
wear of blades.
b. Central plant mixer. Mixing shall be in an approved mixer capable of combining the
aggregates, cement, and water into a thoroughly mixed and uniform mass within the
specified mixing period, and of discharging the mixture without segregation. Central
plant mixers shall be equipped with an acceptable timing device that will not permit
the batch to be discharged until the specified mixing time has elapsed. The water
system for a central mixer shall be either a calibrated measuring tank or a meter and
shall not necessarily be an integral part of the mixer.
The mixers shall be cleaned at suitable intervals and shall be examined daily for
changes in condition due to accumulation of hard concrete or mortar or wear of blades.
The pickup and throwover blades shall be replaced when they have worn down
3/4-inch or more. The Contractor shall have a copy of the manufacturer's design on
hand showing dimensions and arrangement of blades in reference to original height and
depth.
C. Truck mixers and truck agitators. Truck mixers used for mixing and hauling concrete
and truck agitators used for hauling central -mixed concrete shall conform to the
requirements of ASTM C94.
d. Nonagitator trucks. Nonagitating hauling equipment shall conform to the requirements
of ASTM C94.
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 6
03/02
3. Finishing Equipment.
a. Finishing machine. The finishing machine shall be equipped with one or more
oscillating -type transverse screeds. In lieu of a finishing machine, a vibratory screed,
supplemented by hand-held vibrators, will be allowed for pavements constructed with
concrete containing super -plasticizer. An adequate number of hand-held vibrators shall
be provided to insure adequate consolidation of the concrete.
b. Vibrators. For side -form construction, vibrators shall be the internal type with either
immersed tube or multiple spuds, for the full width of the concrete slab. They may be
attached to the spreader. or the finishing machine, or they may be mounted on a
separate carriage. They shall not come in contact with the joint, load -transfer devices,
subgrade, or side forms. The frequency of the internal type shall not be less than 7,000
-.� vibrations per minute for spud vibrators. When spud -type internal vibrators are used
adjacent to the side forms, they shall have a frequency of not less than 3,500 vibrations
per minute. Hand vibrators should be used to consolidate the concrete along forms and
other isolated areas.
4. Concrete Saw. When sawing of joints is specified, the Contractor shall provide sawing
equipment adequate in number of units and power to complete the sawing to the required
dimensions and at the required rate. The Contractor shall provide at least one standby saw in
good working order. An ample supply of saw blades shall be maintained at the site of the
work at all times during sawing operations. The Contractor shall provide adequate artificial
lighting facilities for night sawing. All of this equipment shall be on the job both before and
at all times during concrete placement.
5. Forms. Straight side forms shall be made of steel having a thickness of not less than 7/32-inch
and shall be furnished in sections not less than 10 feet in length. Forms shall be in one piece
for the full depth required except as hereinafter permitted. Where the drawings require several
different thicknesses for the same slab, forms may be built up with metal or wood to provide
an increase in depth of not more than 25 percent. The required form depth may be obtained
by securely bolting or welding to the bottom of the form a tubular metal section of the proper
thickness or by securely bolting wood planks to the bottom of the form. The tubular metal
section or wood planks shall completely cover the underside of the base of the form and shall
extend beyond the edge of the base a sufficient distance to provide the necessary stability. The
base width of the one-piece form, or built-up form, shall be not less than eight -tenths of the
vertical height of the form, except that forms 8 inches or less in vertical height shall have a
base width not less than the vertical height of the form. Flexible or curved forms of proper
radius shall be used for curves of 100-foot radius or less. Flexible or curved forms shall be
of a design acceptable to the Owner's Representative. Forms shall be provided with adequate
devices for secure settings so that when in place they will withstand, without visible spring
or settlement, the impact and vibration of the spreading, consolidating and finishing
equipment. Flange braces shall extend outward on the base not less than two-thirds the height
of the form. Forms with battered top surfaces and bent, twisted, or broken forms shall be
removed from the work. Repaired forms shall not be used until inspected and approved.
Built-up forms shall not be used, except as approved by the Owner's Representative. The top
face of the form shall not vary from a true plane more than 1/8-inch in 10 feet, and the
upstanding leg shall not vary more than 1/4-inch. The forms shall contain provisions for
locking the ends of abutting sections together tightly for secure setting.
f
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 7
03/02
3.3 FORM SETTING
A. Forms shall be set sufficiently in advance of the concrete placement to insure continuous paving
operation. After the forms have been set to correct grade, the grade shall be thoroughly tamped,
either mechanically or by hand, at both the inside and outside edges of the base of the forms. Forms
shall be staked into place with not less than 3 pins for each 10-foot section. A pin shall be placed at
each side of every joint.
B. Form sections shall be tightly locked and shall be free from play or movement in any direction. The
forms shall not deviate from true line by more than 1/4-inch at any point. Forms shall be so set that
they will withstand, without visible spring or settlement, the impact and vibration of the
consolidating and finishing equipment. Forms shall be cleaned and oiled prior to the placing of
concrete.
C. The alignment and grade elevations of the forms shall be checked and corrections made by the
Contractor immediately before placing the concrete. When any form has been disturbed or any grade
has become unstable, the form shall be reset and rechecked.
3.4 CONDITIONING OF UNDERLYING COURSE
A. The prepared grade shall be well moistened with water, without saturating, immediately ahead of
concrete placement to prevent rapid loss of moisture from the concrete. Ruts or depressions in the
subgrade or subbase caused by hauling or usage of other equipment shall be filled as they develop
with suitable material (not with concrete or concrete aggregates) and thoroughly compacted by
rolling in accordance with applicable sections of these specifications. The underlying course shall
be accurately cut to grade and all excess material shall be removed prior to concrete construction.
Low areas may be filled and compacted in a manner approved by the Owner's Representative, to a
condition equal to that of the surrounding grade or, if permitted, filled with concrete integral with
the pavement.
B. In cold weather, the underlying subbase shall be protected so that it will be entirely free from frost
when the concrete is placed. The use of chemicals to eliminate frost in the underlying material will
not be permitted.
C. At any time, the Owner's Representative may order proof rolling to test the uniformity of compaction
of the subgrade or base course. Proof rolling shall be accomplished using a 25-ton pneumatic roller,
or other rolling devices as approved by the Owner's Representative. Proof rolling shall be
accomplished by the Contractor at his expense. All irregularities, depressions, or weak or soft areas
which develop during proof rolling shall be corrected immediately by the Contractor.
3.5 HANDLING, MEASURING, AND BATCHING MATERIAL
A. The batch plant site, layout, equipment, and provisions for transporting material shall assure a
continuous supply of material to the work. Stockpiles shall be built up in layers of not more than
3 feet in thickness. Each layer shall be completely in place before beginning the next layer and shall
not be allowed to 'bone" down over the next lower layer. Aggregates from different sources and of
different grading shall not be stockpiled together. Improperly placed stockpiles will not be accepted.
B. The Contractor shall maintain a stockpile of aggregates for ten days of concrete construction.
C. Aggregates shall be handled from stockpiles or other sources to the batching plant in such manner
to secure the specified grading of the material. Aggregates that have become segregated or mixed
with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic
methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before
being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning
only if the car bodies permit free drainage. The fine aggregate and coarse aggregate shall be
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 8
03/02
separately weighed into hoppers in the respective amounts set by the Owner's Representative in the
job mix. Cement shall be measured by weight. Separate scales and hopper, with a device to
positively indicate the complete discharge of the batch of cement into the batch box or container,
shall be used for weighing the cement.
D. When required by the contract or when permitted, batching plants shall be equipped to proportion
aggregates and bulk cement, by weight, automatically using interlocked proportioning devices of an
approved type. When bulk cement is used, the Contractor shall use a suitable method of handling
the cement from weighing hopper to transporting container or into the batch itself for transportation
to the mixer, such as a chute, boot, or other approved device, to prevent loss of cement. The device
shall be arranged to provide positive assurance of the actual presence in each batch of the entire
cement content specified.
E. When cement is placed in contact with the aggregates, batches maybe rejected unless mixed within
1-1/2 hours of such contact. Batching shall be conducted so that the results in the weights of each
material required will be within a tolerance of 1 percent for cement and 2 percent for aggregates.
F. Water may be measured either by volume or by weight. The accuracy of measuring the water shall
be within plus or minus 1 percent of required amounts. Unless the water is to be weighed, the
water -measuring equipment shall include an auxiliary tank from which the measuring tank shall be
filled. The measuring tank shall be equipped with an outside tap and valve to provide for checking
the setting, unless other means are provided for readily and accurately determining the amount of
water in the tank. The volume of the auxiliary tank shall be at least equal to that of the measuring
tank.
G. Methods and equipment for adding air -entraining agent or other admixtures to the batch, when
required, shall be approved by the Owner's Representative. All admixtures shall be measured into
the mixer with an accuracy of plus or minus 3 percent.
H. Fiber reinforcement shall be added to the concrete mixture at the batch plant by methods, and at
quantities recommended by fiber manufacturer. Fibers shall be thoroughly mixed into the concrete.
3.6 PROPORTIONS
A. Proportioning requirements for concrete shall be designed for the following compressive strengths
at 28 days:
Class A Concrete
(curb and gutter
4-inch sidewalks and wheelchair ramps) ..................... 3,000 psi
Class C Concrete
(Portland cement concrete pavement and
6-inch miscellaneous concrete slabs) ...... .......... .......... 3,600 psi
B. The proportioning requirements for Class C concrete shall also be designed to achieve a minimum
3,000 psi compressive strength at 7-days and for Class A concrete to achieve a minimum 2,100 psi
compressive strength at 7-days.
C. Prior to the start of paving operations and after approval of all material to be used in the concrete,
the Contractor shall submit to the Owner's Representative for approval, test certificates from an
approved commercial laboratory, on each of the concrete mixes proposed for use on the project. The
Owner's Representative will review all concrete mix designs. No concrete shall be produced for use
on the project prior to approval of a mix design by the Owner's Representative. Concrete mix test
certifications shall include tests made on six (6) compressive strength test specimens (cylinders).
Three (3) cylinders for each design shall be tested at 7 days and three (3) at 28 days. The costs of
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 9
_I 03/02
preconstruction mix designs and tests shall be borne by the Contractor. Additional test certificates
shall be furnished by the Contractor at his expense if the material source is changed or if the
construction phase tests indicate marked variations from the original preconstruction tests.
Compressive strength shall be as specified above for the various classes of concrete at 28 days using
test cylinders prepared in accordance with ASTM C31 and tested in accordance with ASTM C39.
The mixes determined shall be workable concrete having a slump range of 3 to 5 inches for Class
A concrete, and a slump range of 1 to 2-1/2 inches for Class C concrete. Slumps shall be as
determined by ASTM C 143. If high -range water -reducing admixtures (superplasticizers) are used,
the initial slump range of 1 to 2-1/2 inches for Class C concrete shall not exceed 5 inches after the
addition of the high -range water -reducing admixture.
D. The minimum cement content shall be maintained to produce concrete of suitable durability and
workability. The maximum water -cement ratio specified for concrete shall not be exceeded.
Entrained air shall be required to increase durability and provide workability.
E. The cement content and the water -cement ratio, including free surface moisture on the aggregates
but not including moisture absorbed by the aggregates, shall be in accordance with the following.
The cement content shall be determined in accordance with ASTM C138.
Class A Class C
Minimum sack cement per cubic yard 5 5.5
Maximum gallons water per sack of cement 6.5 5.5
F. Air -entraining admixture shall be added in such a manner that will insure uniform distribution of the
agent throughout the batch. The air content of freshly mixed air -entrained concrete shall be based
upon trial mixes with the materials to be used in the work adjusted to produce concrete of the
required plasticity and workability. The percentage of air entrainment in the mix shall be
5-1/2 percent plus or minus 1-1/2 percentage points. Air content shall be determined by testing in
accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C 173 for highly
porous coarse aggregate. All concrete shall be air -entrained concrete.
3.7 FIELD TEST SPECIMENS
A. During construction, concrete samples shall be taken in the field to determine the consistency, air
content and strength of the concrete. Compressive strength test specimens shall be made each day
that concrete is placed. Test specimens will be made entirely at the discretion of the Owner's
Representative. Each strength test shall consist of five (5) test cylinders made from the same batch
of concrete. The test cylinders shall be molded in accordance with ASTM C31. At the start of
concrete operations or when the aggregate source, aggregate characteristics or mix design is
changed, additional groups of test cylinders may be required until the Owner's Representative is
satisfied that the concrete mixture being used complies with the strength requirements of these
specifications.
B. Concrete pavement shall be tested for compressive strength on a lot basis. A lot will consist of each
day's production. Two sets of cylinders, consisting of five (5) cylinders each, will be made for each
lot. Random samples will be taken from the plastic concrete at the site in accordance with accepted
statistical procedures.
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 10
03/02
l C. When it appears that the test specimens will fail to conform to the requirements for strength, the
Owner's Representative shall have the right to order changes in the concrete sufficient to increase
the strength to meet these requirements. When a satisfactory relationship between 7-day and 28-day
strengths has been established and approved, the 7-day test results may be used as an indication of
the 28-day strengths. However, the 7-day test results will not replace the results of the 28-day tests
j if the 28-day results fall below the requirement.
3.8 MIXING CONCRETE
A. The concrete may be mixed in a central mix plant or in truck mixers. The mixer shall be of an
approved type and capacity. Mixing time shall be measured from the time all materials, except water,
are emptied into the drum. Ready -mixed concrete shall be mixed and delivered in accordance with
the requirements of ASTM C94, except that the minimum required revolutions of the mixing speed
for transit mixed concrete may be reduced to not less than that recommended by the mixer
manufacturer. The number of revolutions recommended by the mixer manufacturer shall be
indicated on the manufacturer's serial plate attached to the mixer. The Contractor shall furnish test
data acceptable to the Owner's Representative verifying that the make and model of the mixer will
produce uniform concrete conforming to the provisions of ASTM C94 at the reduced number of
revolutions shown on the serial plate.
B. When mixed in a central mixing plant, the mixing time shall not be less than 50 seconds nor more
than 90 seconds. Mixing time ends when the discharge chute opens. Transfer time in multiple drum
mixers is included in mixing time. The contents of an individual mixer drum shall be removed
before a succeeding batch is emptied therein.
C. The mixer shall be operated at the drum speed as shown on the manufacturer's nameplate on the
approved mixer. Any concrete mixed less than the specified time shall be discarded at the
Contractor's expense. The volume of concrete mixed per batch shall not exceed the mixer's nominal
capacity in cubic feet, as shown on the manufacturer's standard rating plate on the mixer. An
overload up to 10 percent above the mixer's nominal capacity may be permitted provided concrete
test data for segregation and uniform consistency are satisfactory, and provided no spillage of
concrete takes place. The batch shall be charged into the drum so that a portion of the mixing water
shall enter in advance of the cement and aggregates. The flow of water shall be uniform, and all
water shall be in the drum by the end of the first 15 seconds of the mixing period. The throat of the
drum shall be kept free of such accumulations as may restrict the free flow of materials into the
drum.
D. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators,
or nonagitating trucks. The time elapsing from the time water is added to the mix until the concrete
is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in
nonagitating trucks, nor 60 minutes when the concrete is hauled in truck mixers or truck agitators.
Retempering concrete by adding water or by other means will not be permitted. All these operations
must be performed within 45 minutes after the initial mixing operations and the water -cement ratio
must not be exceeded. Admixtures for increasing the workability or for accelerating the set will be
permitted only when specified in the contract.
1
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 11
03/02
3.9 LIMITATIONS OF MIXING
A. No concrete shall be mixed, placed, or finished when the natural light is insufficient, unless an
adequate and approved artificial lighting system is operated.
B. Unless authorized in writing by the Owner's Representative, mixing and concreting operations shall
be discontinued when a descending air temperature in the shade and away from artificial heat
reaches 40 degrees F and shall not be resumed until an ascending air temperature in the shade and
away from artificial heat reaches 35 degrees F.
C. When concreting is authorized during cold weather, the aggregates may be heated by either steam
or dry heat prior to being placed in the mixer. The apparatus used shall heat the mass uniformly and
shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental
to the materials. Unless otherwise authorized, the temperature of the mixed concrete shall not be less
than 50 degrees F and not more than 80 degrees F at the time of placement in the forms.
D. If the air temperature is 35 degrees F or less at the time of placing concrete, the Owner's
Representative may require the water and/or the aggregates to be heated to not less than 70 degrees
F nor more than 150 degrees F. Concrete shall not be placed on frozen subgrade nor shall frozen
aggregates be used in the concrete.
E. During periods of warm weather when the maximum daily air temperature is likely to exceed
85 degrees F., the following precautions shall be taken. The forms and the underlying material shall
be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the
coolest temperature practicable, and in no case shall the temperature of the concrete when deposited
in the forms exceed 90 degrees F. A retarder shall be used for concrete deposited in the forms when
the temperature of the concrete exceeds 85 degrees F. The aggregates and/or mixing water shall be
cooled as necessary to maintain the concrete temperature at or not more than the specified maximum.
Concrete shall be placed in the forms continuously and rapidly at a rate adequate to assure finishing
of the concrete prior to initial set of the concrete. The finished surface. of the newly laid pavement
shall be kept damp by applying a waterfog or mist with approved spraying equipment until the
pavement is covered by the curing medium.
3.10 CONCRETE FOR PAVEMENTS AND MISCELLANEOUS 6" SLABS
A. Placing Concrete.
1. The concrete shall be deposited on the moistened grade to require as little rehandling as
possible. Unless truck mixers, truck agitators, or nonagitating hauling equipment are equipped
with means for discharge of concrete without segregation of the materials, the concrete shall
be unloaded into an approved spreading device and mechanically spread on the grade to
prevent segregation of the materials. Placing shall be continuous between transverse joints
without the use of intermediate bulkheads. Necessary hand spreading shall be done with
shovels and not rakes. Workmen shall not be allowed to walk in the freshly mixed concrete
with boots or shoes coated with earth or foreign substances.
2. When concrete is to be placed adjoining previously constructed concrete and when
mechanical equipment will be operated upon the existing lane of pavement, the concrete shall
be at least 7 days old and at a compressive strength approved by the Owner's Representative.
If only finishing equipment is carried on the existing concrete, pouring may be permitted after
3 days, if approved by the Owner's Representative.
3. Concrete shall be thoroughly consolidated against and along the faces of all forms and along
the full length and on both sides of all joint assemblies by means of vibrators inserted in the
concrete. Vibrators shall not be permitted to come in contact with a joint assembly, the grade,
or a side form. In no case shall the vibrator be operated longer than 15 seconds in any one
location, nor shall the vibrators be used to move the concrete.
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 12
03/02
i 4. Concrete shall be deposited as near to expansion and contraction joints as possible without
disturbing them but shall not be dumped from the discharge bucket or hopper onto a joint
`I assembly unless the hopper is well centered on the joint assembly.
y 5. Should any concrete materials fall on or be worked into the surface of a completed slab, they
shall be removed immediately by approved methods.
r B. Strike -Off of Concrete and Placement of Reinforcement.
1. Following the placing of the concrete, it shall be struck off, using a finishing machine or a
vibratory screed with supplemental hand-held vibrators, to conform to the cross section shown
on the plans and to an elevation such that when the concrete is properly consolidated and
finished, the surface of the concrete shall be at the elevation shown on the plans. When
reinforced concrete is placed in one layer, the reinforcement may be positioned in advance
of concrete placement or it may be placed in plastic concrete by mechanical or vibratory
means after spreading.
2. Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic
matter that may adversely affect or reduce bond. Reinforcing steel with rust, mill scale, or a
combination of both will be considered satisfactory, provided the minimum dimensions,
weight, and tensile properties of a hand wire -brushed test specimen are not less than the
applicable ASTM specification requirements.
C. Joints
General
a. Longitudinal and transverse joints. Longitudinal and transverse joints shall be
constructed as indicated on the plans and in accordance with these requirements. All
joints shall be constructed true to line with their faces perpendicular to the surface of
the pavement. Joints shall not vary more than 1/4-inch from a true line or from their
designated position. The vertical surface of the pavement adjacent to all expansion
joints shall be finished to a true plane and edged to a radius of 1/4-inch or as shown on
the plans. The surface across the joints shall be tested with a 10-foot straightedge as
the joints are finished and any irregularities in excess of 1/8-inch shall be corrected
before the concrete has hardened. Transverse joints shall be at right angles to the
centerline of the pavement and shall extend the full width of the slab. The transverse
joints in succeeding sections shall be placed in line with similar joints in the first
section. All joints shall be so prepared, finished, or cut to provide a groove of the width
and depth shown on the plans.
The surface across the joints shall be tested with a 10-foot straightedge as the joints are
finished and any irregularities in excess of 1/8-inch shall be corrected before the
concrete has hardened. Transverse joints shall be at right angles to the centerline of the
pavement and shall extend the full width of the slab. The transverse joints in
succeeding lanes shall be placed in line with similar joints in the first lane. All joints
shall be so prepared, finished, or cut to provide a groove of the width and depth shown
on the plans.
b. Tie bars. Tie bars shall consist of deformed bars installed principally in longitudinal
joints as shown on the plans. Tie bars shall be placed at right angles to the centerline
of the concrete slab and shall be spaced at intervals as shown on the plans. They shall
be held in position parallel to the pavement surface and midway between the surfaces
of the slab. When tie bars extend into an unpaved lane, they may be bent at right angles
against the form at longitudinal construction joints, unless threaded bolt or other
assembled tie bars are specified. These bars shall not be painted, greased, or enclosed
in sleeves.
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 13
03/02
C. Dowel bars. Dowel bars or other load -transfer units of an approved type shall be placed
across transverse or other joints in the manner as specified on the plans. They shall be
of the dimensions and spacings specified and held rigidly in the middle of the slab
depth in the proper horizontal and vertical alignment by an approved assembly device
to be left permanently in place. The dowel or load -transfer and joint devices shall be
rigid enough to permit complete assembly, as a unit ready to be lifted and placed into
position. Dowels shall be placed by the bonded -in -place method. Installation by
removing and replacing dowels in preformed holes will not be permitted. Dowels in
longitudinal and transverse construction joints shall be held securely in place parallel
to the surface as indicated, by means of devices fastened to the form. Dowels in
expansion joints and tie bars and dowels installed within the paving lane shall be held
securely in place as indicated, by means of rigid metal bars or wires so arranged as to
provide rigid support for the dowels throughout the paving operation, with a minimum
of four continuous bars or wires extending across the paving lane. The dowels shall be
welded to the assembly or held firmly by mechanical locking arrangements that will
prevent the dowels from rising, sliding out, or becoming distorted during paving
operations. The dowel assemblies shall be held securely in the proper location by
means of suitable pins or anchors. When split dowels are used, the female portion of
the split dowel shall be securely fastened to the pavement form in such manner as to
maintain the proper position and alignment of the dowel during concrete placement
and so that no mortar or other foreign matter will enter the socket or coupling. Prior to
assembly of split dowels, the external and internal threads shall be cleaned thoroughly
to remove all cement, cement mortar, grit, dirt, and other foreign matter. In the final
assembly of the split dowels a minimum torque of 200 foot-pounds shall be applied.
The spacing of dowels in longitudinal construction joints shall be as indicated except
that where the planned spacing cannot be maintained because of form length or
interference with form braces, closer spacing with additional dowels shall be used.
Dowels in longitudinal joints shall be omitted when the center of the dowel would be
located within a horizontal distance from a transverse joint equal to one-fourth of slab
thickness. The method used in holding dowels in position shall develop such accuracy
that the error in alignment of any dowel from its required position after the pavement
has been finished shall be not greater than 1/8-inch per foot. The Contractor shall
famish an approved template for checking the position of the dowels.
The portion of each dowel painted with rust preventative paint, as required under
Paragraph 2-7, shall be thoroughly coated with asphalt MC-70, or an approved
lubricant, to prevent the concrete from binding to that portion of the dowel. If
free -sliding plastic -coated or epoxy -coated steel dowels are used, a lubrication bond
breaker shall be used.
2. Installation.
a. The top of an assembled joint device shall be set at the proper distance below the
pavement surface and the elevation shall be checked. Such devices shall be set to the
required position and line and shall be securely held in place by stakes or other means
during the placing and finishing of the concrete. The premolded joint material shall be
placed and held in a vertical position; if constructed in sections, there shall be no
offsets between adjacent units. Dowel bars shall be checked for exact position and
alignment as soon as the joint device is staked in place, and the device shall be tested
to determine whether it is firmly supported. The maximum permissible tolerance on
dowel bar alignment in each plane, horizontal and vertical, shall not exceed 2 percent
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 14
03/02
diE
4.
or 1/8-inch per foot of a dowel bar. Proper alignment may be obtained with well -
fabricated dowel baskets and dowel assemblies.
b. When joints in concrete pavements are sawed, the joints shall be cut as shown on the
plans. Equipment shall be as described in Paragraph 3-2(d). The circular cutter shall
be capable of cutting a groove in a straight line and shall produce a slot at least
1/8-inch wide and to the depth shown on the plans. When shown on the plans or
required by the specifications, the top portion of the slot or groove shall be widened
by means of a second shallower cut or by suitable and approved beveling to provide
adequate space for joint sealers. Saving of the joints shall commence as soon as the
concrete has hardened sufficiently to permit cutting without chipping, spalling, or
tearing. Sawing shall be carried on both during the day and night as required. The
joints shall be sawed at the required spacing consecutively in sequence of the concrete
placement, unless otherwise approved by the Owner's Representative.
Longitudinal Joints.
a. Construction. Longitudinal construction joints necessary for lane construction shall be
formed against suitable side forms (usually made of steel), as indicated in the plans.
Wooden forms may be used under special conditions, when approved by the Owner's
Representative. Where butt -type joints with dowels are designated, the dowels for this
type shall be painted and greased. The edges of the joint shall be finished with a
grooving tool or edging tool, and a space or slot shall be formed along the joint of the
dimensions, as indicated, to receive the joint sealing material. Longitudinal
construction joints shall be sawed to provide a groove at the top conforming to the
details and dimensions indicated on the plans. Provisions shall be made for the
installation of tie bars as noted on the plans.
b. Contraction or weakened -plane type. The longitudinal groove sawed in the top of the
slab shall be installed where indicated on the drawings. The groove shall be sawed with
approved equipment in the hardened concrete to the dimensions required. The sawed
groove shall be straight and of uniform width and depth. The groove shall be clean cut
so that spalling will be avoided at intersections with transverse joints. Tie bars shall be
installed across these joints where indicated on the plans.
Transverse Joints.
a. Expansion. Transverse expansion joints shall be installed at the locations and spacing
as shown on the plans. The joints shall be installed at right angles to the centerline and
perpendicular to the surface of the pavement. The joints shall be installed and finished
to insure complete separation of the slabs. Expansion joints shall be of the premolded
type conforming to these specifications and with the plans and shall be the full width
of the pavement strip.
All concrete shall be cleaned from the top of the joint material. Before the pavement
is opened to traffic, this space shall be swept clean and filled with approved joint
sealing material.
All devices used for the installation of expansion joints shall be approved by the
Owner's Representative. They shall be easily removable without disturbing the concrete
and held in proper transverse and vertical alignment. Immediately after forms are
removed, any concrete bridging the joint space at the ends shall be removed for the full
width and depth of the joint.
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 15
03/02
When specified, expansion joints shall be equipped with dowels of the dimensions and
at the spacing and location indicated on the plans. The dowels shall be firmly supported
in place and accurately aligned parallel to the subgrade and the centerline of the
pavement by means of a dowel assembly which will remain in the pavement and will
ensure that the dowels are not displaced during construction.
Other types of load -transfer devices may be used, when approved by the Owner's
Representative.
b. Contraction. Transverse contraction joints, weakened -plane joints, or both, shall be
installed at the locations and spacing as shown on the plans. These joints will be
installed by sawing a groove into the concrete surface after the concrete has hardened
in the same manner as specified in Paragraph 3-11(c)(3)b), of this Section. Dowel bar
assemblies shall be installed, when required, as shown on the plans.
C. Construction. Transverse construction joints shall be installed at the end of each days
placing operations and at any other points when concrete placement is interrupted for
more than 30 minutes or it appears that the concrete will obtain its initial set before
fresh concrete arrives. The joint shall be located at a contraction or expansion joint. If
the pouring of the concrete has been stopped, causing a joint to fall in another location,
it shall not be installed; but the fresh concrete shall be removed back to the previously
spaced regular joint. Construction joints shall be doweled unless shown otherwise.
d. Final Strike -Off, Consolidation, and Finishing:
1) Sequence. The sequence of operations shall be the strike -off and consolidation,
floating and removal of laitance, straight -edging, and final surface finish. The
addition of superficial water to the surface of the concrete to assist in finishing
operations generally will not be permitted. If the application of water to the
surface is permitted, it shall be applied as a fog spray by means of approved
spray equipment.
2) Finishing at Joints. The concrete adjacent to joints shall be compacted or firmly
placed without voids or segregation against the joint material; it shall be firmly
placed without voids or segregation under and around all load -transfer devices,
joint assembly units, and other features designed to extend into the pavement.
Concrete adjacent to joints shall be mechanically vibrated as required in
Paragraphs 3-10(a) and 3-11(a). After the concrete has been placed and vibrated
adjacent to the joints, the finishing machine shall be operated in a manner to
avoid damage or misalignment of joints. If uninterrupted operations of the
finishing machine, to, over, and beyond the joints, cause segregation of
concrete, damage to, or misalignment of the joints, the finishing machine shall
be stopped when the screed is approximately 8 inches from the joint. Segregated
concrete shall be removed from the front of and off the joint; the screed shall be
lifted and set directly on top of the joint, and the forward motion of the finishing
machine shall be resumed,. Thereafter, the finishing machine may be run over
the joint without lifting the screed, provided there is no segregated concrete
immediately between the joint and the screed or on top of the joint.
3) Machine Finishing. The concrete shall be spread as soon as it is placed, and it
shall be struck off and screeded by an approved finishing machine. The machine
shall go over each area as many times and at such intervals as necessary to give
the proper consolidation and to leave a surface of uniform texture. Excessive
operation over a given area shall be avoided. When side forms are used, the tops
of the forms shall be kept clean by an effective device attached to the machine,
and the travel of the machine on the forms shall be maintained true without lift,
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 -16
03/02
wobbling, or other variation tending to affect the precision finish. During the
first pass of the finishing machine, a uniform ridge of concrete shall be
maintained ahead of the front screed for its entire length. When in operation, the
screed shall be moved forward with a combined longitudinal and transverse
shearing motion, always moving in the direction in which the work is
progressing, and so manipulated that neither end is raised from the side forms
during the striking -off process. If necessary, this shall be repeated until the
surface is of uniform texture, true to grade and cross section, and free from
porous areas.
4) Hand Finishing. Hand finishing methods will not be pernitted, except under the
following conditions: In the event of breakdown of the mechanical equipment,
hand methods may be used to finish the concrete already deposited on the grade;
or in areas of narrow widths or of irregular dimensions where operation of the
mechanical equipment is impractical. Concrete, as soon as placed, shall be
struck off and screeded. An approved portable screed shall be used. A second
screed shall be provided for striking off the bottom layer of concrete when
reinforcement is used.
The screed for the surface shall be at least 2 feet longer than the maximum
width of the slab to be struck off. It shall be of approved design, sufficiently
rigid to retain its shape, and shall be constructed either of metal or of other
suitable material covered with metal. Consolidation shall be attained by the use
of a suitable vibrator.
5) Floating. After the concrete has been struck off and consolidated, it shall be
further smoothed, trued, and consolidated by means of a longitudinal float,
using one of the following methods:
a) Hand Method. The hand -operated longitudinal float shall not be less than
ll 12 feet in length and 6 inches in width, properly stiffened to prevent
I flexibility and warping. The longitudinal float, operated from foot
bridges resting on the side forms and spanning but not touching the
concrete, shall be worked with a sawing motion, while held in a floating
position parallel to the pavement centerline and passing gradually from
one side of the pavement to the other. Forward movement along the
centerline of the pavement shall be in successive advances of not more
than one-half the length of the float. Any excess water or soupy material
shall be wasted over the pavement edge or side forms on each pass.
b) Mechanical Method. The Contractor may use a machine composed of a
4 cutting and smoothing float(s), suspended from and guided by a rigid
4 frame. The frame shall be carried by four or more visible wheels riding
on, and constantly in contact with, the side forms or pavement subbase.
If necessary, long -handled floats having blades not less than 5 feet in
Jlength and 6 inches in width may be used to smooth and fill in
open -textured areas in the pavement. Long -handled floats shall not be
used to float the entire surface of the pavement in lieu of mechanical
methods. When strike -off and consolidation are done by hand and the
crown of the pavement will not permit the use of the longitudinal float,
the surface shall be floated transversely by means of a long -handled float.
Care shall be taken not to work the crown out of the pavement during the
operation. After floating, any excess water and laitance shall be removed
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 17
03/02
from the surface of the pavement by a straightedge 10 feet or more in
length. Successive drags shall be lapped one-half the length of the blade.
6) Straight -Edge Testing and Surface Correction. After the pavement has been
struck off and consolidated and while the concrete is still plastic, it shall be
tested for trueness with a 16-foot straightedge. For this purpose the Contractor
shall furnish and use an accurate 16-foot straightedge swung from handles 3 feet
longer than one-half the width of the slab. The straightedge shall be held in
contact with the surface in successive positions parallel to the centerline and the
whole area gone over from one side of the slab to the other, as necessary.
Advancing shall be .in successive stages of not more than one-half the length of
the straightedge. Any excess water and laitance shall be removed from the
surface of the pavement. Any depressions shall be immediately filled with
freshly mixed concrete, struck off, consolidated, and refinished. High areas shall
be cut down and refinished. Special attention shall be given to assure that the
surface across joints meets the requirements for smoothness. Straightedge
testing and surface corrections shall continue until the entire surface is found to
be free from observable departures from the straightedge and until the slab
conforms to the required grade and cross section. The use of long -handled wood
floats shall be confined to a minimum; they may be used only in emergencies
and in areas not accessible to finishing equipment.
e. Surface Texture: The surface of the pavement shall be finished with either a broom or
burlap drag finish for all newly constructed concrete slabs.
1) Brush or Broom Finish. If the pavement surface texture is to be a type of brush
or broom finish, it shall be applied when the water sheen has practically
disappeared. The equipment shall operate transversely across the pavement
surface, providing corrugations that are uniform in appearance and
approximately 1/16 of an inch in depth. It is important that the texturing
equipment not tear or unduly roughen the pavement surface during the
operation. Any imperfections resulting from the texturing operation shall be
corrected.
2) Burlap Drag Finish. If a burlap drag is used to texture the pavement surface, it
shall be at least 15 ounces per square yard. To obtain a rough -textured surface,
the transverse threads of the burlap should be removed approximately 1 foot
from the trailing edge. A heavy buildup of grout on the burlap threads produces
the desired wide sweeping longitudinal striations on the pavement surface. The
corrugations shall be uniform in appearance and approximately l/16 of an inch
in depth.
f. Surface Test: As soon as the concrete has hardened sufficiently, the pavement surface
shall be tested with a 16-foot straightedge or other specified device. Areas in a slab
showing high spots of more than 1/4-inch but not exceeding 1/2-inch in 16 feet shall
be marked and immediately ground down with an approved grinding machine to an
elevation that will fall within the tolerance of 1/4-inch or less. Where the departure
from correct cross section exceeds 1/2-inch, the pavement shall be removed and
replaced at the expense of the Contractor when so directed by the Owner's
Representative.
Any areas or sections so removed shall be removed to the nearest joints in all
directions. Removal of slabs shall be as specified in Paragraph 5.
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 18
03/02
g. Curing: Immediately after the finishing operations have been completed and marring
of the concrete will not occur, the entire surface of the newly placed concrete shall be
cured in accordance with one of the methods below. In all cases in which curing
requires the use of water, the curing shall have prior right to all water supply or
supplies. Failure to provide sufficient cover material of whatever kind the Contractor
may elect to use, or lack of water to adequately take care of both curing and other
requirements, shall be cause for immediate suspension of concreting operations. The
concrete shall not be left exposed for more than 1/2 hour during the curing period. The
follow:._g are alternate approved methods for curing concrete pavements.
1) Impervious Membrane Method. The entire surface of the pavement shall be
sprayed uniformly with white pigmented curing compound immediately after
the finishing of the surface and before the set of the concrete has taken place.
The curing compound shall not be applied during rainfall. Curing compound
shall be applied by mechanical sprayers under pressure at the rate of 1 gallon to
not more than 75 square feet. The curing compound shall be applied uniformly
until the surface presents a uniform white appearance and completely conceals
the natural color of the concrete. Curing compound shall be maintained for a
curing period of 14 days, unless otherwise approved by the Owner's
Representative. The spraying equipment shall be of the fully atomizing type
equipped with a tank agitator. At the time of use, the compound shall be a
thoroughly mixed condition with the pigment uniformly dispersed throughout
the vehicle. During application the compound shall be stirred continuously by
effective mechanical means. Hand spraying of odd widths or shapes and
concrete surfaces exposed by the removal of forms will be permitted. Curing
compound shall not be applied to the inside faces of joints to be sealed, but
approved means shall be used to insure proper curing of such joint faces for 72
hours. The curing compound shall be of such character that the film will harden
within 30 minutes after application. Should the film become damaged from any
cause within the required curing period, the damaged portions shall be repaired
immediately with additional compound. Upon removal of side forms, the sides
of the exposed slabs shall be protected immediately to provide a curing
treatment equal to that provided for the surface.
2) Polyethylene Films. The top surface and sides of the pavement shall be entirely
covered with polyethylene sheeting. The units shall be lapped at least 18 inches.
The sheeting shall be placed and weighted to cause it to remain in contact with
the surface covered. The sheeting shall have dimensions that will extend at least
twice the thickness of the pavement beyond the edges of the pavement. Unless
otherwise specified, the sheeting shall be maintained in place for 72 hours after
the concrete has been placed.
3) Waterproof Paper. The top surface and sides of the pavement shall be entirely
covered with waterproofed paper. The units shall be lapped at least 18 inches.
The paper shall be placed and weighted to cause it to remain in contact with the
surface covered. The paper shall have dimensions that will extend at least twice
the thickness of the pavement beyond the edges of the slab. The surface of the
pavement shall be thoroughly wetted prior to placing of the paper. Unless
otherwise specified, the paper shall be maintained in place for 72 hours after the
concrete has been placed.
i
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 19
03/02
4) White Burlap -Polyethylene Sheets. The surface of the pavement shall be entirely
covered with the sheeting. The sheeting used shall be such length (or width) that
it will extend at least twice the thickness of the pavement beyond the edges of
the slab. The sheeting shall be placed so that the entire surface and both edges
of the slab are completely covered. The sheeting shall be placed and weighted
to remain in contact with the surface covered, and the covering shall be
maintained fully wetted and in position for 72 hours after the concrete has been
placed.
5) Curing in Cold Weather. When the average daily temperature is below
40 degrees F, curing shall consist of covering the newly laid pavement with not
less than 12 inches of loose, dry hay or straw, or equivalent protective curing
authorized by the Owner's Representative, which shall be retained in place for
10 days. The hay or straw shall be secured to avoid being blown away.
Admixture for curing or temperature control may be used only when authorized
by the Owner's Representative.
When the concrete is being placed and the air temperature may be expected to
drop below 35 degrees F, a sufficient supply of straw, hay, grass, or other
suitable blanketing material such as burlap or polyethylene shall be provided
along the work. Any time the temperature may be expected to reach the freezing
point during the day or night, the material so provided shall be spread over the
pavement to a sufficient depth to prevent freezing of the concrete. The period
of time such protection shall be maintained shall not be less than 10 days. A
minimum of 3 days is required when high, early strength concrete is used. The
Contractor shall be responsible for the quality and strength of the concrete
placed during cold weather, and any concrete injured by frost action shall be
removed and replaced at the Contractor's expense.
h. Removing Forms: Unless otherwise specified, forms shall not be removed from freshly
placed concrete until it has set for at least 12 hours, except where auxiliary forms are
used temporarily in widened areas. Forms shall be removed carefully to avoid damage
to the pavement. After the forms have been removed, the sides of the slab shall be
cured as outlined in one of the methods indicated in Paragraph 3-11(g). Major
honeycombed areas shall be considered as defective work and shall be removed and
replaced. Any area or section so removed shall be removed to the nearest joints in all
directions.
i. Sealing Joints: The joints in the pavement shall be sealed in accordance with Section
02090, JOINT SEALING FILLER, of these specifications.
j. Protection of Pavement: The Contractor shall protect the concrete and its appurtenances
against both public traffic and traffic caused by the Contractor's employees and agents.
This shall include watchmen to direct traffic and the erection and maintenance of
warning signs, lights, pavement bridges, or crossovers, etc. The location and type of
device or facility required to protect the work and provide adequately for traffic shall
be the responsibility of the Contractor. Any damage to the pavement occurring prior
to final acceptance shall be repaired or the pavement replaced at the Contractor's
expense. In order that the concrete be properly protected against the effects of rain
before the concrete is sufficiently hardened, the Contractor will be required to have
available at all times materials for the protection of the edges and surfaces of the
unhardened concrete. Such protective materials shall consist of rolled polyethylene
sheeting at least 4 mils thick of sufficient length and width to cover the concrete slab
and any edges. The sheeting may be mounted on either the paver or a separate movable
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 20
03/02
bridge from which it can be unrolled without dragging over the plastic concrete
surface. When rain appears imminent, all pouring shall stop and all available personnel
f shall begin covering the surface of the unhardened concrete with the protective
J covering.
k. Opening to Traffic: The Owner's Representative shall decide when the pavement shall
be opened to traffic. The pavement will not be opened to traffic until test specimens
molded and cured in accordance with ASTM C31 have attained a minimum
compressive strength of 3,200 pounds per square inch when tested in accordance with
ASTM C39. If such tests are not conducted, the pavement shai: ?iot be opened to traffic
until 28 days after the concrete was placed. Prior to opening to traffic, the pavement
shall be cleaned.
1) Surface Tolerances: Extreme care must be exercised in all phases of the
operation to assure the pavement will pass the specified tolerances. The
following tolerances are applicable:
a) Lateral deviation from established alignment of the pavement edge shall
not exceed plus or minus 0.10 foot in 100 feet of pavement length or
0.02 foot in any one slab.
b) Vertical deviation from established grade shall not exceed plus or minus
0.04 foot at any point.
c) Surface smoothness deviations shall not exceed 1/4-inch from a 16-foot
straightedge placed in any direction, including placement along and
spanning any pavement joint or edge.
3.11 REPAIRS OF DEFECTIVE PAVEMENT SLABS
A. General
Broken slabs, random cracks, nonworking contraction joints near cracks, and spalls along joints and
cracks shall be replaced or repaired as specified hereinafter at no cost to the Owner.
B. Broken Slabs
Pavement slabs containing multiple cracks through more than 1/4 of the depth of the slab separating
the slab into three or more parts and pavement slabs with one or more cracks through more than 1/4
of the depth of the pavement extending diagonally across more than 1/3 of the slab either
transversely or longitudinally shall be entirely removed and replaced. Pavement slabs containing a
single diagonal crack intersecting the transverse and longitudinal joints within 1/3 of the width and
length of the slab from the comer shall be repaired by removing and replacing the smaller portion
of the slab. Repairs of broken slabs shall be made in conformance with Paragraph 5.
C. Grooving and Repairing Cracks in Pavement Slabs
Random cracks penetrating more than 1/4 of the depth of the pavement shall be grooved, the crack
filled with epoxy -resin and the groove filled with epoxy -resin grout. The top of the crack shall be
grooved to a minimum depth of 3/4-inch and to a width not less than 3/84nch nor more than
5/8-inch by means of an approved grooving machine. The grooving machine shall be of the vertical
rotary -cutting type and shall be capable of following closely the path of the crack and of widening
the top of the crack to the required section without spalling or otherwise damaging the concrete.
Random cracks that are tight and that penetrate less than 1/4 of the depth of the pavement shall be
filled with epoxy -resin. When necessary, the depth of crack penetration shall be determined by
inspection of cores not less than 4 inches in diameter drilled by the Contractor at his expense at
locations directed. The core holes shall be refilled with portland-cement concrete bonded to the
pavement with epoxy -resin grout. In addition, when a longitudinal crack is continuous across one
or more slabs and penetrates more than 1/4 the depth of pavement, core holes not less than 6 inches
in diameter shall be drilled through the full depth of slab at both ends of the crack. In the operation
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 21
03/02
I
to drill cores at the longitudinal -crack ends the core bits shall be so positioned that the core removed
will include not more than 3 inches of the crack. Sandblasting and high-pressure air jets shall be
used to remove any fines near the apparent ends of the crack to permit accurate determination of
ends of the crack. All fines, dust, and other loose material on the wall of the cored holes shall be
removed by scrubbing with a stiff -bristle brush, followed by washing and dewatering of the core
hole. These core holes shall be refilled with epoxy -resin concrete. A prime coat of epoxy -resin
binder thinned with 3 parts toluene to 7 parts epoxy binder, by volume, shall be applied and brushed
into the vertical wall of the core hole. Placement of the epoxy -resin concrete shall be delayed until
the prime coat becorrmcs stringy or approaches dry to touch. The epoxy -resin concrete shall be placed
in layers not over 6 inches thick. The time interval between placement of additional layers shall be
such that temperature of the epoxy -resin concrete does not exceed 140 degrees F. at any time during
hardening.
3.12 NONWORKING (UNCRACKED) CONTRACTION JOINTS
A. When a transverse random crack terminates in or crossesa. transverse contraction joint, the uncracked
portion of the joint shall be filled with epoxy -resin mortar or grout and the crack shall be routed and
sealed. When a transverse random crack approximately parallels the planned contraction joint and
is within a distance of 25 percent of the slab length from a contraction joint, the crack shall be routed
and sealed, and the joint shall be filled with epoxy -resin grout or mortar. When a transverse random
crack is more than 25 percent of a slab length from the nearest contraction joint, both the joint and
the crack shall be sealed. Joints to be filled with epoxy -resin mortar or grout shall be thoroughly
cleaned. Cleaning and sealing of cracks and joints shall be as specified in Section 02090, JOINT
SEALING FILLER, of these specifications.
3.13 SPALLING ALONG JOINTS AND CRACKS
A. Spalls shall be repaired by making a saw cut at least 1 inch outside the spalled area and to a
minimum depth of 2 inches. When the spalled area abuts a joint, the saw cut shall be made to a depth
of 2 inches or 1/6 the slab thickness, whichever is greater. The concrete between the saw cut and the
joint or primary crack shall be removed to a minimum depth of 2 inches below the original concrete
surface, and to such additional depth where necessary to expose a surface of sound, unweathered
concrete that is uncontaminated by oils, grease, deicing salts or solutions, or other substances that
would inhibit the performance of the epoxy -resin bonding material. Removal of the concrete volume
between the saw cut and the joint or primary crack shall be accomplished using a hydraulic impact
hammer, or other methods approved by the Owner's Representative. The Contractor shall exercise
care in removing the required concrete such that no damage is inflicted on the adjoining concrete
slab. Damage of adjoining concrete shall be repaired by the Contractor at his expense to the
satisfaction of the Owner's Representative.
The concrete void to be patched shall be thoroughly cleaned with compressed air, sandblasting, or
other approved methods to remove all loose material. A prime coat of epoxy -resin binder thinned
with 3 parts toluene to 7 parts epoxy binder, by volume, shall be applied to the dry, cleaned surface
of all sides of the cavity, except the joint or primary crack face. The prime coat shall be applied in
a thin coating and scrubbed into the surface with a stiff -bristle brush. Placement of portland-cement
concrete or epoxy -resin concrete or mortar shall be delayed until the prime coat becomes stringy or
approaches dry to touch. The epoxy concrete shall then be placed in the cavity in layers not
exceeding 2 inches thick. The time interval between placement of additional layers shall be such that
the temperature of the epoxy -resin concrete does not exceed 140 degrees F. at any time during
hardening. Mechanical plate, screed, float vibrators, or hand tampers shall be used to consolidate
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 22
03/02
the concrete or mortar. Excess mortar or concrete on the adjacent surfaces of the hardened concrete
shall be removed before it hardens. After the finishing operations and while the epoxy -resin concrete
or mortar is still tacky, a thin coating of portland cement shall be uniformly spread on the surface
of the repaired area and lightly brushed into the surface. If the spalled area to be patched abuts a
working joint or a working crack which penetrates the full depth of a slab, an insert or other
bond -breaking medium shall be used to maintain working joints or cracks during the repair work.
Surface embedment of a flexible polyethylene or other suitable type hose shall be used for forming
a groove along the working crack to be filled with appropriate type of joint -sealing material. The
hose shall be removed carefully before the concrete hardens sufficiently to form a high bond. The
groove shall be thoroughly cleaned and filled with a sealer as specified in Section 02090, JOINT
SEALING FILLER, of these specifications.
3.14 REMOVAL AND REPLACEMENT OF DEFECTIVE PAVEMENT AREAS
A. Defective pavement areas shall be removed and replaced as specified herein with pavements of the
thickness and quality required by these specifications. The defective pavement shall be carefully
removed in such manner that the adjacent pavement will not be damaged and the existing
reinforcement at the joints will be left intact. When a portion of an unfractured slab is to be replaced,
a saw cut 2 inches deep shall be made transversely across the slab in the required location, and the
concrete shall be removed to provide an essentially vertical face in the remaining portion of the slab.
Prior to placement of the fresh concrete, the face of the slab shall be cleaned of debris and loose
concrete, and then thoroughly coated with epoxy -resin grout. The epoxy -resin coating shall be
approximately 1/1 6-inch, and shall be applied by scrubbing a thin coat of grout into the surface with
a stiff -bristle brush followed by a second application. Strips of polyethylene sheeting shall be placed
on the vertical faces of adjacent slabs at the juncture with the slab to be patched as a bond -breaking
medium. Placement of the fresh portland-cement concrete shall be accomplished while the
epoxy -resin is still tacky and in such manner that the grout coating will not be removed. Longitudinal
and transverse joints of the replaced slab or portion thereof shall be constructed as indicated. The
joints shall be sealed as specified in Section 02090, JOINT SEALING FILLER, of these
specifications. The replaced pavements will be paid for at the contract price but no payment will be
made for the defective pavements removed nor for the cost of removing the defective pavements.
3.15 TOLERANCE IN SLAB THICKNESS
A. The thickness of the slab shall be determined by average caliper measurement of cores tested in
accordance with ASTM C 174. The Owner's Representative may elect to measure thickness of
concrete pavement prior to placement based on measurements from a string line stretched across the
forms or in the plastic concrete behind the concrete placing operation.
B. Areas found deficient in thickness shall be removed and replaced with concrete of the thickness
shown on the plans at the Contractor's expense. If cores are used to determine the concrete thickness,
the core holes shall be filled with non -shrink grout by the Contractor at the Contractor's expense.
END OF SECTION
01272101 PORTLAND CEMENT CONCRETE PAVING 03310 - 23
03/02
SECTION 03320
CONCRETE SIDEWALK, CURB AND GUTTER
AND MISCELLANEOUS CONCRETE WORK
PART 1 - GENERAL
1.1 DESCRIPTION
A. This item shall consist of concrete curb and gutter, concrete gutter, concrete slabs, concrete sidewalks
and wheelchair ramps, and other miscellaneous concrete work constructed in accordance with these
specifications at the specified locations in accordance with the dimensions, lines and grades as
shown on the plans or required by the Owner's Representative.
PART 2 - PRODUCTS
2.1 CONCRETE
A. Concrete materials and reinforcing steel used in concrete slabs, curb and gutter and miscellaneous
concrete work shall conform to the requirements of Section 03310, PORTLAND CEMENT
CONCRETE PAVING, of these specifications.
PART 3 - EXECUTION
3.1 GENERAL
A. The Contractor shall furnish all labor, materials and services necessary for, and incidental to, the
completion of all work as shown on the drawings and specified herein. All machinery and equipment
owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient
size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work
shall be subject to the inspection and approval of the Owner's Representative. The Contractor shall
employ, at all times, a sufficient force of workmen of such experience and ability that the work can
be prosecuted in a satisfactory and workmanlike manner.
3.2 PREPARING BASE AND SUBGRADE
A. Excavation or filling for curb and gutters, slabs and other miscellaneous concrete work shall conform
to the lines and grades as shown on the plans or as established in the field. Where concrete work is
on fill, the fill material shall be placed in layers and given compaction, by appropriate methods in
accordance with Section 02300, EXCAVATION, SUBGRADE PREPARATION, GRADING,
EMBANKMENT AND TOPSOILING, of these specifications. Placing of curb and gutter or other
concrete work on narrow embankment will not be permitted. Where curb and gutter or other concrete
work is in "cut," the subgrade shall be excavated to the required depth and fine graded, sprinkled
and tamped by hand tampers or other appropriate method. In any case the base and subgrade shall
be brought uniformly to the grade required by the grades established in the field and the detail of the
sections shown on the plans, and thoroughly compacted.
i
01272101 CONCRETE SIDEWALK, CURB AND GUTTER 03320 - 1
03/02 AND MISCELLANEOUS CONCRETE WORK
B. At any time, the Owner's Representative may order proof rolling to test the uniformity of compaction
of the subgrade or base course. Proof rolling shall be accomplished using a 25-ton pneumatic roller,
or other rolling devices as approved by the Owner's Representative. Proof rolling shall be
accomplished by the Contractor at his expense. All irregularities, depressions, or weak or soft areas
which develop during proof rolling shall be corrected immediately by the Contractor.
3.3 FORMS
A. Forms for curb and gutter shall be approved type metal forms. The form sections shall be straight,
free of warp and of a depth equal to the depth of the concrete section formed. Forms shall be
constructed accurately to lines and grades as shown on the plans or as established in the field, shall
be adequately braced so that they will not move during placing of the concrete, and shall remain in
place at least twelve (12) hours after placing of concrete. Forms shall be oiled with a light oil before
each use and forms which are to be reused shall be cleaned immediately after use and maintained
in good condition. Forms for concrete slabs and other concrete work shall also conform to provisions
of this paragraph. Forms for curb and gutter on curves with a radius of 150 feet or less shall be
flexible steel forms.
3.4 MACHINE LAID CURB AND GUTTER
A. The concrete curb and gutter sections may be formed with a curb and gutter laydown machine,
provided the machine is capable of laying the curb and gutter to the proper guide, alignment and
cross-section, and is equipped with adequate vibrators to produce a dense concrete free of
honeycombs.
B. Laydown machines that cannot meet the above requirements will not be acceptable for use.
3.5 PLACING
A. Concrete shall be deposited in place in such a manner as to require the minimum of rehandling and
shall be placed in a manner which will produce a uniformly dense section, free of honeycomb or
other voids, conforming to the grade, thickness and shapes shown on the plans. Before placing
concrete, the subgrade, base or subbase shall be sprinkled so that it is in a thoroughly moistened
condition (but not muddy). The concrete base course shall be formed to the true section as shown
on the plans for the various sections. The section shall be shaped by the use of a metal screed shaped
to the true cross-section of the finished section, or by other method approved by the Owner's
Representative. On curb and gutter sections, the front face of the curb shall be formed by a method
approved by the Owner's Representative.
B. During placing operations, should the cross-section of the newly -placed curb and gutter deviate from
the cross-section shown on the plans, or other cross-section as approved by the Owner's
Representative, by more than 1/8 inch, the Contractor shall make immediate corrections to the cross-
section as required to produce the specified cross-section. The Contractor will be allowed a
maximum of 100 linear feet of curb and gutter to make any adjustments required to produce the
specified cross-section, within an allowable deviation of 1 /8 inch. Should the Contractor be unable
to achieve the required cross-section within the allowed 100 linear feet of curb and gutter, all curb
and gutter operations shall cease until the Contractor demonstrates, on a test site away from this
project, the ability to produce the required curb and gutter cross-section.
C. Any curb and gutter that deviates from the specified cross-section by more than 1/4 inch shall be
removed and replaced by the Contractor at his expense.
01272101 CONCRETE SIDEWALK, CURB AND GUTTER 03320 - 2
03/02 AND MISCELLANEOUS CONCRETE WORK
D. Concrete shall be thoroughly spaded or vibrated in order to eliminate honeycomb. Honeycombed
places in the back of curb or face of gutter will not be permitted. Small honeycombed places shall
be patched immediately as directed by the Owner's Representative. Concrete shall not be placed
when the temperature is less than 40 F. and under no circumstances shall it be placed on frozen
ground.
3.6 JOINTS
A. Curbs and gutters shall be constructed with an expansion joint at the tangent point of each return at
intersections and at the end of each days concrete pour. A construction or contraction joint shall be
located at intervals corresponding to the joint interval of the adjacent concrete pavement or as
directed by the Owner's Representative. Joints in the new concrete pavement shall extend through
the new curb and gutter unless otherwise directed by the Owner's representative. All joints shall be
perpendicular to the surface of the concrete and to the axis of the section. The contraction joints shall
be made by cutting into the curb and gutter sections with a trowel a depth of 22 inches; these joints
shall be finished as specified under finishing.
B. Expansion joint material shall be an approved pre -formed bituminous impregnated non -extruding
type jointing material, meeting the requirements of AASHTO M 213. The joint material shall be
1/2 inch thick, and shaped to the section of the curb and gutter or other work.
3.7 FINISHING
A. Curb and gutter, gutter, concrete sidewalk and other miscellaneous concrete work shall be accurately
shaped to the cross section shown on the plans or approved by the Owner's Representative and
finished to a surface of uniform texture by floating with a wood float and troweling. The final
finishing shall be done with a brush, the last stroke being one from the back of the curb to the lip of
the gutter and transversely on other work. Both sides of all joints, the lip of the gutter and back edge
of the curb shall be finished with an approved edging tool before the final brushing. Curbs at top and
bottom of curb section shall be accurately shaped and finished and the finished curb and gutter shall
present a uniform appearance without "waves" in the face of the curb or "pockets" in the gutters or
slabs. Particular care shall be exercised at all valley gutters, both in setting forms and finishing, to
insure that the shape of the gutter shall conform to the details of the plans and that no water pockets
will be formed either in the gutter or the pavement. At construction joints the mortar shall be cut the
full width of the joint in the base course. The construction and contraction joints shall be neatly
formed and finished with an approved edging or grouting tool of such design to groove the joint
approximately 3/4" in depth.
3.8 BACKFILLING
A. After the concrete work has set sufficiently, the spaces adjacent to the structure shall be refilled to
j the required elevation with approved material in accordance with Section 02300, EXCAVATION,
J SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING, of these
specifications.
3.9 CLEANING AND RESTORATION OF SITE
A. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish
from the site. Surplus dirt may be deposited in embankments, shoulders or as ordered by the Owner's
Representative. The Contractor shall restore all disturbed areas to their original condition, unless
... restore
otherwise shown on the drawings.
01272101 CONCRETE SIDEWALK, CURB AND GUTTER 03320 - 3
- f 03/02 AND MISCELLANEOUS CONCRETE WORK
_J
B. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire
site free, clear and in good condition.
C. Performance of the work described in this section is not payable directly but shall be considered as
a subsidiary obligation of the Contractor, covered under the contract unit price for the structure.
END OF SECTION
01272101 CONCRETE SIDEWALK, CURB AND GUTTER 03320 - 4
03/02 AND MISCELLANEOUS CONCRETE WORK
SECTION 03355
INTEGRALLY COLORED CONCRETE
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Integrally Colored Concrete (sidewalks, borders and other exterior concrete pavements).
2. Curing of Integrally Colored Concrete. Exterior.
B. Related Sections:
1. Section 02090 — Joint Sealing Filler.
2. Section 03310 — Portland Cement Concrete Pavement.
3. Section 03320 — Concrete Sidewalk, Curb and Gutter and Miscellaneous Concrete Work.
4. Section 03300 — Cast -in -Place Concrete.
1.2 REFERENCES
Other useful publications about colored concrete include:
PCA PA124 —Finishing Concrete Slabs with Color and Texture.
PCA SP021 — Color and Texture in Architectural Concrete.
A. American Concrete Institute (ACI):
1. ACI 301 — Structural Concrete for Buildings.
2. ACI 305R — Hot Weather Concreting.
3. ACI 306R — Cold Weather Concreting.
4. ACI 316 — Recommendations for Construction Pavements and Bases.
5. ACE 302 IR — Recommended Practice for Concrete Floor and Slab Construction.
6. ACI 303 1-97 — Standard Specification for Cast -in -Place Architectural Concrete.
B. American Society for Testing and Materials (ASTM):
1. ASTM C 309 — Liquid Membrane -Forming Compounds for Curing Concrete.
2. ASTM C 979 — Standard Specification for Pigments for Integrally Colored Concrete.
3. ASTM C 494 — Standard Specification for Chemical Admixtures for Concrete.
C. American Association os State Highway and Transportation Officials (AASHTO):
1. AASHTO M 194 — Chemical Admixtures.
1.3 SUBMITTALS
A. Contractor shall' submit specified manufacturer's complete technical data sheets for the
following:
1. Colored Admixture.
2. Curing Compounds.
01272101 INTEGRALLY COLORED CONCRETE 03355 - 1
03/02
1.4 QUALITY ASSURANCE
A. Manufacturer Qualifications: Manufacturer of specified colored admixture and curing
compound shall have a minimum 10 years experience in the production of the specified
products.
B. Contractor Qualifications: Concrete work shall be performed by firm with 9 years experience
with work of similar scope and quality.
C. Perform work in accordance with ACI 301 and ACI 316.
D. Conform to ACI 305 during hot weather.
E. Conform to ACI 306 during cold weather.
F. Obtain each specified material from same source and maintain high degree of consistency in
workmanship throughout Project.
G. Colored Concrete (Field Samples):
1. At location on Project selected by Engineer, place and finish (8 x 8 feet) 64 sf area for
color selected by Owner. Owner may alter color selection based on field sample.
2. For accurate color, the quantity of concrete mixed to produce the sample should not be
less than three (3) cubic yards (not less than 1/3 the capacity of the mixing drum on the
ready -mix truck) and should always be in full cubic yard increments. Excess material
shall be discarded according to local regulations.
3. Construct sample -using processes and techniques intended for use on permanent work,
including curing procedures. Include samples of control, construction, and expansion
joints in sample panels. Field sample shall be produced by the individual workers who
will be performing the work for the project.
4. Retain samples of cements, sands, aggregates and color additives used in mock-up for
comparison with materials used in remaining work.
5. Accepted field sample provides visual standard for work of Section.
6. Field sample shall remain through completion of the work for use as a quality standard
for finished work.
H. All requirements listed in Section 03310 — PORTLAND CEMENT CONCRETE PAVING and
Section 02770 — CONCRETE SIDEWALK, CURB AND GUTTER AND MISCELLANEOUS
CONCRETE WORK also pertain to integrally colored concrete.
1.5 DELIVERY, STORAGE AND HANDLING
A. Colored Admixture: Comply with manufacturer's instructions. Deliver colored admixtures in
original, unopened packaging. Store in dry conditions.
1.6 PROJECT CONDITIONS
A. Colored Concrete Environmental Requirements:
1. Schedule placement to minimize exposure to wind and hot sun before curing materials
are applied.
2. Avoid placing concrete if rain, snow, or frost is forecast within 24 hours. Protect fresh
concrete from moisture and freezing.
3. Professional practices as described in ACI 305R Hot Weather Concreting and 306R Cold
Weather Concreting should be followed.
B. Schedule delivery of concrete to provide consistent mix times from batching until discharge.
Mix times shall meet manufacturer's written recommendations.
01272101 INTEGRALLY COLORED CONCRETE 03355 - 2
03/02
:al
PART 2 - PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Colored Admixture for Integrally Colored Concrete:
1. Manufacturer:
a. L.M. Scofield Company, Douglasville, Georgia (800) 800-9900. Local contact:
Central Regional Office (817) 338-2778.Or approved equal.
2. Materials:
a. Admixture shall be a colored, water -reducing, admixture and UV resistant.
b. Colored admixture shall conform to the following:
1) ACI 303.1-97 — Standard Specification for Cast -in -Place Architectural
Concrete.
2) ASTM C 979 — Standard Specification for Pigments for Integrally Colored
Concrete.
3) ASTM C 494 — Standard Specification for Chemical Admixtures for
Concrete.
4) AASHTO M 194 — Chemical Admixtures.
B. Curing Compound for Integrally Colored Concrete: curing compound shall comply with
ASTM C 309 and be approved by color additive manufacturer for use with colored concrete.
1. Exterior Colored Concrete:
a. Manufacturer:
1) L.M. Scofield Company, Douglasville, Georgia (800) 800-9900. Local
contact: Central Regional Office (817) 338-2778.Or approved equal.
b. Materials:
1) Lithocrome Colorwax (color to match admixture) as manufactured by the
L.M. Scofield Company, Douglasville, Georgia shall be used to cure all
exterior flatwork that will be allowed to cure naturally with only occasional
maintenance.
C. Substitutions: The use of any products other than those specified will be considered providing
that the Contractor requests its use in writing within fourteen (14) days prior to bid date. This
request shall be accompanied by:
1. A certificate of compliance from the material manufacturer stating that the proposed
products meet or exceed the requirements for this specification, including standards
ACI 303.1-97, ASTM C 979 and AASHTO M 194.
2. Documented proof that the proposed material has a ten (10) year proven record of
performance, confirmed by at least five (5) local projects that the Architect can examine.
2.2 CONCRETE MIX DESIGN
A. Concrete materials and reinforcing requirements used in integrally colored concrete shall
conform to the requirements of Section 03310 Portland Cement Concrete Paving of these
specifications.
B. Testing requirements shall conform to Section 03310 Portland Cement Concrete Paving of these
specifications.
C. Calcium chloride shall not be added to the mix since it causes mottling and surface
discoloration.
D. Supplemental admixtures, such as additional water -reducing admixtures, water -proofing agents
and super plasticizers shall not be used.
E. Do not add water to the mix in the field.
01272101 INTEGRALLY COLORED CONCRETE 03355 - 3
03/02
2.3 COLORS
A. Concrete Color(s):
1. Cement: Color shall be gray.
2. Sand: Color shall be locally available natural sand.
3. Aggregate: Concrete producer's standard aggregate complying with specifications.
4. Colored Admixture: L.M. Scofield Company, Chromix Admixture, Autumn Beige 0288,
or approved equal.
5. Curing Compound: Color to match colored concrete — Scofield Lithochrome Colorwax.
B. Colored admixture shall be added to the mix per manufacturer's written instructions in a
pre -measured bag and shall not be added by weight of cement content.
PART 3 - EXECUTION
3.1 FINISHING
A. All surfaces shall be finished uniformly with the following finish:
Broomed: Pull broom across freshly troweled concrete to produce fine texture in straight
lines perpendicular to main line of traffic. Do not dampen brooms.
3.2 CURING
A. Colored Concrete: Apply curing compound for colored concrete in accordance with
manufacturer's instructions using manufacturer's recommended application techniques. Apply
curing compound at consistent time for each pour to maintain close color consistency.
B. Curing compound shall be the same color as the colored concrete and supplied by the same
manufacturer of the colored admixture.
C. Precautions must be taken in hot weather to prevent plastic cracking resulting from excessively
rapid drying at the surface as described in CIP 5 Plastic Shrinkage Cracking published by the
National Ready Mixed Concrete Association.
D. The concrete shall never be covered with plastic sheeting.
3.3 TOLERANCES
A. Very minor variations in appearance of colored concrete, which are similar to natural variations
in color and appearance of uncolored concrete, are acceptable.
END OF SECTION
01272101 INTEGRALLY COLORED CONCRETE 03355 - 4
03/02
SECTION 04200
UNIT MASONRY
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Agreement and Division 1 - General Requirements apply to
Work of this Section.
1.2 SECTION INCLUDES
A. Concrete masonry units (CMU).
B. Face Brick. (Face brick units to be provided by the Owner.)
C. Mortar.
D. Grout for masonry.
E. Reinforcement, anchorage, and accessories.
F. Installation of cast stone.
1.3 RELATED SECTIONS
A. Section 01410 - Testing Laboratory Services: Testing Laboratory Services.
B. Section 04720 — Cast Stone, Coping and Special Design Pieces.
C. Section 07900 - Joint Sealers: Rod and Sealant at Control Joints.
1.4 REFERENCES
A. ACI 530 - Building Code Requirements for Masonry Structures.
B.
C.
ACI 530.1 - Specifications For Masonry Structures.
ASTM A82 - Cold -Drawn Steel Wire for Concrete Reinforcement.
D.
ASTM A123 - Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products.
E.
ASTM A525 - Steel Sheet, Zinc Coated, (Galvanized) by the Hot -Dip Process.
>;
F.
ASTM A580 - Stainless and Heat -Resisting Steel Wire.
G.
ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement.
H.
ASTM A641 - Zinc -Coated (Galvanized) Carbon Steel Wire.
I.
ASTM B370 - Copper Sheet and Strip for Building Construction.
J.
ASTM C55 - Concrete Building Brick.
K.
ASTM C56 - Structural Clay Non -Load Bearing Tile.
L.
ASTM C90 - Load -Bearing Concrete Masonry Units.
M.
ASTM C91 - Masonry Cement.
N.
ASTM C94 - Ready -Mixed Concrete.
j
O.
ASTM C 129 - Non -Load Bearing Concrete Masonry Units.
1
P.
ASTM C 144 - Aggregate for Masonry Mortar.
Q.
ASTM C150 - Portland Cement.
R
ASTM C 199 - Test Method for Pier Test for Refractory Mortar.
S.
ASTM C207 - Hydrated Lime for Masonry Purposes.
T.
ASTM C216 - Facing Brick (Solid Masonry Units Made From Clay or Shale).
U.
ASTM C270 - Mortar for Unit Masonry.
01272101 UNIT MASONRY
-�
03/02
04200 -1
V. ASTM C387 - Packaged, Dry, Combined Materials, for Mortar and Concrete.
W. ASTM C404 - Aggregates for Masonry Grout.
X. ASTM C476 - Grout for Masonry.
Y. ASTM C780 - Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced
Unit Masonry.
Z. ASTM C 1019 - Method of Sampling and Testing Grout.
AA. ASTM C1072 - Method for Measurement of Masonry Flexural Bond Strength.
BB. ASTM E447 - Test Methods for Compressive Strength of Masonry Prisms.
CC. ASTM E518 - Test Method for Flexural Bond Strength of Masonry.
DD. IIv1IAC - International Masonry Industry All -Weather Council: Recommended Practices and Guide
Specification for Cold Weather Masonry Construction.
EE. IMIAC - International Masonry Industry All -Weather Council: Recommended Practices and Guide
Specification for Hot Weather Masonry Construction.
FF. NCMA - TEK Manual.
1.5 SUBMITTALS
A. Shop Drawings
1. Indicate bars sizes, spacings, locations, reinforcement quantities, bending and cutting
schedules, supporting and spacing devices for reinforcement and accessories.
B. Product Data
1. Provide data for masonry units and fabricated wire reinforcement.
2. Manufacturer's Installation Instructions: Indicate special procedures, positioning of
reinforcement and perimeter conditions requiring special attention.
3. Include design mix complying with the Property specification of ASTM C270, required
environmental conditions and admixture limitations.
C. Samples
1. Samples: Submit three samples of each type of face brick unit to illustrate color, texture and
extremes of color range.
2. Submit two samples of mortar, illustrating mortar color and color range.
D. Reports
1. Submit reports on mortar indicating conformance to property requirements of ASTM C270
and component mortar materials to requirements of ASTM C270 and test and evaluation
reports to ASTM C780.
2. Submit reports on grout indicating conformance of component grout materials to requirements
of ASTM C476 and test and evaluation reports to ASTM CIO 19.
E. Manufacturer's Certificate: Certify that Products meet or exceed specified requirements.
1.6 QUALITY ASSURANCE
A. Perform Work in accordance with ACI 530 and ACI 530.1.
1.7 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing the Products specified in this section with
minimum three years experience.
01272101 UNIT MASONRY 04200 - 2
03/02
1.8 MOCKUP
A. Provide mockup of composite masonry.
B. Construct a masonry wall into a panel sized 4-feet long by 4-feet high, which includes mortar and
accessories.
C. Locate where directed.
D. Mockup may not remain as part of the Work.
1.9 PRE -INSTALLATION CONFERENCE
A. Convene one week prior to commencing work of this section, under provisions of Section 01039.
1.10 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, protect and handle products to site under provisions of Section 01600.
B. Accept decorative units on site. Inspect for damage.
C. Maintain packaged materials clean, dry, and protected against dampness, freezing, and foreign
matter.
1.11 ENVIRONMENTAL REQUIREMENTS
A. Cold Weather Requirements: Maintain materials and surrounding air temperature to minimum 40
degrees F prior to, during, and 48 hours after completion of masonry work.
B. Hot Weather Requirements: Maintain materials and surrounding air temperature to maximum 90
degrees F prior to, during, and 48 hours after completion of masonry work.
1.12 COORDINATION
A. Coordinate work under provisions of Section 01039.
B. Coordinate the masonry work with installation of cast stone units.
PART 2 - PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Concrete and Face Brick Units
1. Featherlite Block Co.
2. Edicott Brick.
B. Portland Cement and Lime
1. Essroc Materials, Inc.
2. Glen-Gery Corporation.
3. Lafarge Corporation.
4. Lehigh Portland Cement Co.
5. Riverton Corporation (The).
C. Mortar Pigments
1. Davis Colors.
2. Lafarge Corporation.
3. Solomon Grind -Chem Services, Inc.
01272101
03/02
UNIT MASONRY
04200 - 3
D. Joint Reinforcement, Ties, and Anchors
1. Dur-O-Wal, Inc.
2. Heckman Building Products, Inc.
3. Hohmann & Barnard, Inc.
4. Masonry Reinforcing Corp. of America.
5. National Wire Products Industries.
6. Southern Construction Products.
E. Admixtures
1. Integral CMU Water Repellent
a. W.R. Grace & Co.
2. Cold -Weather Admixture
a. Euclid Chemical Co.
b. W.R. Grace & Co.
3. Mortar Water -Repellent Admixture
a. W.R. Grace & Co.
2.2 CONCRETE MASONRY UNITS
A. Hollow Load Bearing Block Units (CMU): ASTM C90, Type I - Moisture Controlled medium
weight, with integral water-repellent admixture.
2.3 BRICK UNITS
A. Face brick to be provided by Owner.
B. Face brick shall be manufactured by the Edicott Brick Company and shall be ordered at the same
time and shall match the Edicott brick pavers specified in Section 02780 BRICK PAVERS.
C. Size and shape: Nominal modular size of 2 1/4" x 3 5/8" x 7 5/8".
D. Colors shall be and in the percentages as follows:
1. Edicott "Medium Ironspot" #46 TK (dark): 100%.
2. The above colors shall be blended at the factory. No exceptions.
E. Surface finish shall be velour.
F. No substitutions allowed.
2.4 REINFORCEMENT AND ANCHORAGE
A. Single Wythe Joint Reinforcement: Truss type; steel wire, hot dip galvanized to ASTM A641
Class 1 after fabrication, 9 ga. side rods with 9 ga. cross rods. Fabricate with integral double eyes
where masonry veneer is scheduled. Pintle length as required to set in from face of veneer.
B. Reinforcing Steel: Specified in Section 03300.
C. Reinforcing Steel: ASTM A615, 60 ksi yield grade, deformed billet bars, uncoated finish.
2.5 MORTAR AND GROUT
A. Portland Cement: ASTM C150, Type I color or as otherwise selected by architect.
B. Mortar Aggregate: ASTM C 144, standard masonry type.
C. Hydrated Lime: ASTM C207, Type S.
D. Grout Aggregate: ASTM C404.
E. Water: Clean and potable.
01272101 UNIT MASONRY 04200 - 4
03/02
F. Bonding Agent: Latex.
G. Mortar Color: Mineral oxide pigment color as selected by Architect from manufacturer's full range
of colors.
2.6 ADMIXTURES
A. Water Repellent: Liquid type; Dry -Block Mortar Admixture.
B. Accelerator: Accelguard 80 or MORSET.
C. Retardant: Liquid type, equal to Martard-E..
2.7 FLASHINGS
A. Copper Flashings: ASTM B 370 soft temper, 20 oz./sq. ft., natural finish.
B. Lap Sealant: Butyl type as specified in Section 07900.
C. Joint Filler: Closed cell polyurethane; oversized 50 percent to joint width; self expanding. Provided
in maximum lengths available.
D. Weeps: Cotton rope.
E. Cleaning Solution: Non -acidic, not harmful to masonry work or adjacent materials.
2.8 MORTAR AND GROUT MIXES
A. Mortar For Non -Load Bearing Walls and Partitions: ASTM C270, Type S using the Property
specification.
2.9 GROUT MIXES
A. Engineered Masonry: 3,000 psi strength at 28 days; 8-10 inch slump; premixed type in accordance
with ASTM C94.
2.10 GROUT MIXING
A. Mix grout in accordance with ASTM C94.
B. Add admixtures in accordance with manufacturer's instructions; mix uniformly.
C. Do not use anti -freeze compounds to lower the freezing point of grout.
2.11 MIX TESTS
A. Test mortar and grout in accordance with Section 01410.
B. Testing of Mortar Mix: In accordance with ASTM C780 for compressive strength, consistency,
mortar aggregate ratio, water content, and splitting tensile strength.
C. Testing of Grout Mix: In accordance with ASTM C 1019 for compressive strength, and slump.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify that field conditions are acceptable and are ready to receive work.
B. Verify items provided by other sections of work are properly sized and located.
01272101
03/02
UNIT MASONRY
04200 - 5
C. Verify that built-in items are in proper location, and ready for roughing into masonry work.
D. Request inspection of spaces to be grouted.
3.2 PREPARATION
A. Direct and coordinate placement of metal anchors supplied to other sections.
B. Apply bonding agent to existing concrete surfaces.
C. Plug clean -out holes with block masonry units. Brace masonry for wet grout pressure.
3.3 INSTALLATION
A. Mortar Mixing
1. Thoroughly mix mortar ingredients in accordance with ASTM C270 in quantities needed for
immediate use.
2. Maintain sand uniformly damp immediately before the mixing process.
3. Add mortar color and admixtures in accordance with manufacturer's instructions. Provide
uniformity of mix and coloration.
4. Provide waterrepellent admixture in mortar for all exterior exposed masonry.
5. Do not use anti -freeze compounds to lower the freezing point of mortar.
6. If water is lost by evaporation, re -temper only within two hours of mixing.
7. Use mortar within two hours after mixing at temperatures of 90 degrees F, or
two -and -one-half hours at temperatures under 40 degrees F.
B. Coursing
1. General
a. Establish lines, levels, and coursing indicated. Protect from displacement.
b. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints
of uniform thickness.
2. Concrete Masonry Units:
a. Bond: Running.
b. Coursing: One unit and one mortar joint to equal 8 inches.
C. Mortar Joints: Concave.
3. Brick Units:
a. Bond: Running.
b. Coursing: Three units and three mortar joints equal to 8 inches.
C. Mortar Joints: Concave.
C. Placing and Bonding
1. Lay solid masonry units in full bed of mortar, with full head joints, uniformly jointed with
other work.
2. Lay hollow masonry units with face shell bedding on head and bed joints.
3. Buttering comers of joints or excessive furrowing of mortar joints are not permitted.
4. Remove excess mortar as work progresses.
5. Interlock external corners.
6. Separate intersecting walls with 3/8 inch thick joint material with removable edges for sealing
after installation.
7. Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment must
be made, remove mortar and replace.
8. Perform job site cutting of masonry units with proper tools to provide straight, clean,
unchipped edges. Prevent broken masonry unit corners or edges.
9. Cut mortar joints flush where wall tile is scheduled, and resilient base is scheduled.
01272101 UNIT MASONRY 04200 - 6
03/02
D. Weeps
1. Install weeps at 32 inches oc horizontally above through -wall flashing and at bottom of walls.
E. Reinforcement and Anchorage - Single Wythe Masonry
1. Install horizontal joint reinforcement 16 inches o.c..
2. Place masonry joint reinforcement in first and second horizontal joints above and below
openings. Extend minimum 16 inches each side of opening.
3. Place joint reinforcement continuous in first joint below top of walls.
4. Lap joint reinforcement ends minimum 6 inches.
5. Reinforce stack bonded unit joint corners and intersections with strap anchors 16 o.c.
3.4 MORTAR
A. Install mortar in accordance with ASTM C270.
3.5 GROUT
A. Install grout in accordance with ASTM C476.
B. Work grout into masonry cores and cavities to eliminate voids.
C. Do not install grout in lifts greater than 16 inches without consolidating grout by rodding.
D. Do not displace reinforcement while placing grout.
E. Remove excess mortar from grout spaces.
F. Lap splices minimum 24 bar diameters.
G. Support and secure reinforcing bars from displacement. Maintain position within 1/2 inch of
dimensioned position.
H. At bearing locations, fill masonry cores with grout for a minimum 12 inches either side of opening.
3.6 ENGINEERED MASONRY
A. Lay masonry units with core cells vertically aligned clear of mortar and unobstructed.
B. Place mortar in masonry unit bed joints back 1/4 inch from edge of unit grout spaces, bevel back and
upward. Permit mortar to cure 7 days before placing grout.
C. Reinforce masonry unit cores with reinforcement bars and grout.
D. Retain vertical reinforcement in position at top and bottom of cells and at intervals not exceeding
192 bar diameters. Splice reinforcement in accordance with Section 03300.
E. Do not wet masonry unit surfaces in contact with grout prior to grout placement.
F. Grout spaces less than 2 inches in width with fine grout using low lift grouting techniques. Grout
spaces 2 inches or greater in width with course grout using high or low lift grouting techniques.
G. When grouting is stopped for more than one hour, terminate grout 1-1/2 inch below top of upper
masonry unit to form a positive key for subsequent grout placement.
H. Low Lift Grouting: Place first lift of grout to a height of inches and rod for grout consolidation. Place
subsequent lifts in 8 inch increments and rod for grout consolidation.
3.7 CONTROL AND EXPANSION JOINTS
A. Do not continue horizontal joint reinforcement through control and expansion joints.
B. Install preformed control joint device in continuous lengths. Seal butt and corner joints in accordance
with manufacturer's instructions.
C. Size control joint in accordance with Section 07900 for sealant performance.
D. Form expansion joint as detailed.
01272101 UNIT MASONRY 04200 - 7
03/02
3.8 TOLERANCES
A. Maximum Variation From Alignment of Pilasters: 1/4 inch.
B. Maximum Variation From Face of Unit to Adjacent Unit: 1/32 inch.
C. Maximum Variation from Plane of Wall: 1/4 inch in 10 ft and 1/2 inch in 20 ft or more.
D. Maximum Variation from Plumb: 1/4 inch (6 mm) per story non -cumulative; 1/2 inch in two stories
or more.
E. Maximum Variation from Level Coursing: 1/8 inch in 3 ft and 1/4 inch in 10 ft; 1/2 inch in 30 ft or
more.
F. Maximum Variation of Joint Thickness: 1/8 inch in 3 ft.
G. Maximum Variation from Cross Sectional Thickness of Walls: 1/4 inch.
H. Variation From Joint Width: Plus or minus 1/8 inch.
I. Maximum Variation of Panel from Plane: 1/8 inch.
3.9 CUTTING AND FITTING
A. Cut and fit for chases, pipes, conduit, sleeves, and structural members. Coordinate with other
sections of work to provide convect size, shape, and location.
B. Obtain approval prior to cutting or fitting masonry work not indicated or where appearance or
strength of masonry work may be impaired.
3.10 FIELD QUALITY CONTROL
A. Field inspection and testing will be performed under provisions of Section 01400 — TESTING
LABORATORY SERVICES.
B. Inspect all masonry work.
C. Inspect and test engineered masonry work.
D. Test and evaluate mortar in accordance with ASTM C780.
E. Test and evaluate grout in accordance with ASTM CIO19.
F. Test mortar and masonry units to ASTM C1072, E447 and E518; test in conjunction with masonry
unit sections specified.
3.11 CLEANING
A. Clean work under provisions of Section 01700 — CONTRACT CLOSEOUT.
B. Remove excess mortar and mortar smears as work progresses.
C. Replace defective mortar. Match adjacent work.
D. Clean soiled surfaces with cleaning solution.
E. Use non-metallic tools in cleaning operations.
F. Do not scratch or deface units.
3.12 PROTECTION OF FINISHED WORK
A. Protect finished Work.
B. Without damaging completed work, provide protective boards at exposed external corners which
may be damaged by construction activities.
END OF SECTION
01272101 UNIT MASONRY 04200 - 8
03/02
,.. q . I:..
SECTION 04720
CAST STONE
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Cast stone coping.
2. Cast stone pieces for masonry wall.
B. Related Sections include the following:
1. Division 4 Section "Unit Masonry" for installing cast stone units in unit masonry.
1.3 DEFINITIONS
A. Cast Stone: Architectural precast concrete building units intended to simulate natural cut stone.
1.4 SUBMITTALS
A. Shop Drawings: Show fabrication and installation details for cast stone units. Include
dimensions; details of reinforcement and anchorages, if any; and indication of finished faces.
1. Include building elevations showing layout of units and locations of joints and anchors.
B. Samples: For each color and texture of cast stone required, 10 inches square in size.
C. Samples for Initial Selection: For colored mortar, showing the full range of colors available.
1.5 QUALITY ASSURANCE
A. Manufacturer Qualifications: A firm experienced in manufacturing cast stone units similar to
those indicated for this Project and with a record of successful in-service performance, as well
as sufficient production capacity to manufacture required units.
B. Source Limitations for Cast Stone: Obtain cast stone units through one source from a single
manufacturer.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Pack, handle, and ship cast stone units in suitable packs or pallets.
1. Lift with wide -belt slings; do not use wire rope or ropes that might cause staining. Move
cast stone units, if required, using dollies with wood supports.
2. Store cast stone units on wood skids or pallets with nonstaining, waterproof covers.
Arrange to distribute weight evenly and to prevent damage to units. Ventilate under
covers to prevent condensation.
B. Store installation materials on elevated platforms, under cover, and in a dry location.
C. Store mortar aggregates where grading and other required characteristics can be maintained and
contamination avoided.
_1
01272101 CAST STONE 04720 - 1
03/02
1.7 COORDINATION
A. Coordinate production and delivery of cast stone with unit masonry work to minimize the need
for on -site storage and to avoid delaying the Work.
PART 2 - PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, manufacturers offering products that
may be incorporated into the Work include, but are not limited to, the following:
1. Childers Enterprises, Inc.
1603 128`h St.
Lubbock, TX 79423
(806) 745-2941
2. Dallas Cast Stone Co., Inc.
4107 Hancock St.
Dallas, TX 75216
(214) 428-6269
B. Substitutions: In accordance with Section 01600.
2.2 CAST STONE MATERIALS
A. General: Comply with ASTM C 1364 and the following:
B. Portland Cement: ASTM C 150, Type I, containing not more than 0.60 percent total alkali when
tested according to ASTM C 114.
C. Coarse Aggregates: Granite, quartz, or limestone complying with ASTM C 33; gradation as
needed to produce required textures.
D. Fine Aggregates: Manufactured or natural sands complying with ASTM C 33, gradation as
needed to produce required textures.
E. Air -Entraining Admixture: ASTM C 260, certified by the manufacturer to be compatible with
other admixtures used.
1. Add to mixes for units exposed to the exterior at manufacturer's prescribed rate to result
in an air content of 5 to 7 percent.
F. Reinforcement: Deformed steel bars complying with ASTM A 615/A 615M.
1. Galvanized Coating: ASTM A 767/A 767M.
G. Embedded Anchors and Other Inserts: Fabricated from stainless steel complying with
ASTM A 276 or ASTM A 666, Type 304.
2.3 CAST STONE UNITS
A. Provide cast stone units complying with ASTM C 1364.
1. Provide units that are resistant to freezing and thawing as determined by laboratory
testing according to ASTM C 666, Procedure A, as modified by ASTM C 1364.
B. Reinforce units as indicated and as required by ASTM C 1364. Use galvanized or epoxy -coated
reinforcement when covered with less than 1-1/2 inches of material.
C. Fabricate units with sharp arris and details accurately reproduced with indicated texture on all
exposed surfaces, unless otherwise indicated.
1. Slope exposed horizontal surfaces at least 1:12, unless otherwise indicated.
01272101 CAST STONE 04720 - 2
03/02
2. Provide raised fillets at backs of sills and at ends indicated to be built into jambs.
3. Provide drips on projecting elements, unless otherwise indicated.
D. Cure and finish units as follows:
1. Cure units in totally enclosed curing room under dense fog and water spray at 95 percent
relative humidity for 24 hours.
2. Yard cure units until the sum of the mean daily temperatures for each day equals or
exceeds 350 deg F.
3. Acid etch units to remove cement film from surfaces indicated to be finished.
l L. Colors and Textures: Match approved sample.
2.4 MORTAR MATERIALS
A. Portland Cement -Lime Mix: Packaged blend of portland cement complying with ASTM C 150,
Type I or Type III, and hydrated lime complying with ASTM C 207.
1. For pigmented mortars, use colored portland cement -lime mix of formulation required to
produce color indicated or, if not indicated, as selected from manufacturer's standard
formulations. Pigments shall not exceed 10 percent of portland cement by weight for
mineral oxides or 2 percent for carbon black.
B. Water: Potable.
2.5 ACCESSORIES
A. Anchors: Type and size indicated, fabricated from stainless steel complying with ASTM A 276
or ASTM A 666, Type 304.
B. Dowels: Round stainless -steel bars complying with ASTM A 276, Type 304, 1/2-inch diameter.
C. Job -Mixed Detergent Solution: Solution of 1/2 cup of dry -measure tetrasodium polyphosphate
and 1/2 cup of dry -measure laundry detergent dissolved in 1 gal. of water.
2.6 MORTAR MIXES
A. Setting Mortar: Comply with ASTM C 270, Proportion Specification, Type S.
1. Limit cementitious materials to portland cement and lime.
2. Packaged Portland Cement -Lime Mix Mortar: Use portland cement -lime mix of selected
color.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates and conditions, with Installer present, for compliance with requirements for
installation tolerances and other conditions affecting performance of cast stone.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 INSTALLATION
J A. Set cast stone as indicated on Drawings. Install anchors, supports, fasteners, and other
attachments indicated or necessary to secure units in place. Set units accurately in Iocations
indicated with edges and faces aligned according to established relationships and indicated
_! tolerances.
B. Drench units with clear water just before setting.
01272101 CAST STONE 04720 - 3
-� 03/02
C. Set units in full bed of mortar with full head joints, unless otherwise indicated. Build anchors
and ties into mortar joints as units are set.
1. Fill dowel holes and anchor slots with mortar.
2. Fill collar joint solid as units are set.
3. Build concealed flashing into mortar joints as units are set.
4. Leave head joints open in coping and other units with exposed horizontal surfaces. Keep
joints clear of mortar, and rake out to receive sealant.
D. Rake out joints for pointing with mortar to depths of not less than 3/4 inch. Rake joints to
uniform depths with square bottoms and clean sides. Scrub faces of units to remove excess
mortar as joints are raked.
E. Point mortar joints by placing and compacting mortar in layers not greater than 3/8 inch.
Compact each layer thoroughly and allow to become thumbprint hard before applying next
layer.
F. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint
thickness, unless otherwise indicated.
G. Provide expansion, control, and pressure -relieving joints of widths and at locations indicated.
1. Sealing joints is specified in Division 7 Section "Joint Sealants."
2. Keep joints free of mortar and other rigid materials.
3.3 INSTALLATION TOLERANCES
A. Variation from Plumb: Do not exceed 1/8 inch in 10 feet or 1/4 inch in 20 feet or more.
B. Variation from Level: Do not exceed 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 3/8 inch
maximum.
C. Variation in Joint Width: Do not vary joint thickness more than 1/8 inch in 36 inches or
one-fourth of nominal joint width, whichever is less.
D. Variation in Plane between Adjacent Surfaces (Lipping): Do not exceed 1/16-inch difference
between planes of adjacent units or adjacent surfaces indicated to be flush with units.
3.4 ADJUSTING AND CLEANING
A. Remove and replace stained and otherwise damaged units and units not matching approved
Samples. Cast stone may be repaired if methods and results are approved by Architect.
B. Replace units in a manner that results in cast stone matching approved Samples, complying with
other requirements, and showing no evidence of replacement.
C. In -Progress Cleaning: Clean cast stone as work progresses. Remove mortar fins and smears
before tooling joints.
D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed cast stone as follows:
1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes
or chisels.
2. Protect adjacent surfaces from contact with cleaner by covering them with liquid
strippable masking agent, polyethylene film, or waterproof masking tape.
3. Clean cast stone by bucket and brush hand -cleaning method described in BIA Technical
Notes No. 20 Revised H, using job -mixed detergent solution.
END OF SECTION
01272101 CAST STONE 04720 - 4
03/02
SECTION 07900
JOINT SEALERS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, General Conditions, Special Provisions and
Division 1 - General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Preparing sealant substrate surfaces.
B. Sealant and backing.
1.3 RELATED SECTIONS
A. Section 03320 - CONCRETE SIDEWALK, CURB AND GUTTER AND MISCELLANEOUS
CONCRETE WORK: Sealants used in conjunction with expansion joints.
B. Section 04200 - UNIT MASONRY: Sealants used in conjunction with control/expansion joints.
C. Section 04720 — CAST STONE.
1.4 REFERENCES
A. AAMA 803.3 - Voluntary Specification for Narrow -Joint Seam Sealer.
B. AAMA 808.3 - Voluntary Specification for Exterior Perimeter Sealing Compound
C. ASTM C570 - Oil and Resin - Base Caulking Compound for Building Construction.
D. ASTM C719 - Adhesion and Cohesion of Elastomeric Joint Sealers under Cyclic Movement.
E. ASTM C792 - Effects of Heat Aging on Weight Loss, Cracking, and chalking of Elastomeric
Sealants.
F. ASTM C834 - Latex Sealing Compounds.
G. ASTM C920 - Elastomeric Joint Sealants.
H. ASTM C 1085 - Butyl Rubber - Based Solvent - Release Sealants.
I. ASTM Cl 193 - Use of Joint Sealants.
J. ASTM D1056 - Flexible Cellular Materials - Sponge or Expanded Rubber.
K. ASTM D 1565 - Flexible Cellular Materials - Vinyl Chloride Polymers and Copolymers (Open -Cell
Foam).
L. ASTM D3405 — Joint Sealants, Hot -applied, for Concrete and Asphalt Pavements.
M. FS TT-S-00230C - Sealing Compound; Elastomeric Type, Single Component (for Caulking, Sealing,
and Glazing in Buildings or Other Structures).
1.5 SUBMITTALS
A. Product Data
1. Submit product data indicating sealant chemical characteristics, performance criteria,
limitations and color availability.
2. Submit manufacturer's standard printed installation instructions.
01272101 JOINT SEALERS 07900 - 1
03/02
B. Samples
1. Submit one sample kit in form of manufacturer's standard bead samples, consisting of strips
of actual products showing full range of colors available, for each product exposed to view.
C. Certificates
1. Submit manufacturer's certificate that products meet or exceed specified requirements and are
suitable for use indicated.
2. Joint sealant manufacturer's certification that sealants, primers, and cleaners required for
sealant installation comply with local regulations controlling use of volatile organic
compounds.
1.6 QUALITY ASSURANCE
A. Manufacturer: Company specializing in manufacturing the products specified in this Section with
minimum ten years documented experience.
B. Applicator: Company specializing in applying the work of this Section with minimum five years
documented experience.
C. Conform to ASTM C1193 requirements for materials and installation.
1. Obtain joint sealant materials from a single manufacturer for each different product required.
2. Provide joint sealants, joint fillers, and other related materials that are compatible with one
another and with joint substrates under conditions of service and application, as demonstrated
by sealant manufacturer based on testing and field experience.
D. Compatibility: Provide joint sealants, joint fillers, and other related materials that are compatible with
one another and with joint substrates under conditions of service and application, as demonstrated
by sealant manufacturer based on testing and field experience.
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 period for use, pot life, curing time,
and mixing instructions for multicomponent materials.
B. Store and handle materials in compliance with manufacturer's recommendations to prevent their
deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes.
1.8 PROJECT CONDITIONS
A. Environmental Requirements
1. Do not install solvent curing sealants in enclosed building spaces.
2. Do not install sealants when joint substrates are wet.
3. Maintain temperature and humidity recommended by the sealant manufacturer during and
after installation.
1.9 SEQUENCING AND SCHEDULING
A. Coordinate the work of this Section with all Sections referencing this Section.
B. Joints in concrete shall be sealed as soon after completion of the curing period as feasible and before
the pavement is open to traffic, including construction equipment traffic.
01272101 JOINT SEALERS 07900 - 2
03l02
1.10 WARRANTY
A. Provide five year warranty.
B. Warranty: Include coverage of installed sealants and accessories which fail to achieve air tight
and watertight seal, exhibit loss of adhesion or cohesion, or do not cure.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Elastomeric Sealants
1. General: Manufacturer's standard chemically curing, urethane, polyurethane, or
polysulfide polymer based elastomeric sealant complying with ASTM C 920.
2. Types
a. S-1: Type M, Grade P, Class 25.
b. S-2: Type S, Grade P, Class 25.
C. S-3: Type M, Grade NS, Class 25.
d. S4: Type S, Grade NS, Class 25.
3. Color: As selected by Architect from manufacturer's full range of standard colors.
4. Use Locations: As indicated in Schedule at end of this Section.
B. Latex Sealants
1. General: Manufacturer's standard one -part, nonsag, mildew -resistant, paintable latex
sealant of formulation indicated that is recommended for exposed applications on
interior and protected exterior locations and that accommodates indicated percentage
change in joint width existing at time of installation without failing either adhesively or
cohesively.
C.
2
2. Types
a. S-5; Acrylic -Emulsion Sealant
1) Composition: Manufacturer's standard product accommodating joint
movement of not more than 5 percent in both extension and compression
for a total of 10 percent.
2) Conformance: ASTM C 834
b. S-6; Silicone Emulsion Sealant
1) Composition: Manufacturer's standard product that accommodates joint
movement of not more than 25 percent in both extension and compression
for a total of 50 percent.
2) Conformance: ASTM C 834 and, except for weight loss measured per
ASTM C 792, ASTM C 920.
3. Color: As selected by Architect from manufacturer's full range of standard colors.
4. Use Locations: As indicated in Schedule at end of this Section.
Types of Joint Sealant in Concrete Sidewalk and Concrete Paving
In areas where colored concrete is an additive alternate, the following types of joint sealant
material is approved:
a. Flexible Modified PVC (Expansion Joints).
b. Elastomeric Sealants (Control Joints).
In other areas of concrete paving (driveways), the following type of joint sealant material is
approved:
a. Bituminous Joint Sealants.
01272101
-� 03/02
JOINT SEALERS
3. In other areas where sidewalks are shown, the following type of joint sealant material is
approved:
a. Flexible Modified PVC (Expansion Joints).
D. Type S-7; Acrylic Sealant
1. General: Manufacturer's standard one -part, nonsag, solvent -release -curing acrylic
terpolymer sealant complying with AAMA 808.3 and/or FS TT-S-00230, with capability
to withstand 15 percent maximum cyclic movement (7-1/2 percent movement in both
extension and compression) at time of application and remain adhered to joint substrates
indicated for Project without failing cohesively when tested for adhesion and cohesion
per ASTM C 719.
2. Color: As selected by Architect from manufacturer's full range of standard colors.
3. Use Locations: As indicated in Schedule at end of this Section.
E. Type S-8; Butyl Sealant
1. General: Manufacturer's standard one -part, nonsag, nonstaining, paintable,
solvent -release -curing, polymerized butyl sealant formulated with minimum of 75
percent solids and tack -free time of 24 hours or less, complying with ASTM C 1085.
2. Color: As selected by Architect from manufacturer's full range of standard colors.
3. Use Locations: As indicated in Schedule at end of this Section.
F. Type S-9; Pigmented Narrow Joint Sealant
1. General: Manufacturer's standard, solvent -release -curing, pigmented synthetic rubber
sealant formulated for sealing joints 3/16 inch or smaller in width, complying with
AAMA 803.3
2. Color: As selected by Architect from manufacturer's full range of standard colors.
3. Use Locations: As indicated in Schedule at end of this Section.
G. Bituminous Joint Sealants for Concrete and Asphalt Pavements
4. Joint sealing materials shall be machine -applied. Hand -mixed joint sealing materials will not
be allowed. Joint sealing materials shall meet the requirements of one or more of the
following:
a. ASTM D3405 - JOINT SEALANTS, HOT -POURED, FOR CONCRETE AND
ASPHALT PAVEMENTS, to be used in joints between portland cement concrete
and bituminous concrete.
b. ASTM D3406 - JOINT SEALANTS, HOT -POURED, ELASTOMERIC-TYPE,
FOR PORTLAND CEMENT CONCRETE PAVEMENTS, to be used for all
other joints in portland cement concrete pavement.
H. Accessories
1. Primer: Non -staining type, recommended by sealant manufacturer to suit application.
2. Joint Cleaner: Non -corrosive and non -staining type, recommended by sealant
manufacturer; compatible with joint forming materials.
3. Joint Backing: ANSFASTM D1056; D1565; D5249; round, closed cell polyethylene
foam rod; oversized 30 to 50 percent larger than joint width.
4. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit
application.
5. Masking Tape: Non -staining, non -absorbing, ultra -violet resistant type as recommended
by sealant manufacturer.
I. Flexible modified PVC (Extruded Elastomeric Plastic Material)
1. Provide flexible, modified PVC (polyvinyl chloride) "G-SEAL" as manufactured by
Greenstreak (phone: 800-325-9504), or approved equal.
2. The modified PVC paving cap seal shall be extruded from an elastomeric plastic material
of which the basic resins are prime virgin materials. The compound shall not contain any
scrapped or reclaimed material whatsoever.
01272101 JOINT SEALERS 07900 - 4
03/02
3. Performance Requirements as follows:
Property
Test Method
Requirements
Tensile Strength
ASTM D412-92
2350 psi min.
Elongation
ASTM D412-92
375% min.
Hardness
ASTM D2240-95
81 +/- 3 Shore A
Oil Swell (ASTM Oil #3, 70 hrs @
ASTM D471-95
+/- 15% by Vol.
212 ° F change in volume/wei ht
+/_ 15% by wt.
Ozone Resistance
(20% strain, 300 pphm, 70 hrs @
ASTM D518-91
No Cracking
104 ° F
UV Resistance
ASTM G53
2200 psi minimum
(2000 hrs @ 70' F)
200% minimum
Abrasion Resistance
ASTM D3884
Material Loss: -0.35 grams max.
10,500 cycles, 1000 g load
Adhesive Bond Strength
ASTM D412-92
1000 psi min.
Results after Heat Aging
Tensile Strength retained: 90%
(24 hrs @ 70 ° F)
ASTM D573
Elongation retained: 90 /o
Hardness change: +/- 3 Shore A
4. Provide factory made fabrications for all changes of direction, intersections and
transitions, leaving only straight butt joint splices for field assembly.
5. Provide manufacturer approved adhesive for sealing of all butt splices.
6. Field butt splices shall be sealed using approved adhesive.
7. Paving Cap Seal shall be attached to expansion board using staples or nails driven
through bottom flange area of the Paving Cap Seal.
8. Attach Paving Cap Seal prior to concrete placement.
J. Backer Rod and Bond Breaker
1. Backer rod shall be an extruded, closed cell polyethylene or urethane material designed
for filling joints and shall be compatible with the joint sealing material. The diameter of
the backer rod shall be approximately 25 percent greater than the width of the joint. A
non-metallic bond breaker will be required if the backer rod material adheres to the joint
sealing material.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify that joint openings are ready to receive work and field measurements are as shown on
Drawings and recommended by the manufacturer.
B. Beginning of installation means installer accepts existing conditions and substrate.
3.2 PREPARATION
A. Clean and prime joints in accordance with manufacturer's instructions.
B. Remove loose materials and foreign matter which might impair adhesion of sealant.
C. Verify that joint backing and release tapes are compatible with sealant.
D. Perform preparation in accordance with ASTM C1193.
E. Install masking tape where required to protect adjacent finished surfaces.
01272101 JOINT SEALERS 07900 - 5
__l 03/02
F. At concrete pavement joints, immediately before sealing, the joints shall be thoroughly cleaned
of all laitance, curing compound, and other foreign material. Cleaning shall be accomplished
by sandblasting. The joints shall be sandblasted immediately prior to the sealing operation
unless otherwise directed by the Owner's Representative. The sandblasted joints shall be
cleaned out by the use of an oil free high pressure air jet. The final blowing operation shall
precede the sealing operation by no more than 50 feet. After the joints have been blown by air,
the compressible filler shall be installed in the joint followed by the installation of the bond
breaker. The bond breaker shall be as recommended by the manufacturer of the sealing
material. The joint faces shall be surface dry when the seal is applied.
3.3 INSTALLATION
A. Perform installation in accordance with ASTM C 1193 and manufacturer's written instructions.
B. Measure joint dimensions and size materials to achieve required width/depth ratios.
C. Install joint backing to achieve a neck dimension no greater than 1/3 the joint width.
D. Install bond breaker where joint backing is not used.
E. Remove and replace joint backing which has become wet, dirty, or exposed to weather for
extended period of time.
F. Apply sealant within recommended application temperature ranges. Consult manufacturer when
sealant cannot be applied within these temperature ranges.
G. Install sealant free of air pockets, foreign embedded matter, ridges, and sags.
H. Tool joints concave in accordance with ASTM C1193 and manufacturer's written instructions.
I. For installation of concrete paving sealants:
1. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall
be approved by the Owner's Representative before sealing is allowed. Sealants shall be
installed in accordance with the following requirements.
2. The joint sealant shall be applied uniformly solid from bottom to top and shall be filled
without formation of entrapped air or voids. A backing material shall be placed as shown
on the plans and shall be nonadhesive to the concrete or the sealant material. The heating
kettle shall be an indirect heating type, constructed as a double boiler. A positive
temperature control and mechanical agitation shall be provided. The sealant shall not be
heated to more than 20 ° F. below the safe heating temperature. The safe heating
temperature can be obtained from the manufacturer's shipping container. A direct
connecting pressure type extruding device with nozzles shaped for insertion into the joint
shall be provided. Any sealant spilled on the surface of the pavement shall be removed
immediately.
3. After the sealant has been allowed sufficient time to cure, the joint shall be checked for
depressions. If depressions greater than 1/8-inch occur, additional sealant shall be
applied to completely fill the joint.
3.4 CLEANING AND REPAIRING
A. Clean off excess sealants or sealant smears adjacent to joints as work progresses by methods
and with cleaning materials approved by manufacturers of joint sealants and of products in
which joints occur.
B. Repair or replace defaced or disfigured finishes caused by work of this Section.
C. Cut out and remove damaged or deteriorated joint sealants and repair so that repaired areas are
indistinguishable from original work.
01272101 JOINT SEALERS 07900 - 6
03/02
3.5 PROTECTION OF FINISHED WORK
A. Protect joint sealants during and after curing period from contact with contaminating substances
or from damage resulting from construction operations or other causes so that they are without
deterioration or damage at time of Substantial Completion.
3.6 SCHEDULE
A. Exterior Joints
1. Horizontal traffic joints not exposed to fuel or gas spillage: ASTM D3405 or ASTM
D3406.
2. Horizontal traffic joints exposed to fuel or gas spillage: Federal Spec. SS-5-200.
3. Horizontal non -traffic joints not exposed to fuel or gas spillage: Sealant types S-1, S-2,
S-3 or S-4.
4. Vertical or inclined joints such as panel, coping and control: Sealant types S-3 or S-4.
5. Joints in Masonry Control or Expansion Joints: Sealant Type S-9.
6. Joints in Sheet Metal Flashing: Sealant Type S-9.
END OF SECTION
01272101
03/02
JOINT SEALERS
07900 - 7
`
SECTION 09401
RUSTIC TERRAZZO
PART 1 - GENERAL
1.1
SUMMARY
j
A.
This Section includes the following:
1. Rustic terrazzo, bonded type system with setting bed over concrete.
1.2
SUBMITTALS
1
A.
Product Data: For each type of terrazzo and accessory indicated.
B.
Shop Drawings: Include terrazzo fabrication and installation requirements. Include plans,
elevations, sections, component details, and attachments to other Work.
C.
Samples: For each type, color, and pattern of terrazzo and accessory required and in size
indicated below:
1. Terrazzo: 6-inch- (150-mm-) square samples.
2. Accessories: 6-inch- (150-mm-) long samples of each exposed strip item required.
D.
Qualification Data: For Installer.
E.
Maintenance Literature:
1. Submit two copies of maintenance recommendations of NTMA or maintenance product
members of NTMA.
F.
Certification:
l
1. Suppliers shall furnish certification attesting that materials meet specification
requirements.
1.3
QUALITY ASSURANCE
A.
Installer Qualifications: An installer who is a contractor member of NTMA.
1
B.
NTMA Standards: Comply with NTMA Guide Specification and written recommendations for
terrazzo type indicated unless more stringent requirements are specified.
C.
Acceptable Supplier:
1. Materials furnished shall meet NTMA Specifications.
D.
Preinstallation Conference: Conduct conference at Project site.
1.4
DELIVERY, STORAGE AND HANDLING
A.
Delivery of materials:
1. Deliver materials in a manner to prevent damage to containers and/or bags.
B.
Storage of materials:
-'
1. Store materials in a clean, dry and heated (if necessary) location.
J
1.5
GUARANTEE
I
A.
One year from date of substantial completion of Terrazzo installation.
01272101
RUSTIC TERRAZZO 09401 - 1
l
03/02
PART 2 - PRODUCTS
2.1 RUSTIC TERRAZZO
A. Rustic Terrazzo Type: Bonded.
1. Thickness: 13/a".
B. Materials:
1. Portland Cement: ASTM C 150, Type 1.
a. Color for Exposed Matrix: As required by mix indicated.
2. Sand: ASTM C 33 - coarse, clean and washed.
3. Aggregates: Marble, quartz, granite, and gravel of type and size required for mix
indicated, complying with NTMA standards.
4. Matrix Pigments: Pure mineral or synthetic pigments, alkali resistant, color stable, and
compatible with matrix binder.
5. Air -Entraining Agent: Complying with NTMA's written recommendations and
recommended by supplier for intended use.
6. Underbed Bonding Agent: Neat portland cement.
C. Mixes:
1. Bonded Rustic -Terrazzo Underbed: Comply with NTMA's "Guide Specification for
Rustic Terrazzo (Bonded System with Setting Bed over Concrete)" for component
proportions and mixing.
a. Exterior Applications: Provide air -entraining agent.
2. Rustic Terrazzo: Comply with NTMA Guide Specification for rustic -terrazzo type
indicated for matrix and aggregate proportions and mixing.
a. Mix Color and Pattern: See attached drawing.
2.2 ACCESSORIES
A. Heavy -Top Divider Strips: Straight or angle type with anchoring device and in depth required
for topping thickness indicated.
1. Bottom -Section Material: Matching top -section material.
2. Top -Section Material: White zinc alloy.
3. Top -Section Width: 1/8 inch (3.2 mm).
B. Control -Joint Strips: If necessary, provide separate, double L-type angles, positioned back to
back, that match material, thickness, and color of divider strips and in depth required for
topping thickness indicated.
C. Accessory Strips: Match divider -strip width, material, and color, unless otherwise indicated.
Use the following types of accessory strips as required to provide a complete installation:
1. Base bead and base dividers.
2. Edge beads for exposed edges of terrazzo.
D. Joint Sealants: Polyurethane with appropriate backer rod.
E. Isolation and Expansion Material: Closed -cell polyethylene foam, nonabsorbent to liquid water
and gas, and nonoutgassing in unruptured state; butyl rubber, rubber; or cork; minimum
1/2 inch (12.7 nun) wide.
F. Expansion -Joint Strips: Brass with cap -strip top for installing sealant; minimum 1/2 inch
(12.7 nun) wide.
G. Sealer: Slip- and stain -resistant, penetrating -type sealer that is chemically neutral with pH factor
between 7 and 10, does not affect color or physical properties of terrazzo, is recommended by
sealer manufacturer, and complies with NTMA Guide Specification for terrazzo type indicated.
1. Rustic Terrazzo: Use solvent acrylic -type sealer.
01272101 RUSTIC TERRAZZO 09401 - 2
03/02
,2:4-
2.3 MATERIALS
A. Size: Conform to NTMA standards.
B. 24-hour absorption rate: Not to exceed 0.25%.
C. Chips: Contain no deleterious or foreign matter.
PART 3 - EXECUTION
3.1 INSPECTION
A. Examine areas to receive rustic terrazzo for:
1. Defects in existing work that affect proper execution of terrazzo work. (Note: Structural
cracks in substrate will usually be transmitted through topping to surface.)
2. Deviations beyond allowable tolerances for the concrete slab work.
B. Start work only when all defects have been corrected by others.
3.2 INSTALLATIONS
A. Concrete Underbed:
1. Set expansion material around building perimeter, around all column bases and directly
above expansion joints in concrete structural slab.
2. Soak surface of concrete structural slab with clean water.
3. Place concrete and screed to an elevation of to 1/4" below finished surface, depending
on size of aggregate.
4. Install divider strips before concrete hardens.
B. Placing rustic terrazzo topping: (Note: ''/2" to 3/4" thickness depending on size of aggregate.)
1. Soak underbed surface thoroughly with clean water.
2. Place rustic terrazzo.
3. Roll and compact surface until all excess cement and water has been extracted.
C. Finishing:
l . Expose aggregate by hosing, absorbent rolling, or use of a retarder.
D. Curing:
1. Flood with clean water, or cover with 4 mil. polyethylene sheeting.
E. Cleaning:
1. When topping is sufficiently cured, in the opinion of the terrazzo installer, apply a 1 to 10
solution of muriatic acid in water, scrub with a stiff broom to remove all laitance, and
rinse immediately with clean water to remove all traces of the acid. (Note: Acid wash no
sooner than 7 days after installation.)
F. Sealing:
1. Rinse floor with clean water and allow to dry.
2. When floor is thoroughly dry, apply the sealer in accordance with manufacturer's
directions for use on rustic terrazzo.
G. Caulking:
l . Place sealant in joints with backer rod as required.
H. Protection:
1. Upon completion, the work shall be ready for final inspection and acceptance by the
Owner or his agent.
2. The General Contractor shall protect the finished floor from the time that the rustic
terrazzo installer completes the work.
01272101 RUSTIC TERRAZZO 09401 - 3
i 03/02
,`l
3. De-icing chemicals and salt can be injurious to portland cement surfaces and should not
be used on rustic terrazzo.
3.3 PLAN AND DESIGN
A. See following page for colored drawing for terrazzo area. Completed installation shall match
colors shown in this drawing.
END OF SECTION
01272101 RUSTIC TERRAZZO 09401 - 4
03/02
SK
HIE 01 1 1 i t1 rom
51
TV F
! N J 11
ilt
R
it mill
51
in Ly 4 0
1 IRA C.. -164NIb t
6"kii z
j
JK
AK
t t
UAim,
P
Ll
ilk i
Rrd P
lid
is
pr
id
ji
Pt N��tlr��wi �.r�r���rr��������t�� !��}t �
I
1 40 21 a -1 PRO111 I k
o 11 6 , 0 F a.; I a a 11pi MMMININ) -.1 ff. a I trim
I. ,; ,A .,
SECTION 09910
PAVEMENT MARKINGS
PART 1-GENERAL
1.1 SCOPE
A. This section covers the painting stripes on the surface of parking areas applied in accordance with
this specification and at the locations shown on the plans.
PART 2 - PRODUCTS
2.1 PAINT
A. Paints for parking areas shall conform to Fed. Spec. TT-P-1952, color shall be yellow.
B. Paints for one-way road shall conform to Fed. Spec. TT-P-1952, color shall be yellow or white.
C. Paint shall be in sealed containers that plainly show the designated name, formula or specification
number, batch number, color, date of manufacture, manufacturer's name, formulation number and
directions, all of which shall be plainly legible at time of use. The paint shall be homogenous, easily
stirred to smooth consistency, and shall show no hard settlement or other objectionable
characteristics during a storage period of six months.
2.2 TESTING
A. Materials will be approved for use based on either of the following data furnished by the Contractor:
1. A test report showing that the proposed batch meets all specified requirements.
2. A test report showing that a previous batch manufactured using the same formulation as that
used in manufacturing the proposed batch met all specified requirements, and a report
showing test results on the proposed batch for the following properties required in the
material specifications: weight per gallon, viscosity, fineness of grind, drying time and
gradation.
2.3 EQUIPMENT
A. General
All equipment for the work shall include the apparatus necessary to properly clean the existing
surface, a mechanical marking machine, and such auxiliary hand painting equipment as may be
necessary to satisfactorily complete the job.
B. Paint Applicators
The equipment for applying paint to pavements shall be self-propelled or mobile -drawn pneumatic
spraying machine with suitable arrangements of atomizing nozzles and controls to obtain the
specified results. The machine shall be capable of applying the stripe widths indicated, at the paint
coverage rate specified in paragraph 5-3, and of even uniform thickness with clear-cut edges.
The paint applicator shall have paint reservoirs or tanks of sufficient capacity and suitable gauges
to apply paint in accordance with requirements specified. Tanks shall be equipped with suitable
air -driven mechanical agitators. The spray mechanism shall be equipped with quick -action valves
01272101 PAVEMENT MARKINGS 09910 - 1
03/02
conveniently located, and include necessary pressure regulators and gauges in full view and reach
of the operator. Paint strainers shall be installed in paint supply lines to insure freedom from residue
and foreign matter that may cause malfunction of the spray guns. Pneumatic spray guns shall be
provided for hand application of paint in areas where the mobile paint applicator cannot be used.
C. Abrasive Blasting Equipment
Abrasive blasting equipment shall include an air compressor, hoses and nozzles of proper size and
capacity as required for cleaning surfaces to be painted. The compressor shall be capable of
furnishing not less than 150 cfm of air at a pressure of not less than 90 psi at the nozzle for each
nozzle used.
PART 3 - EXECUTION
3.1 TRAFFIC PAINT
A. Surface Preparation
New pavement surfaces shall be allowed to cure for a period of not less than 5 days before
application of marking materials. All surfaces to be marked shall be thoroughly cleaned before
application of the paint. Dust, dirt, and other granular surface deposits shall be removed by
sweeping, blowing with compressed air, rinsing with water, or a combination of these methods as
required. Rubber deposits, surface laitance, existing paint markings and other coatings adhering to
the pavement shall be completely removed with scrapers, wire brushes, abrasive blasting, approved
chemicals or mechanical abrasion as directed. Where oil or grease are present on old pavements to
be marked, affected areas shall be scrubbed with several applications of trisodium phosphate
solution or other approved detergent or degreaser, and rinsed thoroughly after each application.
After cleaning, oil -soaked areas shall be sealed with cut shellac to prevent bleeding through the new
paint. If abrasive blasting method is utilized, then abrasive material shall be of non -silicon type.
B. Layouts and Alignment
1. On those sections of pavements where no previously applied figures, markings or stripes are
available to serve as a guide, suitable layouts and lines of proposed stripes shall be spotted
in advance of the paint application. Control points shall be spaced at such intervals as will
insure accurate location of all markings.
2. The Contractor shall provide an experienced technician to supervise the location, alignment,
layout, dimensions and application of the paint.
C. Rate of Application
Paint shall be applied evenly to the pavement surface to be coated at a rate of 105 plus or minus five
square feet per gallon.
D. Paint Application
Paint shall be applied to clean, dry surfaces and, unless otherwise approved, only when air and
pavement temperatures are above 40 F. and less than 95 F. Paint temperature shall be maintained
within these same limits. Paint shall be applied pneumatically with approved equipment at rate of
coverage specified herein. The Contractor shall provide guidelines and templates as necessary to
control paint application. Special precautions shall be taken in marking numbers, letters and
symbols. All edges of markings shall be sharply outlined. The maximum drying time requirements
of the paint specifications will be strictly enforced to prevent softening of the bitumen and pick-up,
displacement or discoloration by tires of traffic. If there is a deficiency in drying of the markings,
painting operations shall be discontinued until cause of the slow drying is determined and corrected.
01272101 PAVEMENT MARKINGS 09910 - 2
03/02
3.2
3.3
E. Weather Limitations
The painting shall be performed only when the existing surface is dry and clean, when the
atmospheric temperature is above 40 F., and when the weather is not excessively windy, dusty or
foggy.
OBLITERATE EXISTING PAVEMENT MARKING
A. Existing pavement marking on concrete pavement shall be obliterated by sandblasting. Care shall
be taken during the removal operations to protect the pavement surface from damage. E:.:sting
pavement marking on asphalt pavement shall be obliterated by painting over the existing marking
with black colored paint meeting the material and application requirements of these specifications.
DEFECTIVE WORKMANSHIP OR MATERIAL
A. When any material not conforming to the requirements of the specifications or plans has been
delivered to the project or incorporated in the work or any work performed is of inferior quality, such
material or work shall be considered defective and shall be corrected as directed and shall be
corrected as directed by the Engineer.
END OF SECTION
01272101 PAVEMENT MARKINGS 09910 - 3
03/02
I
SECTION 10350
FLAGPOLES
PART1-GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Agreement and Division 1 - General Requirements apply to
Work of this Section.
1.2 SECTION INCLUDES:
A. Flagpoles:
1. Locations of flagpoles are shown on drawings.
B. Flagpole fittings and accessories.
1.3 RELATED SECTIONS:
A. Section 02300 — EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT
AND TOPSOILING.
B. Section 02780 — BRICK PAVERS.
C. Section 03300 — CAST -IN -PLACE CONCRETE.
1.4 REFERENCES
A. AA DAF-45 -- Designation System for Aluminum Finishes; Aluminum Association; 1980.
B. ASTM B 241/B 241M-93 -- Standard Specification for Aluminum and Aluminum -Alloy Seamless
Pipe and Seamless Extruded Tube; 1993.
1.5 PERFORMANCE REQUIREMENTS
A. Provide flagpole and anchorage system to comply with the following requirements:
1. Flagpole with flag flying: Resist minimum wind velocity of 90 mph without permanent
deformation, when flying appropriately sized flag.
2. Flagpole without flag: Resist minimum wind velocity of 90 mph without permanent
deformation.
3. Safety design factor: 2.5.
1.6 SUBMITTALS
A. Product Data: Submit for each type of flagpole required. Include data for fittings and accessories.
B. Shop Drawings: Submit shop drawings bearing the stamp of a professional structural engineer
registered in the state in which the project is located. Include the following:
1. Configuration of flagpoles and bases.
2. Details showing jointing, anchorage, and support systems.
3. Substantiation of compliance with performance requirements indicated in contract documents.
4. Flagpole finishes, fittings and accessories.
01272101 FLAGPOLES 10350 - 1
-� 03/02
i
,l
1.7 . QUALITY ASSURANCE
A. Manufacturer's Qualifications: Firm regularly engaged in manufacture of products specified in this
section, and whose products have been in satisfactory use under similar service conditions for not
less than 5 years.
B. Installer's Qualifications: Firm regularly engaged in installation of products specified in this section,
with a minimum of 5 years of experience.
1.8 DELIVERY, STORAGE, AND HANDLING
A. Execute product manufacturer's special instructions to prevent damage to products.
B. Provide suitable protection for each flagpole before shipment. Spiral -wrap pole with heavy kraft
paper or polyethylene material and place pole in hard protective tube.
C. Deliver flagpoles and accessories properly labeled and in original wrappings.
D. Store and handle materials in a manner which will prevent damage prior to installation.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Products of the following manufacturers, provided they comply with requirements of the contract
documents, will be among those considered acceptable:
1. Aabec Pole Division/Morgan-Francis Company, Inc.
2. Acme Flagpole Division/Lingo, Inc.
3. American Flagpole Division/Kearney-National, Inc.
4. Baartol Company, Inc.
5. Concord Industries, Inc.
6. EMC Division/Eder Manufacturing Corporation.
7. John Ewing & Company, Inc.
8. Poletech Flagpole Manufacturers.
2.2 FLAGPOLES
A. Description:
1.
Mounting: Ground -set, embedded.
2.
Type: Conventional.
3.
Shaft metal: Aluminum.
4.
Shaft form: Cone tapered.
5.
Exposed length of flagpole: 30 feet
6.
Halyard: Internal.
7.
Flags:
a. American flag
1) 4 x 6
2) 100 percent nylon
b. Texas Flag
1) 4 x 6
2) 100 percent nylon
01272101 FLAGPOLES 10350 - 2
03/02
2.3 FABRICATION
A. Fabrication - General: Provide each flagpole as a complete unit fabricated by a single manufacturer,
including base, anchorage devices, fittings, and accessories as necessary for proper installation.
B. Fabricate and ship flagpole as a single unit, unless shipping constraints preclude this alternative.
Where flagpole size dictates shipment in more than one section, provide self -aligning internal sleeve
composed of metal compatible with shaft metal and properly designed to allow precise, weathertight
joining during installation.
C. Flagpole Diameter and Wall Thickness: Wall thickness of shaft and ratio of top diameter to butt
diameter must be appropriate for metal or alloy used and for length of flagpole.
D. Joints and Seams: Form joints and seams which are inconspicuous.
1. Exposed welds: Grind exposed welds smooth. Finish to match flagpole shaft.
E. Aluminum Shaft:
1. Seamless extruded tube: Comply with ASTM B 241.
2. Alloy:6063-T6.
3. Minimum wall thickness: 3/16 inch, unless otherwise indicated.
4. Minimum tensile strength: 30,000 psi.
5. Minimum yield point: 25,000 psi.
6. After flagpole is fabricated, heat-treat and artificially age to alter temper of aluminum.
7. Shaft finish: Clear anodized finish, AA-M32C22A41 (medium satin directional textured
mechanical finish; medium matte etched chemical finish; clear, architectural Class I anodic
coating minimum 0.7 mil thick).
F. Ground -Set Flagpole - Embedded Type:
1. Provide flagpole of sufficient overall length to allow setting depth which is not less than
10 percent of exposed length.
2. Flash collar: Fabricate from same metal used for flagpole shaft.
a. Product: Selected by the architect from manufacturer's standards based on availability
for shaft size.
3. Foundation sleeve: Corrugated galvanized steel tube, 16 gage.
4. Foundation sleeve plate: Square steel plate welded to bottom of foundation sleeve.
a. Minimum edge dimension of square plate: 4 inches larger than inside diameter of
foundation sleeve.
b. Minimum thickness: 3/16 inch.
5. Steel centering wedges: Minimum 1/8-inch-thick wedges, welded to sleeve plate inside
foundation sleeve for the purpose of centering pole.
6. Electrical grounding spike: 3/4-inch steel spike, welded to bottom side of sleeve plate.
a. Length of extension below concrete foundation: Not less than thickness of concrete
footing below sleeve plate.
7. Foundation support plate: Square steel plate welded to electrical grounding spike at base of
concrete foundation.
a. Minimum edge dimension of square plate: 6 inches.
b. Minimum thickness: 3/16 inch.
G. Fittings:
1. Truck:
a. Truck designed for internal halyard system.
2. Halyards:
a. Internal type:
1) Cable: Stainless steel, with vinyl- or neoprene -covered weight.
2) Winch: Direct drive type, internally mounted, with control stop to hold flag in
any position on pole.
01272101 FLAGPOLES 10350 - 3
i 03/02
3) Winch crank: Removable.
4) Winch access door: Flush -mounted, with cylinder lock.
Flag snaps:
a. Number required: Four flag snaps per halyard.
b. Material: Bronze, manufacturer's standard.
C. Sheaths: Provide heavy vinyl or neoprene sheath for each flag snap.
2.4 CONCRETE MATERIALS
A. Provide materials for concrete flagpole foundations as specified in Division 3, 3,000 psi.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify that conditions conform to requirements of contract documents.
B. Ground -Set Flagpole: Verify that foundation is in suitable condition to receive flagpole.
C. Do not begin flagpole installation until unsuitable conditions have been corrected. Commencement
of installation indicates acceptance of conditions.
3.2 PREPARATION
A. Embedded Ground -Set Pole:
1. Bituminous coating: Apply protective coating of bituminous paint to section of flagpole which
will be installed below grade, if not factory -applied by flagpole manufacturer prior to
shipment.
3.3 INSTALLATION
A. Concrete Flagpole Foundation: Comply with requirements specified in Division 3.
B. Flagpole Installation - General: Install flagpole, base assembly, and fittings as indicated in contract
documents and in accordance with manufacturer's instructions.
C. Install flagpole in erect, plumbed position.
D. Embedded Ground -Set Pole: Erect flagpole in foundation sleeve and plumb as necessary using
hardwood wedges. Pour dry sand into foundation sleeve in successive layers, each layer 6 inches
thick. Tamp each layer before adding next layer. When last sand layer is placed, provide moisture
seal over sand by applying sealant of proper thickness. Comply with sealant requirements specified
in Division 7.
E. Electrical Grounding: Provide positive lightning ground suitable for flagpole and installation
conditions.
F. Field Joints: Provide snug -fitting, weathertight, hairline joints.
1. Field welding of aluminum flagpole is not acceptable.
G. Tolerances:
1. Maximum variation from plumb position (90 degrees from horizontal plane): 1 inch.
01272101 FLAGPOLES 10350 - 4
03/02
3.4 ADJUSTING AND CLEANING
A. Clean surfaces.
B. Verify smooth and proper operation of all installed fittings. Adjust as necessary.
END OF SECTION
01272101
03/02
FLAGPOLES
10350 - 5
SECTION 10440
SPECIALTY SIGNS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, General Conditions, Special Provisions and
Division 1 - General Requirements apply to Work of this Section.
1.2 SCOPE OF WORK
A. Extent of the specialty signs is shown on the drawings and specified in these special provisions.
1.3 QUALIFICATIONS
A. Employ a Signs and Graphics Specialist Subcontractor to prepare shop drawings and samples,
manufacture, fabricate, assemble, and install work of this Section, who is able to demonstrate an
experienced and completed project record satisfactory to the Architect.
B. Assume responsibility of the quality of materials and workmanship required for the execution of the
work.
C. Guarantee all materials and workmanship for a period of two (2) years after the final acceptance of
the work, and, if during this period and defects of faulty materials are found, immediately upon
notification of the Owner's representative, proceed at own expense to remedy the condition together
with any damage to the surrounding finishes or furnishings occurring as a result of the defect.
D. Defects include but are not necessarily limited to:
1. Detachment of anchors from the sign substrates.
2. Delamination or discoloration of adhesives and painted or other coatings.
3. Deformation of exposed sign surfaces.
1.4 SUBMITTALS
A. Product Data: Submit manufacturer's specification including paint label analysis, application
instructions for each material specified, and instructions for handling, storage, installation,
protection, and maintenance of each product.
B. Shop Drawings: Shop drawings shall be submitted to the Architect in the following manner:
1. One (1) sepia and one (1) blueline print of each drawing.
C. Schedule: Upon successful bidder receiving award of contract, he shall prepare the following within
ten (10) working days:
1. Complete schedule of shop drawing and sample submittal dates.
2. Complete schedule of Sign Package Production presuming ten (10) working days for
Architect's review of shop drawings and samples (from submittal dates).
D. Manufacturer's Installation Instructions: Submit installation template and attachment devices.
01272101 SPECIALTY SIGNS 10440 - 1
03/02
1.5 SAMPLES
A. Submit full size samples on actual materials and with actual colors, as specified, for the following
sign type drawings to the Architect for approval. Where feasible, approved samples may be included
in the work. Paint samples shall be 8" x 10" and clearly identified on backside.
1. Sign Type 11.
2. Sign Type 12.
3. Sign Type 13.
4. Sign Type 14.
5. Sign Type 15.
6. Sign Type 16.
1.6 COORDINATION
A. Furnish information to and coordinate with related trades to assure a satisfactory completion of the
work. In all cases where installation of mounting hardware involves other trades, all coordination
with other trades shall be through the General Contractor. Furnish hardware, templates, and
instructions at the appropriate time.
1.7 PERMITS
A. Obtain and pay for all permits required for execution of the work.
PART 2 - PRODUCTS
2.1 CONFORMANCE TO REQUIREMENTS
A. Products shall conform to the requirements specified for the particular item; and where these
requirements are not specified in detail, the materials shall be suitable for the intended usage of the
item. The materials listed below shall conform to the respective specifications and other
requirements as designated below.
2.2 MATERIALS
A. Provide colors, finishes, and materials as shown or specified.
B. Acrylic: Acrylic sign finish shall be smooth, free of scratches, gouges, air bubbles, bulging, glass
fiber strands between surface and background color, foreign matter, and other imperfections.
Plexiglas manufactured by Atohaas, Independence Mall West, 6'b and Market Street, Philadelphia,
Pennsylvania 19106. Acrylic manufactured by American Cyramid or equal. Matte finish.
C. Vinyl die -cuts: 3M "Scotchcal" or approved equal.
D. Aluminum: All aluminum specified shall have a color or finish as noted. Panel signs shall use
thickness which will prevent oil canning or any other unevenness.
E. Hardware:
1. All mountings and assemblies shall be executed in a concealed fashion.
2. Anchors, inserts, and fasteners shall be compatible with sign materials, shall not result in
galvanic action or chemical interaction of adhesives and shall have demonstrative and
sufficient strength for intended use.
01272101 SPECIALTY SIGNS 10440 - 2
03/02
! F. Paint:
1. For sign boards, sign posts, and sign structures: Imron 5000 by Dupont or approved equal.
a. Include paint system complete with substrate cleaner(s) , primers and finish coating as
required by metal manufacturer and paint manufacturer to meet contract requirements.
b. Sheen: eggshell.
C. Provide a minimum of two coats, allowing proper curing time between coats.
d. Apply with spray equipment.
e. Colors: Provide colors to match those shown on the drawings.
2. Steel Posts and Structures: Benjamin Moore or approved equal.
G. Fiber Reinforced Polyester — Fiber reinforced polyester panels reinforced with encapsulated
impact -resistant polyurethane cores.
1. Apply glare -free coatings with ultraviolet — light inhibitors to a minimum thickness of two
mils.
2. Molded faces with a minimum thickness of 1/8", 3/16" radiused edges.
H. Adhesives:
1. Silicone adhesive: "GE 1300" or equivalent clear adhesive.
2. "3M" or equivalent.
a. Foam -cored, double -sided tape suitable for use in an exterior environment.
3. Ensure adhesives are compatible with sign and substrate materials and finishes.
I. Reflective Sheeting:
1. 3M "Scotchlite" High Intensity Grade, Pressure Sensitive, or approved equal, color as
indicated on drawings.
2.3 FABRICATION AND MANUFACTURE
A. Verification: Contractor shall verify and be responsible for all dimensions and conditions shown by
these drawings. Written dimensions on the drawings shall have precedence over scaled dimensions.
B. Notification: The Architect shall be notified of any discrepancies in the drawings or Graphic
Schedule, in field dimensions or conditions and/or changes required in construction details.
C. Fabricate signs to allow for adequate clearances around perimeter of system to enable proper
installation. Fabricate to allow for thermal movement.
D. Provide structural reinforcing within signs as required to maintain rigidity and to accommodate
design loads.
E. Fit and assemble the work at the shop to the greatest extent possible. Disassemble only as required
for shipment and erection.
F. Design Intent: Details on the drawings are intended to establish the exterior appearance of the work.
Contractor may change the interior construction shown to conform to his/her shop practice, in a
manner that does not conflict with other portions of the specification.
G. Visible screwheads and fasteners shall occur only at locations indicated on the drawings and
approved submittals.
H. Ensure that all edges and comers of finished letterforms and graphics are true and clean. Do not use
letterforms and graphics with rounded positive or negative corners, nicked, cut, or ragged edges.
I. Finish and paint all corners and edges of sign plaques. All corners and edges are to be eased.
2.4 GRAPHICS APPLICATION
A. Typeface: Use Futura bold and Futura Medium as indicated by the drawings and the Sign Schedule.
B. Original Artwork: Original art shall be defined as artwork that is a first generation reproduction of
the specified art. Edges and comers shall be clean; rounded comers, cut or ragged edges, edge
build-up, bleeding or surface pinholes will not be accepted. Artwork will be provided where noted.
01272101 SPECIALTY SIGNS 10440 - 3
03/02
C. Colors: Colors are specified on the Sign Detail Drawings.
D. Labels: No labels or any form of identification other than shown or specified in the Sign Schedule
shall appear anywhere on any signs.
PART 3 - EXECUTION
3.1 INSPECTION
A. Inspect conditions of locations and surfaces on which signs will be installed. Do not proceed with
installation until defects or errors have been corrected.
3.2 WALK THROUGH
A. The Sign Contractor is to arrange a meeting with the Architect at the site for the final location and
alignment of all sign elements.
3.3 INSTALLATION
A. Install signs at locations shown on drawings. Ensure that signs are installed plumb and true, at
mounting heights indicated, and by method shown or specified. Successful bidder to notify the
Architect within ten (10) days of award of contract of installation schedule.
3.4 PROTECTION
A. Protect the work and adjacent work and materials against damage during progress of the work until
completion. Wrap finished work with paper, polyethylene film, or strippable waterproof tape for
shipment and storage, and protect from damage during installation.
3.5 ADJUST AND CLEAN
A. Repair any damage to signs incurred during installation to the satisfaction of the Architect. Replace
signs which cannot be repaired to new condition. Clean glass and other sign surfaces and adjust
hardware for proper operation. Remove sign waste and debris from site. Signage Contractor shall
arrange with the General Contractor for use of his/her waste receptacles.
PART 4 - SIGN SCHEDULE
4.1 DESCRIPTION OF THE SIGN SCHEDULE
A. The Sign Schedule lists the identification, quantity, and message(s) of every sign for the work and
shows where to find other pertinent information regarding each sign. Quantities, references, and
remarks shown on the Sign Schedule shall have precedence over drawings. If discrepancies in
quantity are found between the specifications and the drawings, the Architect shall be notified at
once.
4.2 SIGN TYPE
A. Each sign is identified by type and an item number (A.01).
01272101 SPECIALTY SIGNS 10440 - 4
03/02
4.3
A.
4.4
A.
4.5
A.
4.6
A.
4.7
A.
COPY AND GRAPHICS (MESSAGE)
The copy and graphics for each sign is shown in the Sign Schedule approximately as they shall
appear and shall be upper and lower case or all capital letters as shown in the Sign Details. Symbols
or diagrams, when they occur, are indicated in the Sign Schedule and illustrated in the Sign Details.
SHEET/DETAIL
Refer to the construction detail or details and the graphic layout details for each sign. The number
identifies the page the drawing is on.
QUANTITY
Quantity shown is that of each sign on each location drawing. In some cases, attic stocks of small
signs may be requested, in addition to the initial required quantity.
LOCATION NUMBER
Identifies a particular sign location on the sign location plan.
COPY CHANGES.
The Architect and/or Client may make changes and/or adjustments to the grids shown on the
drawings, prior to sign fabrication, with no additional payment to Contractor, provided there is no
increase in the total amount of graphic items (i.e., arrows, symbols, copy, etc.) shown.
PART 5 - PRICING
5.1 BID BREAKDOWN
A. The bid shall be put together so that the signs are included in the lump sum price.
01272101
03/02
END OF SECTION
SPECIALTY SIGNS
10440 - 5
SECTION 16000
BASIC ELECTRICAL METHODS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions
and Division 1 - General Requirements apply to Work of this Section.
1.2 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS
A. Regulatory Agencies: Installation, materials, equipment and workmanship shall conform to the
applicable provisions of the following:
B. National Electrical Code (NEC)
C. National Electrical Safety Code (NESC)
D. Terms and conditions of the electrical utility and other authorities having lawful jurisdiction
pertaining to the work required.
E. All temperature control wiring and associated conduit and boxes, shall be provided under other
sections of the specifications. All power and control wiring, not identified under Division 15, shall
be provided under Division 16.
F. The work covered by Division 16 of the Specifications includes the furnishing of all materials, labor,
transportation, tools, permits, and fees for the complete installation of all electrical work required
in the Contract Drawings.
G. In the event that additional or special construction is required, the Contractor is responsible for
providing all material and equipment which are usually furnished with such construction in order
to complete the installation, whether indicated or not.
H. The contractor shall familiarize himself with the existing conditions of the site and advise the
Architect of any discrepancy or conflict prior to bidding.
I. The contractor shall be responsible for all permits, fees, and licenses required for the project. All cost
of such permits or fees shall be included in the bid.
J. All equipment and material shall be installed in accordance with the applicable manufacturer's
recommendations and standards.
K. Contractor shall be responsible for coordinating with the utility service provider to verify all
locations, routing, equipment and labor that will be furnished as a part of this contract.
L. Any fees or charges associated with delivering permanent power for the project shall be included
in the Contractor's bid.
1.3 SUBMITTALS
A. The intent of this section is to give general submittal information, refer to specific submittal
{ information in the subsequent mechanical sections.
J B. Within 10 days after award of the contract, and before orders are placed, Contractor shall submit
specific information on list of equipment and principal materials specified. Contractor shall indicate
{ and/or provide names of manufacturers, catalog and model numbers, cut sheets, and such other
J) supplementary information as necessary for evaluation. Minimum of six (6) copies, or as directed
by the Engineer, of each shall be submitted and shall include all items mentioned by model number
and/or manufacturer's name in the specifications or in schedules on the drawings.
01272101 BASIC ELECTRICAL METHODS 16000 - 1
03/02
I
C. Requirements for each submittal:
1. Bear a dated stamp or specific written indication that the Contractor has reviewed and
approved all submittal prior to submission to Engineer.
2. Have all information deleted by Contractor that pertains to the means and methods of
construction or to fabrication, assembly, installation, or erection (approval by Engineer shall
not extend to these areas unless specifically noted by Engineer).
3. Be clearly and SPECIFICALLY marked as to which specific piece of equipment is being
submitted, by use of a permanent marker, stamp, etc., so as to distinguish it from other pieces
of equipment that may occur on the same page.
4. Be clearly marked as to which available options are being submitted that are associated with
a piece of equipment.
5. Be complete with respect to quantities, dimensions, specific performance, materials, and
similar data to enable the Engineer to review the proposed equipment.
Omission by Contractor of any of the above requirements or submittals will subject submittal
to automatic rejection without review.
Any submittals received by Engineer that were not requested shall be returned without review
of any kind.
PART 2 - PRODUCTS
2.1 EQUIPMENT REQUIREMENTS
A. The electrical requirements for equipment specified or indicated on the drawings are based on
information available at the time of design. If equipment furnished for installation has electrical
requirements other than indicated on the electrical drawings, the Contractor shall make any required
changes to wire and conduit size, controls, overcurrent protection and installation as required to
accommodate the equipment supplied, without additional charge to the Owner. The complete
responsibility and costs for such adjustments shall be assigned to the respective section of this
specification under which the equipment is furnished.
2.2 MATERIALS
A. All similar materials and equipment shall be the product of the same manufacturer unless specified
otherwise.
B. Materials and equipment shall be the standard products of manufacturers regularly engaged in the
production of such material and shall be the manufacturer's current and standard design.
C. Altitude: Equipment affected by altitude shall perform satisfactorily for the function intended at the
altitude of the project site.
D. Detectable Warning Tape: Acid and alkali -resistant polyethylene film warning tape manufactured
for marking and identifying underground utilities, minimum 6" wide and 4 mils thick, continuously
inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion
protection, detectable by metal detector when tape is buried up to 30" deep; colored as follows:
1. Red: Electric.
2. Yellow: Gas, oil, steam, and dangerous materials.
3. Orange: Telephone and other communications.
4. Blue: Water systems.
5. Green: Sewer systems.
01272101 BASIC ELECTRICAL METHODS 16000 - 2
03/02
E. Backfill Material
1. Material 4" below and 12" above pipes and conduit shall be natural or manufactured sand
complying to ASTM C 33.
2. Material more than 12" above pipes and conduits shall be sand indicated above or native fill
free of rock or gravel larger than 3/8" in any dimension, debris, waste, frozen materials,
vegetation, and other deleterious matter.
PART 3 - EXECUTION
3.1 GENERAL
4 A. Fabrication, erection and installation of the complete electrical system shall be done in accordance
- with accepted good practice by qualified personnel experienced in such work and shall proceed in
an orderly manner so as not to impede the progress of the project. The Electrical Contractor shall
check all areas and surfaces where electrical equipment material is to be installed, removed or
"xd relocated and report any unsatisfactory conditions before starting work. Commencement of work
signifies this Contractor's acceptance of existing conditions. In the acceptance or rejection of the
finished installation, no allowance will be made for lack of skill on the part of workmen. Surfaces
requiring coatings will be completed prior to installation of any electrical work on these surfaces.
B. The electrical drawings are diagrammatic. The installation requirements shall be carefully
coordinated and shall be adjusted to avoid conflict.
C. The locations of electrical equipment is approximate and are not intended to convey the exact details
and mounting of location. Exact locations are to be field determined by actual measurements.
D. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective
insulating materials as necessary.
E. Excavation for Pipe and Conduit
1. Excavate trenches to indicated gradients, lines, depths, and elevations.
2. Excavate trenches to uniform widths to provide a working clearance on each side of pipe or
conduit. Excavate trench walls vertically from trench bottom to 12" higher than top of pipe
or conduit, unless otherwise indicated.
3. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support
of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and
barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and
sharp objects along trench subgrade.
' a. For pipes and conduit less than 6" in nominal diameter and flat-bottomed, multiple -
duct conduit units, hand excavate trench bottoms and support pipe and conduit on an
undisturbed subgrade.
b. For pipes and conduit 6" or larger in nominal diameter, shape bottom of trench to
support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand
( backfill.
C. Excavate trenches 4" deeper than elevation required in rock or other unyielding bearing
material to allow for bedding course.
4. Place backfill and fill materials in layers not more than 8" in loose depth for material
compacted by heavy compaction equipment, and not more than 4" in loose depth for material
compacted by hand -operated tampers.
5. Compact soil to not less than the following percentages of maximum dry unit weight
according to ASTM D 698:
a. Under structures, building slabs, steps, and pavements, scarify and recompact top 12"
of existing subgrade and each layer of backfill or fill material at 95 percent.
01272101 BASIC ELECTRICAL METHODS 16000 - 3
y 03/02
b. Under walkways, scarify and recompact top 6" below subgrade and compact each layer
of backfill or fill material at 92 percent.
C. Under lawn or unpaved areas, scarify and recompact top 6" below subgrade and
compact each layer of backfill or fill material at 85 percent.
6. Install detectable warning tape above conduits and pipe, 12" below finished grade, except 6"
below subgrade under pavements and slabs.
7. Protection
a. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and
erosion. Keep free of trash and debris.
b. Repair and reestablish grades to specified tolerances where completed or partially
completed surfaces become eroded, rutted, settled, or where they lose compaction due
to subsequent construction operations or weather conditions.
1) Scarify or remove and replace soil material to depth as directed by Architect;
reshape and recompact.
C. Where settling occurs before Project correction period elapses, remove finished
surfacing, backfill with additional soil material, compact, and reconstruct surfacing.
1) Restore appearance, quality, and condition of finished surfacing to match
adjacent work, and eliminate evidence of restoration to the greatest extent
possible.
8. Disposal of Surplus and Waste Materials
a. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory
soil, trash, and debris, and legally dispose of it off Owner's property unless otherwise
directed by Owner.
b. Repair: Any damage to shrubs, grass or structures shall be repaired to previous
condition by Contractor at no additional expense to Owner.
3.2 PERFORMANCE TESTS
A. Thoroughly test all control circuits, fixtures, services and all circuits for proper operating condition
and freedom from grounds and short circuits before acceptance is requested. All equipment,
appliances and devices shall be operated under load conditions.
B. After the system installation is complete conduct operating tests for approval. When requested, test
all the wire, cable, devices and equipment after installation, to assure that all material continues to
possess all the original characteristics as required by governing codes and standards listed in these
specifications.
C. Furnish all instruments and labor for testing.
D. All material installed shall be listed, inspected, and approved by a nationally accepted testing
laboratory such as UL and/or ETL. All material shall bear the UL or ETL label where available.
3.3 SUBMITTAL AND APPROVAL OF MATERIALS
A. All requirements for submittals shall comply with the applicable provisions included in the
individual specification sections.
B. Unless identified as a sole source item, the listing of product manufacturers, catalog numbers, etc.,
on the drawings is intended to establish a standard of quality of the product. It is the responsibility
of the contractor to review all items he intends to submit. If equipment other than that indicated on
drawings is proposed by the contractor, the information will be reviewed at the time of the
submission of the submittal
END OF SECTION 16000
01272101 BASIC ELECTRICAL METHODS 16000 - 4
03/02
SECTION 16111
CONDUIT
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Metal conduit.
B. Flexible metal conduit.
C. Liquidtight flexible metal conduit.
D. Fittings and conduit bodies.
1.2 RELATED SECTIONS
A. Section 16130 - Boxes.
B. Section 16170 - Grounding and Bonding.
C. Section 16190 - Supporting Devices.
D. Section 16195 - Electrical Identification.
1.3 REFERENCES
A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated.
B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated.
C. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable
Assemblies.
D. ANSI/NFPA 70 - National Electrical Code.
E. NECA "Standard of Installation."
F. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing.
1.4 DESIGN REQUIREMENTS
A. Conduit Size: ANSI/NFPA 70.
1.5 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Product Data: Provide for metallic conduit, flexible metal conduit, liquidtight flexible metal conduit,
nonmetallic conduit, fittings and conduit bodies.
1.6 PROJECT RECORD DOCUMENTS
A. Submit under provisions of Section 01700.
B. Accurately record actual routing of conduits.
01272101 CONDUIT 16111 - 1
03/02
1.7 REGULATORY REQUIREMENTS
A. Conform to requirements of ANSI/NFPA 70.
B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose
specified and shown.
1.8 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, protect, and handle Products to site under provisic�in of Section 01600.
B. Accept conduit on site. Inspect for damage.
C. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate
covering.
D. Protect PVC conduit from sunlight.
1.9 PROJECT CONDITIONS
A. Verify that field measurements are as shown on Drawings.
B. Verify routing and termination locations of conduit prior to rough -in.
C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as
required to complete wiring system.
PART 2-PRODUCTS
2.1 CONDUIT REQUIREMENTS
A. Minimum Size: 3/4 inch unless otherwise specified.
B. Wet and Damp Locations above grade: Use rigid steel or liquid tight flexible conduit.
C. Dry Locations: Use electrical metallic tubing for concealed and exposed locations.
D. Below Slab: Non metallic PVC conduit is acceptable within limitations specified.
E. Below Grade: Use only PVC coated rigid galvanized steel, wrapped rigid steel, or non metallic PVC
conduit within limitations specified.
F. MC Cable: Shall not be utilized on this project.
2.2 METAL CONDUIT
A. Manufacturers:
1. Allied
2. Wheatland
3. Substitutions: Under provisions of Section 01600.
B. Rigid Steel Conduit: ANSI C80.1.
C. Intermediate Metal Conduit (IMC): Rigid steel.
D. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel fittings.
2.3 FLEXIBLE METAL CONDUIT
A. Manufacturers:
1. Greenfield
2. Electri-Flex
01272101 CONDUIT 16111 - 2
03/02
3. Allied Tube
4. Substitutions: Under provisions of Section 01600.
B. Description: Interlocked steel construction. Aluminum is not permitted.
C. Fittings: ANSI/NEMA FB 1 with fittings approved for steel flex.
D. Applications: Utilization of 3/8" in lieu of the minimum 2" is acceptable under the limitations of the
National Electrical Code.
2.4 LIQUIDTIGHT FLEXIBLE METAL CONDUIT
A. Manufacturers:
1. Ultatite
2. Electri-flex
3. Substitutions: Under provisions of Section 01600.
B. Description: Interlocked steel construction with PVC jacket.
C. Fittings: ANSI/NEMA FB 1.
D. Applications: Liquidtight flexible metal conduit shall not be used in this project.
2.5 PVC COATED METAL CONDUIT
A. Manufacturers:
1. Levy
2. Robroy Industries
3. Substitutions: Under provisions of Section 01600.
B. Description: NEMA RN-1, rigid steel conduit with external PVC coating, 20 mil thick.
C. General: Protective layer may be factory applied or galvanized rigid steel conduit may be applied
with two layers of corrosion resistant tape.
D. Fittings and Conduit Bodies: ANSI/NEMA FB 1; steel fittings with external PVC coatings to match
conduit.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install conduit in accordance with NECA "Standard of Installation."
B. Install nonmetallic conduit in accordance with manufacturer's instructions.
C. Arrange supports to prevent misalignment during wiring installation.
D. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers,
and split hangers.
E. Group related conduits; support using conduit rack. Construct rack using steel channel.
F. Fasten conduit supports to building structure and surfaces under provisions of Section 16190.
G. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports
H. Arrange conduit to present neat appearance.
1. Maintain adequate clearance between conduit and piping.
J. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding
104 degrees F.
K. Cut conduit square using saw or pipecutter; de -burr cut ends.
L. Bring conduit to shoulder of fittings; fasten securely.
M. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet
locations and to cast boxes.
01272101 CONDUIT 16111 - 3
03/02
N. Install no more than equivalent of three 90-degree bends between boxes. Use conduit bodies to make
sharp changes in direction, as around beams. Use factory elbows for bends in metal conduit larger
than 2 inch size.
O. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system.
P. Provide suitable pull string in each empty conduit except sleeves and nipples.
Q. Use suitable caps to protect installed conduit against entrance of dirt and moisture.
R. Ground and bond conduit under provisions of Section 16170.
S. Identify conduit under provisions of Section 16195.
T. Ducts shall be cleaned with an flexible mandrel assembly.
U. All conduits passing vertically through slabs on grade shall be PVC -coated, rigid steel or WC. Rigid
steel and IMC conduits shall be applied with protective coatings as indicated herein.
V. Underground branch circuit extensions to site lighting, roadway lighting fixtures and other branch
circuits may be direct buried PVC conduit.
W. Minimum cover for underground conduits shall be 36 inches unless otherwise noted.
END OF SECTION 16111
01272101 CONDUIT 16111 - 4
03/02
i
I
SECTION 16123
WIRE AND CABLE
PART 1 - GENERAL
s 1.1
SECTION INCLUDES:
A.
Wire and cable.
B.
Wiring connectors and connections.
1.2
7
RELATED SECTIONS:
A.
Section 16195 - Electrical Identification.
1.3
REFERENCES:
A.
Section 01400 - Quality Control: Requirements for references and standards.
B.
NECA Standard of Installation (National Electrical Contractors Association).
C.
NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and
Systems (International Electrical Testing Association).
D.
NFPA 70 - National Electrical Code.
1.4
SUBMITTALS FOR REVIEW:
A.
Section 01300 - Submittals: Procedures for submittals.
B.
Product Data: Provide for each cable assembly type.
r 1.5
SUBMITTALS FOR INFORMATION:
A.
Section 01300 - Submittals: Procedures for submittals.
B.
Test Reports: Indicate procedures and values obtained.
C.
Manufacturer's Installation Instructions: Indicate application conditions and limitations of use
stipulated by product testing agency specified under Regulatory Requirements.
ii 1.6
SUBMITTALS AT PROJECT CLOSEOUT:
A.
Section 01700 - Contract Closeout: Procedures for submittals.
B.
Project Record Documents: Record actual locations of components and circuits.
1.7
QUALIFICATIONS:
A. Manufacturer: Company specializing in manufacturing products specified in this Section with
j minimum three years documented experience.
i
�01272101
03/02
WIRE AND CABLE
16123 - 1
1.8 REGULATORY REQUIREMENTS:
A. Conform to NFPA 70.
B. Furnish products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose
specified and indicated.
1.9 FIELD SAMPLES:
A. Provide under provisions of Section 011 400.
1.10 PROJECT CONDITIONS:
A. Section 01039 - Coordination and Meetings.
B. Verify that field measurements are as indicated.
C. Conductor sizes are based on copper.
D. Wire and cable routing indicated is approximate unless dimensioned.
1.11 COORDINATION:
A. Coordinate Work under provisions of Section 01039.
B. Where wire and cable destination is indicated and routing is not shown, determine exact routing and
lengths required.
PART 2 - PRODUCTS
2.1 BUILDING WIRE:
A. Manufacturers:
1. Southwire.
2. American Cable.
3. Houston Wire and Cable.
4. Substitutions: Refer to Section 01600 - Material and Equipment.
B. Description: Single conductor insulated wire.
C. Conductor: Copper.
D. Insulation Voltage Rating: 600 volts.
E. Insulation: NFPA 70, Type indicated herein.
F. MC Cable: Shall not be utilized on this project.
2.2 WIRING CONNECTORS:
A. Split Bolt Connectors:
1. 11sco.
2. Buchanan.
3. Burndy.
4. Substitutions: Refer to Section 01600 - Material and Equipment.
01272101 WIRE AND CABLE 16123 - 2
03/02
B. Solderless Pressure Connectors:
1. Ilsco.
2. Buchanan.
3. Burndy.
4. Substitutions: Refer to Section 01600 - Material and Equipment.
C. Spring Wire Connectors:
1. Ideal.
2. Substitutions: Refer to Section 01600 - Material and Equipment.
D. Compression Connectors:
I. Ilsco.
2. Buchanan.
3. Bumdy.
4. Substitutions: Refer to Section 01600 - Material and Equipment.
PART 3 - EXECUTION
3.1 EXAMINATION:
A. Section 01039 - Coordination and Meetings: Verification of existing conditions before starting work.
B. Verify that all work likely to damage wire and cable has been completed.
3.2 PREPARATION:
A. Completely and thoroughly swab raceway before installing wire.
3.3 WIRING METHODS:
A. Exterior Locations: Use only building wire, Type THW, THHN/THWN or XHHW insulation, in
raceway.
B. Use wiring methods indicated.
3.4 INSTALLATION:
A. Section 01400 - Quality Control: Manufacturer's instructions.
B. Route wire and cable as required to meet Project Conditions.
C. Install cable in accordance with the NECA "Standard of Installation."
D. Use solid conductor for feeders and branch circuits 10 AWG and smaller.
E. Use stranded conductors for control circuits.
F. Use conductor not smaller than 14 AWG for control circuits.
G. Use 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 100 feet and as
indicated on the drawings.
H. Install all conductors in conduit.
I. Pull all conductors into raceway at same time.
J. Use suitable wire pulling lubricant for building wire 4 AWG and larger.
K. Protect exposed cable from damage.
L. All cables shall be neatly supported.
M. Use suitable cable fittings and connectors.
N. Neatly train and lace wiring inside boxes and panelboards.
O. Clean conductor surfaces before installing lugs and connectors.
01272101 WIRE AND CABLE 16123 - 3
03/02
P. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible
temperature rise.
Q. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape uninsulated
conductors and connector with electrical tape to 150 percent of insulation rating of conductor.
R. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8
AWG and smaller.
S. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps,
10 AWG and smaller.
T. Identify and color code wire and cable under provisions of Section 16195. Identify each coanductor
with its circuit number or other designation indicated.
U. The number of conductors in each conduit run shall be limited to the requirements as indicated on
the drawings and indicated in Article 310-15 of the 1999 National Electrical Code.
3.5 FIELD QUALITY CONTROL:
A. Section 01400 - Quality Control: Field inspection, testing and adjusting.
B. Inspect and test in accordance with NETA ATS, except Section 4.
C. Perform inspections and tests listed in NETA ATS, Section 7.3.1.
END OF SECTION 16123
01272101 WIRE AND CABLE 16123 - 4
03/02
SECTION 16130
BOXES
PART 1 - GENERAL
1.1 SECTION INCLUDES:
A. Pull and junction boxes.
1.2 RELATED SECTIONS:
A. Section 16123 — Wire and Cable.
1.3 REFERENCES:
A. NECA - Standard of Installation.
B. NEMA FB 1 -Fittings and Supports for Conduit and Cable Assemblies.
C. NEMA OS 1 - Sheet -steel Outlet Boxes, Device Boxes, Covers, and Box Supports.
D. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum).
E. NFPA 70 - National Electrical Code.
1.4 SUBMITTALS FOR CLOSEOUT:
A. Section 01700 - Contract Closeout: Submittals for Project closeout.
B. Record actual locations and mounting heights of pull and junction boxes on project record
documents.
1.5 REGULATORY REQUIREMENTS:
A. Conform to requirements of NFPA 70.
B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the
purpose specified and indicated.
PART2-PRODUCTS
_ } 2.1 PULL AND JUNCTION BOXES:
j A. Sheet Metal Boxes: NEMA OS 1, galvanized steel.
B. Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat -flanged, surface mounted junction box:
C. Material: Galvanized cast iron.
D. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws.
1
i
I
01272101 BOXES 16130 - 1
03/02
PART 3 - EXECUTION
3.1 INSTALLATION:
A. Install boxes in accordance with NECA "Standard of Installation."
B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling and
compliance with regulatory requirements.
C. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Adjust box
location up to 10 feet if required to accommodate intended purpose.
D. Orient boxes to accommodate wiring devices oriented as specified in Section 16140.
E. Install flush mounting box without damaging wall insulation or reducing its effectiveness.
F. Support boxes independently of conduit.
G. Use gang box where more than one device is mounted together. Do not use sectional box.
H. Install pullboxes as required along conduit runs to facilitate conductor pulling.
3.2 INTERFACE WITH OTHER PRODUCTS:
A. Coordinate installation of outlet box for equipment connected under Section 16180.
3.3 ADJUSTING:
A. Section 01700 - Contract Closeout: Adjusting installed work.
B. Adjust flush -mounting outlets to make front flush with finished wall material.
C. Install knockout closures in unused box openings.
3.4 CLEANING:
A. Section 01700 - Contract Closeout: Cleaning installed work.
B. Clean interior of boxes to remove dust, debris, and other material.
C. Clean exposed surfaces and restore finish.
3.5 REPAIR:
A. Repair any areas or surfaces damaged during conduit installation.
END OF SECTION 16130
01272101 BOXES 16130 - 2
03/02
SECTION 16140
!
I
WIRING DEVICES
PART 1 - GENERAL
1.1
SECTION INCLUDES
i
A.
1:
Receptacles.
B.
Device plates.
1.2
RELATED SECTIONS
A.
Section 16130 - Boxes.
r
a
1.3
REFERENCES
A.
NECA - Standard of Installation.
i
B.
NEMA WD 1 - General Requirements for Wiring Devices.
C.
NEMA WD 6 - Wiring Device -- Dimensional Requirements.
D.
NFPA 70 - National Electrical Code.
1.4
QUALIFICATIONS
A.
Manufacturer: Company specializing in manufacturing the Products specified in this section with
minimum three years documented experience.
1.5
REGULATORY REQUIREMENTS
A.
Conform to requirements of NFPA 70.
B.
Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose
specified and indicated.
PART 2 - PRODUCTS
j
2.1
RECEPTACLES
A.
Manufacturers:
1. General Electric Model 5362-2.
1 , .
2. Hubbel Model 5362-I.
3. P & S Model 5362-I.
4. Or approved equal.
B.
Description: NEMA WD 1, Specification Grade general use receptacle.
C.
Device Body: Ivory plastic.
D.
Configuration: NEMA WD 6, type as specified and indicated.
j
E.
GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet
regulatory requirements. All outdoor receptacles shall be GFCI with weatherproof cover.
01272101
WIRING DEVICES 16140 - 1
03/02
PART 3 - EXECUTION
3.1 EXAMINATION
A. Section 01039 - Coordination and Meetings: Verification of existing conditions prior to beginning
work.
B. Verify that outlet boxes are installed at proper height.
3.2 PREPARATION
A. Clean debris from outlet boxes.
3.3 INSTALLATION
A. Install in accordance with NECA "Standard of Installation."
B. Install devices plumb and level.
C. Install receptacles with grounding pole on top.
D. Connect wiring device grounding terminal to branch circuit equipment grounding conductor.
E. Connect wiring devices by wrapping conductor around screw terminal.
3.4 INTERFACE WITH OTHER PRODUCTS
A. Coordinate locations of outlet boxes provided under Section 16130.
3.5 FIELD QUALITY CONTROL
A. Inspect each wiring device for defects.
B. Verify that each receptacle device is energized.
C. Test each receptacle device for proper polarity.
D. Test each GFCI receptacle device for proper operation.
3.6 ADJUSTING
A. Adjust devices to be flush and level.
3.7 CLEANING
A. General Conditions - Contract Closeout: Cleaning installed work.
B. Clean exposed surfaces to remove splatters and restore finish.
END OF SECTION
01272101 WIRING DEVICES 16140 - 2
03/02
rsf*�
i
SECTION 16170
GROUNDING AND BONDING
PART I - GENERAL
1.1 SECTION INCLUDES
A. Grounding electrodes and conductors.
B. Equipment grounding conductors.
C. Bonding.
1.2 REFERENCES
A. Section 01400 - Quality Control: Requirements for references and standards.
B. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and
Systems (International Electrical Testing Association).
C. NFPA 70 - National Electrical Code.
1.3 GROUNDING SYSTEM DESCRIPTION
A. Rod electrodes.
1.4 PERFORMANCE REQUIREMENTS
A. Grounding System Maximum Resistance: 10 ohms.
1.5 SUBMITTALS FOR REVIEW
A. Section 01300 - Submittals: Procedures for submittals.
B. Product Data: Provide for grounding electrodes and connections.
1.6 SUBMITTALS FOR CLOSEOUT
A. Section 01700 - Contract Closeout: Procedures for submittals.
B. Project Record Documents: Record actual locations of components and grounding electrodes.
C. Certificate of Compliance: Indicate approval of installation by authority having jurisdiction.
1.7 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing the Products specified in this section with
minimum three years documented experience, and with service facilities within 100 miles of Project.
1.8 REGULATORY REQUIREMENTS
A. Conform to requirements of NFPA 70.
B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose
specified and indicated.
01272101
03/02
GROUNDING AND BONDING
16170-1
PART2-PRODUCTS
2.1 ROD ELECTRODES
A. Material: Copper.
B. Diameter: 5/8 inch.
C. Length: 8 feet.
2.2 MECHANICAL CONNECTORS
A. Material: Bronze.
2.3 EXOTHERMIC CONNECTIONS
A. Manufacturers: Cadweld.
A. Material: Stranded copper.
B. Grounding Electrode Conductor: Minimum size to meet NFPA 70 requirements or as indicated on
the drawings.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Section 01039 - Coordination and Meetings: Verification of existing conditions prior to beginning
work.
B. Verify that final backfill and compaction has been completed before driving rod electrodes.
3.2 INSTALLATION
A. Section 01400 - Quality Control: Manufacturer's instructions.
B. Install rod electrodes. Install additional rod electrodes as required to achieve a resistance to ground
of 10 ohms or less. Rods shall be installed with a minimum separation of 6 feet.
C. Provide bonding to meet Regulatory Requirements.
D. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and
.branch circuit raceway. Terminate each end on suitable lug, bus, or bushing.
E. Grounding Electrode System: The new grounding electrode system shall consist of supplemental
ground rods as detailed on the drawings.
F. Provide proper bonding of the electrical system's grounded conductor (neutral) and the grounding
electrode system sized in accordance with N.E.C. Article 250.
01272101 GROUNDING AND BONDING 16170 - 2
03/02
3.3 FIELD QUALITY CONTROL
A. Section 01400 - Quality Assurance: Field inspection, testing, adjusting.
B. Inspect and test in accordance with NETA ATS, except Section 4.
C. Perform inspections and tests listed in NETA ATS, Section 7.13.
END OF SECTION 16170
01272101
03/02
GROUNDING AND BONDING
16170 - 3
SECTION 16190
SUPPORTING DEVICES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions
and Division 1 - General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Conduit and equipment supports.
B. Anchors and fasteners.
1.3 REFERENCES
A. NECA - National Electrical Contractors Association.
B. ANSI/NFPA 70 - National Electrical Code.
1.4 REGULATORY REQUIREMENTS
A. Conform to requirements of ANSI/NFPA 70.
B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose
specified and shown.
PART 2 PRODUCTS
2.1 PRODUCT REQUIREMENTS
A. Materials and Finishes: Provide adequate corrosion resistance.
B. Provide materials, sizes, and types of anchors, fasteners and supports to cant' the loads of equipment
and conduit. Consider weight of wire in conduit when selecting products.
C. Anchors and Fasteners:
1. Concrete Structural Elements: Use expansion anchors, powder actuated anchors and preset
inserts.
2. Steel Structural Elements: Use beam clamps, spring steel clips and steel ramset fasteners.
3. Concrete Surfaces: Use self -drilling anchors and expansion anchors.
4. Sheet Metal: Use sheet metal screws.
5. Wood Elements: Use wood screws.
01272101
03/02
SUPPORTING DEVICES
16190 - 1
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install products in accordance with manufacturer's instructions.
B. Provide anchors, fasteners, and supports in accordance with NECA "Standard of Installation".
C. Fabricate supports from structural steel as indicated on drawings. Rigidly weld members or use
hexagon head bolts to present neat appearance with adequate strength and rigidity. Use lock washers
under all nuts.
D. Install conduit supports a maximum spacing specified in the NEC.
END OF SECTION 16190
01272101 SUPPORTING DEVICES 16190 - 2
03/02
-o
SECTION 16195
ELECTRICAL IDENTIFICATION
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions
and Division 1 - General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Nameplates and labels.
B. Wire and cable markers.
1.3 REFERENCES
A. ANSI/NFPA 70 - National Electrical Code.
PART 2 - PRODUCTS
2.1 NAMEPLATES AND LABELS
A. Nameplates and Labels: Engraved three -layer laminated plastic, white letters on black background.
B. Locations:
1. Each electrical distribution and control equipment enclosure.
2. Communication cabinets, and computer cabinets.
3. Field disconnects, start stop stations, control panels.
C. Letter Size:
1. Use 1/4 inch letters for identifying individual equipment and loads.
2. Use 1/4 inch letters for identifying grouped equipment and loads.
3. Use 3/8 inch letters for identifying Main Disconnect equipment.
2.2 WIRE/CONDUITBOX MARKERS
A. Description: Brady B-321 Heat -Shrink Polyolefin markers. Typed label to identify each termination
end point of the conductor. DC conductors shall identify polarity.
B. Locations: Each conductor at wireway, pull boxes and junction boxes, and each load connection. All
conduit penetrations identifying the location of each end.
C. Legend:
1. Lighting Circuits: Branch circuit or feeder number indicated on drawings.
D. Boxes:
1. Label each junction box in accessible locations to indicate the type of system
01272101 ELECTRICAL IDENTIFICATION 16195 - 1
03/02
PART 3 - EXECUTION
3.1 PREPARATION
A. Degrease and clean surfaces to receive nameplates and labels.
3.2 APPLICATION
A. Install nameplate and label parallel to equipment lines.
B. Secure nameplate to equipment front using screws or rivets.
C. Identify underground conduits using underground warning tape. Install one tape per trench at
12 inches below finished grade. Identify all conduit at exposed locations into all boxes, cabinets, etc.
(see specification Section 16000)
D. Identify all conductors at every termination indicating endpoints of termination and tag identification
as required.
E. Color coding for phase identification:
120/208 volts
Phase
277/480 volts
Black
A
Brown
Red
B
Orange
Blue
C
Yellow
White
Neutral
Gray
Green
Ground
Green
Conductor phase and voltage identification shall be made by color -coded insulation for all
conductors smaller than No. 6 AWG. For conductors No. 6 AWG and larger, identification shall
be made by color -coded insulation, or conductors with black insulation may be furnished and
identified by colored electrical tape. Conductor identification shall be provided within each
enclosure where a tap, splice, or termination is made.
END OF SECTION 16195
01272101 ELECTRICAL IDENTIFICATION 16195 - 2
03/02
SECTION 16421
UTILITY SERVICE ENTRANCE
PART 1
- GENERAL
1.1
SECTION INCLUDES
I
A.
Service pole.
B.
Metering transformer cabinets.
C.
Meter bases.
1.2
REFERENCES
A.
NECA Standard of Installation (National Electrical Contractors Association).
-
B.
NFPA 70 - National Electrical Code.
4�
1.3
SYSTEM DESCRIPTION
,
A.
System Characteristics: As indicated on drawings.
B.
Service Entrance: As indicated on drawings.
1.4
SUBMITTALS FOR REVIEW
{
A.
Electric Meter Cabinet, if required.
B.
Mounting structure for metering, disconnect and TVSS, if specified on drawings.
1.5
SUBMITTALS FOR INFORMATION
A.
Submit Utility Company prepared drawings.
1.6
QUALITY ASSURANCE
A.
Perform Work in accordance with Utility Company written requirements.
1.7
REGULATORY REQUIREMENTS
A.
Conform to requirements of NFPA 70.
B.
Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose
specified and indicated.
1.8
PRE -INSTALLATION MEETING
A.
Convene prior to commencing work of this section. Review service entrance requirements and details
with Utility Company representative.
1.9
FIELD MEASUREMENTS
I�
A.
Verify that field measurements are as indicated on Utility Company drawings.
_J
01272101
UTILITY SERVICE ENTRANCE 16421 - 1
03/02
PART 2 - PRODUCTS
2.1 SERVICE ENTRANCE EQUIPMENT
A. New service meter, meter base, transformers and disconnect.
PART 3 - EXECUTION
3.1 PREPARATION
A. Arrange with Utility Company to obtain permanent electric service to the Project.
B. Coordinate with the Utility Company and verify scope of project.
3.2 INSTALLATION
A. Install weatherhead, metering transformer cabinets, and meter base as required by Utility Company.
END OF SECTION
01272101 UTILITY SERVICE ENTRANCE 16421 - 2
03/02
SECTION 16441
ENCLOSED SWITCHES
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Fusible switches.
B. Non -fusible switches.
C. Fuses.
1.2 REFERENCES
A. NEMA KS 1 - Enclosed Switches.
B. NFPA 70 - National Electrical Code.
C. UL 198C - High -Interrupting Capacity Fuses; Current Limiting Type.
D. UL 198E - Class R Fuses.
E. NEMA AB 1 — Molded Case Circuit Breakers
F. NECA — Standard of Installation
1.3 SUBMITTALS
A. Submit under provisions of Section 01340.
B. Product Data: Provide switch ratings and enclosure dimensions.
1.4 QUALITY ASSURANCE
A. Perform Work in accordance with NECA Standard of Installation.
1.5 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing Products specified in this Section with
minimum three years documented experience.
1.6 REGULATORY REQUIREMENTS
A. Conform to requirements of NFPA 70.
B. Furnish products listed and classified by UL as suitable for purpose specified and shown.
PART 2 - PRODUCTS
2.1
MANUFACTURERS
A.
Square D
B.
General Electric
C.
Eaton
D.
Siemens
01272101
03/02
ENCLOSED SWITCHES
16441 - 1
2.2 ENCLOSED SWITCHES
A. Fusible or Non -fusible as indicated.
B. Switch Assemblies: NEMA KS 1, Type HD load interrupter enclosed knife switch with externally
operable handle interlocked to prevent opening front cover with switch in ON position. Handle
lockable in OFF position.
C. Fuse Clips: Designed to accommodate NEMA FU1, class R fuses.
D. Enclosures: NEMA KS 1.
E. Interior Dry Locations: Type 1.
F. Exterior Locations: Type 3R or 4.
G. NEMA ratings of enclosures as specified on drawings take precedence over location specification.
H. Current rating of switch to be equal to or greater than that of the circuit it is interrupting.
2.3 FUSES
A. Manufacturers:
1. Bussman
2. Littlefuse
3. Gould Shawmut
B. Dimensions and Performance: NEMA FU 1, Class as specified or indicated.
C. Voltage: Provide fuses with suitable voltage ratings for phase to phase voltages.
D. Service Entrance: Class L, Bussman Low -peak or equivalent.
E. General Purpose Loads: Class RK1, Bussman Low -peak or equivalent.
F. Motor Loads: Class RK5, Bussman Fusetron or equivalent.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install in accordance with NECA Standard of Installation
B. Install fuses in all fusible disconnects.
C. Apply adhesive tag on the inside door of all disconnects indicating the NEMA class fuse and size
installed.
D. Provide a disconnect switch for all equipment where indicated or required by the National Electrical
Code. Coordinate with other disciplines to determine where disconnects are furnished with
equipment.
END OF SECTION 16441
01272101 ENCLOSED SWITCHES 16441 - 2
03/02