HomeMy WebLinkAboutResolution - 2009-R0106 - Contract - Ronnie Zahn Paving Inc.- Citibus Parking Lot Expansion - 03/23/2009 (2)Resolutlon No. 2009-RO106
March 23, 2009
Item No. 5.7
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock, a Contract for Citibus
Parking Lot Expansion as per project number 09-020-MA, by and between the City of
Lubbock and Ronnie Zahn Paving, Inc., and related documents. Said Contract is attached
hereto and incorporated in this resolution as if fully set forth herein and shall be included
in the minutes of the City Council.
Passed by the City Council this 23rd day of March '2009.
<2
TOM MARTIN, MAYOR
ATTEST:
C:Q "'
Rebe ca Garza, City Secretary
OVED AS TO CONTENT:
Loomis, Assistal'it City Manager
iortation and Public Works
APPROVED AS TO FORM:
i p
Chad Weaver, Assistant City Attorney
vw/ccdocs/Chad/Resolutions/RES.Contract-Ronnie Zahn Paving Inc.
March 10, 2009
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: CITIBUS PARKING LOT EXPANSION
ADDRESS: LUBBOCK, TEXAS
2(�>64
ITB NUMBER: 09-020-MA
PROJECT NUMBER: TX-04-0020
CONTRACT PREPARED BY: PURCHASING & CONTRACT MANAGEMENT DEPARTMENT
i
INDEX
} 1. NOTICE TO BIDDERS
_ 2. GENERAL INSTRUCTIONS TO BIDDERS
E
3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
4. PAYMENT BOND
5. PERFORMANCE BOND
n
6. CERTIFICATE OF INSURANCE
7. CONTRACT
8. GENERAL CONDITIONS OF THE AGREEMENT
9. CURRENT WAGE DETERMINATIONS
l
10. SPECIFICATIONS
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ITB #09-020-MA
Sealed bids addressed to Marta Alvarez, Purchasing Manager, City of Lubbock, Texas, will be received in the
office,Aof Purchasing & Conat M. nt, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401,
until 4*— o'clock p.m. on ``",3009, or as changed by the issuance of formal addenda to all planholders, to
furnish all labor and materials and perform all work for the construction of the following described project:
"CITIBUS PARKING LOT EXPANSION"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of
Purchasing & Contract Management and publicly read aloud. It is the sole responsibility of the bidder to ensure that his
bid is actually in the office of Purchasing & Contract Management for the City of Lubbock, before the expiration of the
date above first written. , .
Bids are due at o'clock p.m. on February-24tth, 2009, and the City of Lubbock City Council will consider
the bids on March 12th, 2009, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may
be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder
will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of
100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be
required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of l 00% 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 ten (10) business days
after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH
THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN
DISQUALIFICATION OF THE BID SUBMITTAL.
It shall be each 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 February 17, 2009 at 11:00 o'clock a.m., in Citibus Conference Room, 801 Texas Avenue, Lubbock,
Texas.
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 Purchasing & Contract Management 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. City of Lubbock pre -bid meetings
and bid openings are available to all persons regardless of disability. If you would like bid information made available in
a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775-
2018 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
Marta ACvarez
PURCHASING MANAGER
GENERAL INSTRUCTIONS TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID DELIVERY TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish CITIBUS PARKING
LOT EXPANSION per the attached specifications and contract documents. Sealed bids will be received
no later than 4:00_p.m. CST, February 24th, 2009 at the office listed below. Any bid received after the
date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting
documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner:
"ITB #09-020-MA, CITIBUS PARKING LOT EXPANSION" and the bid opening date and time.
Bidders must also include their company name and address on the outside of the envelope or container.
Bids must be addressed to:
Marta Alvarez, Purchasing Manager
City of Lubbock
1625 l3th Street, Room 204
A
Lubbock, Texas 79401
1.2
Bidders are responsible for making certain bids are delivered to the Purchasing & Contract Management
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
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
`i
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 11:00 a.m., February 17, 2009 in Citibus Conference Room, 801 Texas Avenue,
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.
} l 3 ADDENDA & MODIFICATIONS
3.1
Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over
the Internet at littp://www.BIDsync.com. We strongly suggest that you check for any addenda a
minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT
#
INTERNET ACCESS may use computers available at most public libraries.
} 3.2
Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Purchasing & Contract Management Department. At the
request of the bidder, or in the event the Purchasing & Contract Management Department deems the
_.
interpretation to be substantive, the interpretation will be made by written addendum issued by the
Purchasing & Contract Management Department. Such addenda issued by the Purchasing & Contract
Management Department will be available over the Internet at lilt p:Uv,NNvw.BIDsync.conn and will become
part of the proposal package having the same binding effect as provisions of the original ITB. NO
l
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 & Contract Management Department no later than five (5) days before the bid
g
closing date.
._ l
1
e 3.3
All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment or interpretation that is not in writing. Only information
supplied by the City of Lubbock Purchasing & Contract Management 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
r
that may have been read in any news media or seen or heard in any communication facility regarding this
"
bid should be disregarded in preparing responses.
3.4
The City does not assume responsibility for the receipt of any addendum sent to bidders.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1
Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
4.2
Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
comply, in every detail, with all provisions and requirements of the Invitation to Bid.
4.3
Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall
be given to the Director of Purchasing & Contract Management and a clarification obtained before
the bids are received, and if no such notice is received by the Director of Purchasing & Contract
Management 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 Director of Purchasing &
Contract Management 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
j
5.1
Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
E
preparation and submission of a bid.
5.2
The issuance of this ITB, does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3
All costs related to the preparation and submission of a bid shall be paid by the bidder.
6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1
If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline
to release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld
from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction.
In the event a public information request is received for a portion of your bid that you have marked as
being confidential information, you will be notified of such request and you will be required to justify
your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the
Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or
a court of competent jurisdiction that such information is in fact not privileged and confidential under
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such
information will be made available to the requester.
6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open
Records Act.
1 2
i
7
t�
8
9
10
12
LICENSES PERMITS TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or
may be required to pay.
UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their bid submittal how they would utilize local resources.
CONFLICT OF INTEREST
9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with
any employee, official or agent of the City of Lubbock.
9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered,
conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment,
advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of
discretion concerning this bid.
CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice
to Bidders.
BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be
the bidder's responsibility to advise the Purchasing Manager if any language requirements, etc., or any
combinations thereof inadvertently restricts or limits the requirements stated in this ITB to a single
source. Such notification must be submitted in writing and must be received by the City of Lubbock
Purchasing & Contract Management Office no later than five (5) calendar days before the bid closing
date. A review of such notifications will be made.
12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR
ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO
BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR
DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
Marta Alvarez, Purchasing Manager
City of Lubbock
1625 131h Street
Lubbock, Texas 79401
Fax: (806)775-2164
Email: Malvarez@mylubbock.us
BIDsync: ht11):Hwww°.B1Dsvnc.com
13 TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially 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.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the work
"I contemplated by the contract documents. In the event the City requires a progress schedule to be
submitted, and it is determined by the City that the progress of the work is not in accordance with the
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to ensure completion of the project within the time specified.
14 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
15 AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to
execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
16 MATERIALS AND WORKMANSHIP -3
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately
until incorporated into the project. The presence or absence of a representative of the City on the site will not
relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and
methods set forth in the contract documents provide minimum standards of quality, which the Owner believes
necessary to procure a satisfactory project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner,
a written general guarantee which shall provide that the Contractor shall remedy any defects in the work,
and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects
appear within ONE year from date of final acceptance of the work as a result of defective materials or
workmanship, at no cost to the Owner (City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination, as
the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will
be recognized and accommodated and will not, in any way, result in hardware, software or firmware
failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate
the procedures it intends to follow in order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-
contractor or any third party involved in the creation or development of the products and services to be
delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and
under this Contract including, but not limited to, its right pertaining to termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in this
Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the r.
. , 4
Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or
_ any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will 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.
t 19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
r_
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
€ 20 TEXAS STATE SALES TAX
j 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
? i of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
22
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not
relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or
damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired
immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades,
signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the
project.
EXPLOSIVES
23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of explosives, the
Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result
of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall
use utmost care so as not to endanger life or property and the Contractor shall further use only such
r
s
methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
'23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
23.3 In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and
such notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
24 CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the work contemplated by
this is in
contract progress.
ki
25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
MR
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the
City and written notice of cancellation or any material change will be provided ten (10) days in advance
-, of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the
right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life
this
of contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein
also shall be acceptable. Such insurance shall be carried with an insurance company authorized to
transact business in the State of Texas and shall cover all operations in connection with this contract,
whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE
FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES
FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL
INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF
LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT
NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL
BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF
OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR.
26 LABOR AND WORKING HOURS
l26.1 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.
6
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a
diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
weekends or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without
discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of
the work shall not later than the seventh day following the payment of wages, file with the Owner's
Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each
employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit
shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown)
have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must
classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per
diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the
City of Lubbock on whose behalf this contract is made, 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.
28 PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
29 PREPARATION FOR BID
29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to
do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly
and legibly, or typewritten. In case of discrepancy between the price written in words and the price
written in figures, the price written in words shall govern.
29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a
bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized.
If the bid is submitted by a company or corporation, the company or corporate name and business address
must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid.
The bid shall be executed in ink.
29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
28.3.1 Bidder's name
28.3.2 Bid for (description of the project).
7
4
29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(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, --
i- ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL
FORM PRIOR TO BID OPENING.
i 30 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.
(t) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents. µ
l
31 QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations
deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall -
furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be
deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the
bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the
i_ contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include:
k=_ (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. `+
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, "~
without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs with
City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar
municipal and similar non -municipal current and completed projects for the past three (3) years for review. This
list shall include the names of supervisors and type of equipment used to perform work on these projects. In
addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work
on this project in compliance with City of Lubbock specifications herein.
8
1
32 BID AWARD
32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid
Items I through 74 plus the sum of any Alternate Bids the City may select.
32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to
specifications is primary in determining the best low bid. Failure to comply with the specifications may
result in disqualification of the bid.
32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be
ycause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
' determine possible Anti -Trust violations.
32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
�- State of Texas and under the laws of the State of Texas. In connection with the performance of work, the
Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY
AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR
PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED
' BY THE REQUIREMENTS OF THIS INVITATION TO BID.
BID BOND
Conforms with The American Institute of
Architects, A.I.A. Document No. A-310
KNOW ALL BY THESE PRESENTS, That we, Ronnie Zahn Paving, Inc.
as Principal, hereinafter called the Principal,
and the SureTec Insurance Company
of Houston, Texas a corporation duly organized under
the laws of the State of Texas , as Surety, hereinafter called the Surety, are held and firmly bound unto
City of Lubbock, Texas as Obligee, hereinafter called the Obligee,
in the sum of Five Percent of the Greatest Amount Bid --------------------------------------------------------------------------------------
Dollars ($---------------- (5%)------------- ) , for the payment of which sum well and truly to be made, the said Principal and the said
Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the 'Principal has submitted a bid for Citi Bus Parking Lot Expansion
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 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 and sealed this IOth day of March 2009
Ronnie ZaijA Paving, Inc. _(Seal)
Principal
n�
Witness Z4
Title
_ Surer 1 surance ompa
Witness By
ara D. anc c Attorney -in -Fact
5-0054/GEEF 2198
POA #: 4221259
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company'), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Kevin J. Dunn, Cara D. Hancock
of Lubbock, Texas its true and lawful Attomey(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to
execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to
include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed
Five Million and no/100 Dollars ($5,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the
premises. Said appointment shall continue in force until 12/31/09 and is made under and by authority of the following
resolutions of the Board of Directors of the SureTec Insurance Company:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or
any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20" of April,
1999)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 20th day of June, A.D. 2005.
- TEC lNS,,UXqCE COMPANY
VAAN��,
'%0 By:
w�(w Bill King, re nt
State of Texas ss: OsE�w t -
County of Harris •-
N
On this 20th day of June, A.D. 2005 before me personally came Bill King, to me known, who, being by me duly swom, did depose and say, that he
resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
Michelle Qenny
« « dads of Texas
myCtmtmla m BOGS Michelle Denny, Notary Public
August 2i, 2008 My commission expires August 27, 2008
1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
Given under my hand and the seal of said Company at Houston, Texas this loth day of March , 20 09 , A.D.
M. Brent Beaty, Assistant Se re ry
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST.
BID SUBMITTAL
09.020-MA ADDENDUM #2
BIA SUBMITTAL
LUMP SUM BID CONTRACT
DATE: All—qr—c- �, l D - 6 9
PROJECT NUMBER: i#09-020-MA - CITIBUS JPA,>EtMG LOT EXPANSION
Bid of r� n;� a � VV -P4 ,t
Bidder) (hereinafter called
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 C . IBUS
PARKING LOT EXPANSION having carefully examined the plans, specifications, instructions to
bidders, notice to Tidders and aIF
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 ro `ect
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 a11. expenses incurred in performing the work required under the contract documents.
MATERIALS: ro
I SERVICES.
cent S e �i Y yo.°O )
f_ TOTAL:14
� IVr ��rirpri T )i
(Amount shall he shown in both words and numerals. In case of discrepancy, the azou t
k shown in words 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 substantially 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 $1.,000 (ONE
THOUSAND), for each consecutive calendar day in excess of the time set forth 1.i.e�n 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
calendar days after the scheduled closing teme or rgeceiivingdbidsy not be withdrawn for a period of thirty (30)
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully
_ Examined the plans, specifieation.s and contract documents pertaining to the work coverede
further agrees to commence work on or. before the date by this bid, and he
specified in the written. notice to proceed, and to
substantially complete the work on which he has bid; as provided in the 90i tract documents,
Bidder's Initials
Bidders are required, whether or not apayment
check or certified check issued by a bank satissfaorytoorth-4LL—
e�Cittyy of Lubbock, oance bond is r. a�bid' bond Submit to om a reliable
1
09-020-MA ADDBNt7UM #2
surety company, payable without recourse to the order of the City of .Lubbock in an amount not less than five
percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain
all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of
award of the contract to him.
Enclosed with this bid is a Cashier's Cheep or Certified Check for
Dollars (S ) or a Bid Bond in. the sum of
Dollars (S , which it is agreed shall be collected and
retained byte Owner as qu ated damages in the event the bid is accepted by the Owner and the
undersigned fails to execute the necessary contract documents, insurance certificates, and the required
bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification
of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon
demand.
Bidder understands and agrees that the contract to be executed by Bidder. shall be bound and include all
contract documents made available 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 13E MADE ON THE BID SUBMITTAL. FORM
PRIOR TO BID OPENING.
(Seat if Bidder is a Corporation)
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No. �_ _ Date 2
Addenda No. Date j
Addenda No. 3 Date .1- L-C
Addenda No. Date
NJWB E
Firm:
Date:
Authorized Sf ature
(Printed or Typed Name)
City, Count
State Zip Code
Telephone: SSG
Fax:_
woman
Black A=Fican
alive Amencan.
ispanic
American
jVs an aci .i.c
American
Other pee
E
2.
3.
4.
5.
6.
7.
8.
9.
10
LIST OF SUBCONTRACTORS
Minority Owned
Fast C"c-n(rekj:�- D13,q Yes No
Kp Xn i r 7, ru
Ilk r.5 a-YL ke-Acc oc
Ar )Oi/fA Pjailms LLC, El
El 0
El D
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH
INSURANCE CERTIFICATES FOR EACH SUB -CONTRACTOR PURSUANT TO
SECTION 28G OF THE GENERAL CONDITIONS.
STY OF MaocK
WSIMAME REQUiRMMLNT AFJA'IDAVIT
To N Cornpleted-by Bidder
'And•'Aft0hed to Bidlubmittal
I, the undersigned Bidder, certify that the insaranca sequiremeDts cdotained in this 'bid docuriment have been reviewed
me with the below identified It, Ag��ntTl r`olter. If T am awl,, ad this oordract by the Ciiy of Lubbock, I will be able y
to, within ten (l0} business days alterf6ing t tified-of such awar4 by the City of, Lubbock, furnish -la valid. i»surarice
certificate to the ,City txieeting all *Of the requirer�ei�{s defined an:this bidlproposal.
L�
Coii#ract r (Signature)
— _ z v► a �a ►^J
} t Contractor (Print)
CONTx2ACTOR'$ FIRM NAME:
(Print of Type
CONTRA.CTOR'S FMM ADDRESS: . .0 $ `IM 4Ll -1
APAYBroker Telephone Number;
Date:.
NOTE TO CONTRACTOM
If the A requ enn t 6p eciii®d- abm is not met, the City hue the '
contriiet Wax contractor. If yvio ba`ro anry he Cityquesfloh r the It to Matt tbis ftP0 �'*Ad'A*jjrd tbo
11iit+eetbr of g & Cuntrad Management for the City of Lubbock s 8nft 0e regi 1� H* Pius, eouteet theBIM #09-020-MA
4
4
! i
! SAFETY RECORD QUESTIONNAIRE
(Must Be Submitted With Bid Submittal)
I The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section
252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for
accurately determining the safety record of a bidder prior to awarding bids on City contracts.
The definition and criteria for determining the safety record of a bidder for this consideration shall be:
- The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may
consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by
environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among
other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the bidder for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within
the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S.
Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental
Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines
assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final
orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment,
both for the workers and other employees of bidder and the citizens of the City of Lubbock.
In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential
contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3)
questions and submit them with their bids:
QUESTION ONE
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NOS
If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
assessed.
QUESTION TWO
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO
If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION THREE
Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted in serious bodily injury or death?
YES NO
i
If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
r Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
{
assessed.
ACKNOWLEDGEMENT
THE STATE OF TEXAS
E COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected.
Signature
J -
1 C r , rcl
Title
. 6
� 1
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a
diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
weekends or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
l 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without
discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of
the work shall not later than the seventh day following the payment of wages, file with the Owner's
Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each
employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit
shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown)
have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must
classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per
diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the
City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic
F
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
E t wages included in these contract documents.
28 PROVISIONS CONCERNING ESCALATION CLAUSES
a Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
4` 29 PREPARATION FOR BID
29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals for which he intends to
do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly
and legibly, or typewritten. In case of discrepancy between the price written in words and the price
written in figures, the price written in words shall govern.
y
29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a
bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized.
If the bid is submitted by a company or corporation, the company or corporate name and business address
must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid.
The bid shall be executed in ink.
29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
28.3.1 Bidder's name
28.3.2 Bid for (description of the project).
29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
° but no bid may be withdrawn or altered thereafter.
r° 29.5 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.
30 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 for Contractor and all Sub -Contractors.
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents. _
31 QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations
deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall
furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be
€_ deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the
bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the
contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs with
City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar
municipal and similar non -municipal current and completed projects for the past three (3) years for review. This
list shall include the names of supervisors and type of equipment used to perform work on these projects. In
addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work
_
on this project in compliance with City of Lubbock specifications herein.
F
8
E 32 BID AWARD
32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid
Items I through 74 plus the sum of any Alternate Bids the City may select.
32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to
specifications is primary in determining the best low bid. Failure to comply with the specifications may
result in disqualification of the bid.
.._, 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be
cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti -Trust violations.
32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. In connection with the performance of work, the
Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY
AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR
PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED
BY THE REQUIREMENTS OF THIS INVITATION TO BID.
BID BOND
Conforms with The American Institute of
Architects, A.I.A. Document No. A-310
KNOW ALL BY THESE PRESENTS, That we Ronnie Zahn Paving, Inc.
and the SureTec Insurance Corn
of Houston, Texas
the laws of the State of Texas
as Principal, hereinafter called the Principal,
, a corporation duly organized under
, as Surety, hereinafter called the Surety, are held and firmly bound unto
City of Lubbock, Texas as Obligee, hereinafter called the Obligee,
in the sum of Five Percent of the Greatest Amount Bid
Dollars ($---------------- (5%)------------- ) , for the payment of which sum well and truly to be made, the said Principal and the said
Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Citi Bus Parking Lot Expansion
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 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 and sealed this
I Oth
day of March
2009
Ronnie ZaVi Paving, Inc. _(Seal)
L r
sz.c Principal
Witness
Title
Surer I surance ompa
Witness By
ara D. anc c Attorney -in -Fact
9/9R
POA #: 4221259
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know Alt' Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company'), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Hams County, Texas, does by these presents
make, constitute and appoint
Kevin J. Dunn, Cara D. Hancock
of Lubbock, Texas its true and lawful Attorneys) -in -fact, with full power and authority hereby conferred in its name, place and stead, to
execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to
include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed
Five Million and no/100 Dollars ($5,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the
premises. Said appointment shall continue in force until 12/31/09 and is made under and by authority of the following
resolutions of the Board of Directors of the SureTec Insurance Company:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any -and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or
any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20'" of April,
1999)
Li Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 20th day of June, A.D. 2005.
yufiAM11Q6 TEC INS CE COMPANY
J14-1 X I c' By:
a w e Bill King, re ant
State of Texas ss:
C, � t
County of Harris
On this 20th day of June, A.D. 2005 before me personally came Bill King, to me known, who, being by me duly swom, did depose and say, that he
resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
Michelle DBMy
Notatyt ft
TWO
r « !lode of TWO
�+ �Aycaff f61ft Michelle Denny, Notary Pub e
AUgUSt 27, 4008 My commission expires August 27, 2008
1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
Given under my hand and the seal of said Company at Houston, Texas this loth day of March 20 09 A.D.
__. ,
w
M. Brent Beaty, Assistant Se re 'try
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
[ For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CS r.
l'
t
BID SUBMITTAL
i 09.020-MA ADDENDUM #2
BID SUBMITTAL
LUMP SUM BID CONTRACT
J
DATE'
PROJECT NUMBER: #09-020-MA - CITIBUS PARKING LOT EXPANSION
Bid of
C Bidder} -ram . (hereinafter called
I
To the Honorable Mayor and City Council City of Lubbock, Texas ereinafter ca
lled aped Owner)
Gentlemen:
The Bidder, in compliance with your Invitation to Bid .for the construction of a -CITEDUS
P G LO')<'' EXPANSION having carefully examined the plans, specifications, instructions to
bidders, notice to bidders and a 1 otheer related contract documents and the site of the intended work,
j 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 constrict 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.
MATERIALS. ,� ���c se�ew c . t 00
SERVICES: - dc
TAT :�` Utl�r�.i �/1re�r3lhOttS�� 7!V�iIJVtAri°n t►a���a, ` 1)dGcrn�c(� J~� C��
(Amount shall be shown in both words and numerals. In case of
shown in words shall govern.) discrepancy, the amount
Bidder hereby agrees to comm.en.ce 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 substantially 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 $1.,000 (ONE
THOUSAND), 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
t_
with instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the rigb.t 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 a
Examined the plans, specifications and contract documents pertaining to the work covered by .d has this bid, and he
fvxthez� agrees to commence work on or before the date specified ,iix the writtennotice to proceed, and to
r substantially complete the work on which he has bid; as provided in the tract documents,
Bidder's Initials
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 bail satisfactory to the City of Lubbock, or a bid bond from a reliable
-1 9
l
(9-020-MA ADDBNbUM #2
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 bi.d submitted as a guarantee that bidder will enter into a contract, obtain
all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of
award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars (S ) or a Bid Bond in the sum of
Dollars (S , which it is agreed shall be collected and
retained byte Owner as liquidated damages in the event the bid is accepted by the Owner and the
undersigned tails to execute the necessary contract documents, insurance certificates, and the required
bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification
of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon
demand.
Bidder understands and agrees that the contract to be executed by Bidder. shall be bound and include all
contract documents made available to him for his inspection in accordance with. the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that has been opened may not be
changed for the purpose of aomeoting an error In the bid
price. THEREFORE;, ANY CORRECTIONS TO THE DID
PRICE MUST BE MADE ON THE BID SUBMITTAL FORM
PRIOR TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTEST:
d -j'L ez-
crretarry
Bidder acknowledges receipt of the following addenda:
Addenda No. �_ _ Date 2 - 90 9
Addenda No. �_ Date a _ 9- o 9
Addenda No. 3 Date J-10 _og
Addenda No. 4 Date j3'_nq
N WBE
Firm:
Date: / ^ a n k /
Authorized Suture
).o &I ,1. CZa � n1
(Printed or Typed Name)
21) h ft *1 P,_ l���N/ r�✓i ✓IG� �NC
Company
4�a'v Alm �l�d
Address
City,-r�--- Cou794/04/
7c x a s ,
State Zip Code
Telephone. YQ 4, -Wyk-1,f 77
Fax: Sc4,
Woman
black AmFican
we American.
7spapie
American
s atiacx .tc
American
er pee
2
B
LIST OF SUBCONTRACTORS
Minority Owned
Fez sf ("Q-ncre l ,,:T�_ D (3 R Yes No
El D
❑ ❑
❑ ❑
n ❑
❑ ❑
❑ ❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH
INSURANCE CERTIFICATES FOR EACH SUB -CONTRACTOR PURSUANT TO
SECTION 28G OF THE GENERAL CONDITIONS.
3
No Text
03/12/2009 13:14 FAX 806 748 6060 ZAHN PAVING IM 003/004
AGORD CERTIFICATE OF L, ASILITI� ��1��:l�R1�ICE DAT1IM1pOp�YWY1
v3/1 009
' Alan Hcnry Ins. Awncy. Inc. THIS COMFFICATE W feb,A>� A IMA OF INFOMiYrA
3407 19th Street ONLY AND COMP NO RIONTS UPON THE cuRVICA"
HOLCBIt. THIS CEAI7FICAif; DOES NOT AINNp, I=3fTENp OF
Lubbock TX 79410 < R 1 AFFO ' Y E lLIC]f:8 �Ef.OW
I
WSURLRR AFFORDING COVzRAOE NAIL #
Fast Concrete, Inc, 013A Commercial Condretc to HttyFet urance Compwriy� —� -_
P 0 Box 3121 I I1 R : 7�Fniiy UnlTaraal Insurance Lompal9y l�
Lubbock TX 79452
cal _
I ,Nn„cod ■, exas�fa nsurdnce�oinn�Tv
T'H9 POWN98 OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED (NAMED ABOVE FOR TH9 POLICY PERIOD INMATRD. NOTWITHSTANDINO
ANY-REQUIROMENT. TIERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT NTH RESPECT TO WHOM THIS C,elq'{IFICATC MAY PE IMED OR
MAY P4RTAIN. THE INSURANCE AFPORDEt)13Y THE POLICIES DESCRIBIED 1`111REIN 1S OUBJECT TO All THE TEAMS, EXCLU81ONB AND CONDITIONS CF SUCH
POLICIES. AOOIRWATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
I I ��CO�_�7lll N}GRC) I IIO/0208I SPP1o01543<00 I I10/01/2009 ftw—
ft IffKRpL 1,IAaILIrY FEE fTa1_3 CLAW uunrxocR o.ng 9�_
4V V
.I3 . 5,�U
powN9 -+!fit �.�y s< _, 0,6,00
L IrAaOR Te LWIR i PER: I I °:.QSI.MPLQP AQL 1 _.Z,WO.Wt7
I.
A I •A0OiNOOI'a UAtNLFY SPP1001 t4i.Q0 110/01 /2008 110/01 /2009 10
oMerNGD a1Nt1Lb LMir
ANY aurD 1 „yam,„ 1 ° ! ,000,000
�ALL OWNEDAUTOS
I SOHEOUl.99 AUT08 I I I 80gILY IN ►URY °
l� Denanl _
I NIONAWNED A" AUTOS
I �,V-OVTLY INJURY
— i I PROPERTY DAMA6$
tPer+kclwM> °
J oQ rr �ItLO Y. -iP �GID�f
ANYAUTOAUTO
I /UJTO ON�LYN • E��+� .__-..,._ . � .r".J
� a AD
1�Me1002z09-u0 110/6112008 10/0112Q09 - Wn _
1 OCCUR _ .I C441M9 MADE I I l.6WRqWTL_
WORKptECONPRf1aAI1oNAM TSF-000i122392 l��otr�oTls IA/Ov2oa9 orrl. IIOI'flr.[ItNrl t hllXCIWGD7ecUtivG I I I ! iDiNL _ -
06
4MFA e—.-Flowloffi
I OTNER
TON;
IF
"MTIDN Or of"M "I WCA "WIS i VIPROLM I E=LA IONS ADDED NY 1WWMg Wff i aPEOIAL MlDV1swft,!
MOULD ANY OF T144 AYOV4 O660REM0 POLrA" w 10ANCWL1AD EsF0R8 THO RKPIRAIMN
Win* �hn Paving. DATC THSRWF, TNt4 NWftO;Nf Wert Wp.L /NCBAVOR TO MAIL UU oAYs WMrMN
Ws MLK HIYd. NOTft ?0 THE CRIMMATB NOLDER NAMED TO THE Lehr. BUT PNWRC TO DO 90 SMALL
Luhhcwk TX 79404 IMPOas NO Q8U*ATMN OR WAILITY OF ANY KIND UPON TRC 1NDUREn, trs Aa"Ta OR
AU"40= D ItterRll rgtAWR
AD 28 (2001/00) 0 ACORD PORATION 190i
No Text
No Text
� ; {. �,
..
.'u..�i.�.1L.. � -,
. , � .�
. i .. , .
03/12/2009 13:13 FAX 806 748 6060 ZAHN PAVING
[A 002/004
ACO, . CERTIFICATE OF LIABILITY INSURANCE
311A7
MzoroDo '
PRODUMR (806)792-5564 TAX: (806)792-9344
Sanford & Tat= Insi==ca Ag*Acy
6303 Indiana Ava.
P.O. sox 64790
Lubbock TX 79464
N FORMA ION
THI YCERTIFICATE 13 ISN ED IAS S MAUPQTTEROF INFORMATION
ATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORbEb BY P C BELOW.
INSURERS AFFORDINGV 0E
NAIC0
INaURw
Anderson Pence CoMany
15431 CR 1850
Lubbock TX 79424
I u Union Standard 1uS=*zc6
36911
R.T*=8 Mutual Tlasuxance
0048
r"Um e:
THE POLICIES OF INBURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED A9OVE FOR THE; POLICY PERIOD INDICATED, NOTWITHSTANDING ANY
REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH R@SPBCT TO WHICH THIS C/RTIPIC.AT6 MAY BE ISSUED OR MAY PERTAIN.
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CON017IONS OF SUCH POLICIES.
A
I�L91i
AM
QJ7L
TYPE PINSJRANCE
POUOYNUMBER
OAU MM1D
� SON
LIMITS
A
GENERALLI=LM
X COMMERCIAL 41SN UTY
a -,Am ADl "
CDA004192322-15
5/17/2000
-DAT9POLICy
5/9.7/2009
RAOR OCOUftFt@NQI&
S 1,0D0,000
walammal
a 100,000
MEDEXP Lft WS SOW
a 5,000
1 000,000
a 2,000,000
QGN%A00R80ATEUMITAPPUE8FER
LY POx— PREl LQG
PROQUgTS -
S 2,000,000
A
AUTOM08R.E LIABILITY
X ANYAUTO
ALL OWNLOAUTOS
SCFIBDUL6D AUTOS,
FIRED AUTOS
NON-OWNID N.JTOa
CA&004193321-14
5/17/2008
5/17/2009
COM61NGD SINGLE LIMIT
(Eaamdanl)
6 11000, 000
DODLY INJURY
BODILY INJURY
(Pee eooaM)
PROPHtTYDAMAQE
(PK �odasrlq
S
t�ARnde LIABILITYONLY
AMOTHER
. L
s
TFM
AUTO ONLY;
i
EXCIGSWUMORRUA LIA UTY
OCCUR CLAIMS MADE
DeDUCTlBt!
RMNTION
EACH 0 QIJRRENCE
3.
AGGREMPI1
a
S
B
WORKBR B COMPGNI;ATION AW
dMOLOY40, "ILITY
ANY PROPRIEI OR/PARTNMRM=%ITN2
OFFICERAt excWOED?
"yap. *a *$ untty
SP I
TGP 0001116687
5/17/2003
9/27/2009
x 0
81 VACHACORET
11000,000
GA E25M
-POLICYI(M
A 11000,000
a 1 000,000
OTHER
�ESCRIPT(ONOFOPMAMON>i/LOCAT10 &VrLNICI,E=4:LUSIONSAOD=DSYENDOR31WENT/8PECWE PROVISIONS
' 4 8 - 60 6 0 8NOULD ANY OR THO A*OVC 093CRIBLD FOUO= BE CANCIILLfD WMRG THE
Zahn Paving D(PIRAMN DATE THCK150P, THE ISSUING INVJFM WILT, 'ENDEAVOR TO NAIL
660 $ MLA BLVD 10 DAYY WFUITHN WMCG TO THe CORI ROATB MWER NAMED TO Tlia LEFT, BUT
Lubbock, TS 79404 FAILURE TO DO 40 INALL IMPOBR NO 00"A'IION OR LIABILITY OF ANY KIND UPON THE
TS OR REFRINIENTATIVRQ.
AUTHORM RPRiBIIINTATNE
uglas Sanford/WS
CORD 25 (2001108) - L9026 (oto> �ACaRD CORP0i2AT10N 9988
i
Paps I am
03/12/2009 13:14 FAX 806 748 6060 ZAHN PAVING
9 004/004
ORP CERTIFICATE OF LIABILITY INSURANCE 90eDrrtLtE
DATB(MruD;��9)
I
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THECERTIFICA79
UP6hBw Insurance Agency, Inc.
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
PO Box 1299
ALTER THE COVERAGE AFFORbEb SY THE POLICIES BELOW.
Amarillo TX 191D5-1299
Phone; 806-468-0400 Fax:806-468-0450
INSURERS AFFORDING COVERAGE NAICA
_Amesica Firat insuratice
_ Texas Mutual Insurance Co_ T 2294E
south Plains service, LLCRO
Box
Lubbock9 TX 79408
N 4AI r__. _. _ ... � ..... _... _ ._
II, IhkRF.
rvrcnnvcv
II-F=OL:IE'OFIN' L;TED E'°Lf. .'i Mn•J; EEEI+ I: 3UCC%, HI.115i'AODN:,h'Ea AFIVFF,)f•Thrr')LKr:EA10: NDIC„TSG IJ,,,'••I;^•I IC114'
.41 iFrn ir,FhL"Ir IF"r+ -flNf+-oN 'f Ajv f('N-;1C'T ,, 7 ht•F •1-1 W-NT WITH rt= TFr'T Tt 1Nhl,:M TMI' CC7-'� � r,TF Y 9 •,i• I •II- '
,A-t r4ITplh 'M' Ni, F,W11 -11 NW]h_D'a+?HFFe.I IfIFi+S==('FFFr)HFAF-NIj TiEI pm- I.,. rlu.e'ht1'40 rfr1,flT 1Ni'F o r
I ,LI.I=- •V': G?reTF Imlr';MOWMM.,vH^VE=-N)&GdI,:CVE,YI f*C'-AIM:
INIFF '^ POUL
•-• ...•.
LTR NOR TYUM
PE OF INSURANCE ( POLICY NBER DATB MM,OOIYY)
7WAOM I LIMITS
GENERAL LLABIL17Y
LOI_I, ; .Gn�Yth+ h ! 1 00 0 000
A 'X _cl,r+F_4_Intal•NrItALLL�'llmr CCp8109143 O1/Ol/09
, ,
1,ITrC
Ol/01/10 IF�'F•I•-•nwtr.l 150,000
VADC fjCCI.IF
L.Iti:
i C7 a0D
r
_
•I Yq, rit" l ; 1,000,000
I
y project
r.I:rllrl �t ,1 ,•Prat-, - 2 , 000 , 000
,,LN'..Ial Lt hr6L M11 AP-L'E,I•I I
L �utiL h'- : = 2,000,000
-"LIL I ix" 1 2& .00
�
6UTOMOBILE LIA81LITY
�r A
iC�+;•aU-I:I BMI09343
01/01/09
01/01/10
wM'_'INLU ;1 A; - I.N11
`
'
�PL�VNNEGNii33
I;1,000,600
6tlfal / N a Fv
r
MIkE- ,U(u.•
_ �,... .. .
E?DI r N!�r�r
r
, N{,N OW493 AU101
tF'tr a,:•:n�n:'
I
F koF SFT f I , Al I'm'C
GARa06 UABIUTY
,. IT rI )NITI
PO 0 QI'L 1 r .._.
EXCIEUONNBRELLA LIABILITY
x 1 n
EN:I+ : "' t 4 , 0 0 0 , 000
A c-, 1 cL�ItiI:M,pE
cV9so9593
01/01/09
01/01/10 ; 9,00a,000'
�X—i AFTENTION s 10, 000
q
YORKERSCOMPENSATION AND
EMPLOY ' LIABILITY
X _rev^i� _; �F•
$ „HtF�y41ETp��FwrNEF� E,_u;Iw W,51`0001164576
01/01/09
01/01/10 ELCh{,,ry: C�NI I 1,000,00_0_
OF- rERiIEIdS.R !---CLL'OEDr
-,-
� L 1)IiF6 a Fn
L EI.iFI r wrC' 1, 000 000
,1I
,F>:,:.+LFR,:)vaI:N*L-b-1
'OTHER
°L D':Er:E• ,L,I' 1 000,000
,
I t
DECCRIPYION OF OPERATIONS ILOC,ATIONS I VEHICLES IEXCLUSIONS ADDEO ®Y ENOORGGMGNTIOFECiAL PROVISIONS
"ItTIFif AT9wnl nwn __..__...__..
RON-LtJI SHOULD ANY OF THE AEOVE DOOMED POUclef 8E CANCELLED BEFORE THE EKPSIATIO'
DATE THEREOF. THE ISSUING INSURER Wt,L ENDEAVOR Tt) MAIL 10 DAYS WRITTIEM
NOYIGG TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DID SO SHALL
Ronnie Zahn Paving, Inc IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND 11<`ON THE II,IS URBR ITS AGENTS OR
6609 MLK Blvd REPREBHNTATIv'Es
Lubbock VX 79404 -A7R Wz E 0 A 9 PRExwzpnv A
CtTy. OF LUDBO M' Avrr
v iiQtTUwMLNT AFFM
. qsuRA.*m
To Dd 13pleted by Bidder
=Mimi
And Att .
in this bid dm'OrOnt have been reviewed by
WNW gained i City of Lubbock, .1 will be 0101C
'01 :by the I lid insurers
8"Vit'de'd t�is iDonvacl 3
Bidder, MO that 4,41
Sep
undasipedB
1, the h award by the ChY Of Lubbock, ftWnS
With ft below 14cileled UWTOnc� SUd
Me
-de6ed in-61"s biM)r(VOSW'
-s
to, Within teen (10) buginess dayof the requiroM
Geyl ifivate to the City meeting
(Print)
C-0 , Utract T (Signature} t
CONTRACTOR'S FIRM NAMB:
(priii Or TM)
FIRMcoNTRAPTOWS
Name Of AgcnVBrokerl.
Address Of Atont'Dr011o
'7
Age
T9190000 Num""
1 CONT�CT09 -,***rd tho
NdTXTO city Gas the >to r6ject in U"', ... . .......... mat met, ncersW9 throe reqldnmeu*
to
G'X4DT E*�LNW
BUD
4
SAFETY RECORD QUESTIONNAIRE
(Must Be Submitted With Bid Submittal)
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section
252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for
accurately determining the safety record of a bidder prior to awarding bids on City contracts.
The definition and criteria for determining the safety record of a bidder for this consideration shall be:
The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may
consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by
environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among
other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the bidder for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within
the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S.
Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental
Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines
assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final
orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by
the City Council to be material in determining the responsibility of the
bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment,
both for the workers and other employees of bidder and the citizens of the City of Lubbock.
In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential
contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3)
questions and submit them with their bids:
QUESTION ONE
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
- firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO
If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such
P citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
assessed.
QUESTION TWO
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO tZ
If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
i
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION THREE
Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted in serious bodily injury or death?
YES NOV"
If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected.
Signature
Title
6
r_
SUSPENSION AND DEBARMENT CERTIFICATION
1 Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or
r , making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are
+; suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of
$25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and
its principals are not suspended or debarred by a Federal agency.
' Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals
are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or
debarred by a Federal agency.
COMPANY NAME: I di/1'40
Signature of Company Official:
r
Date Signed:
Printed name of company official signing above: 6`ana Z.1A C Ju l 'c r Turd
7
r CERTIFICATION
A materially false statement willfully or fraudulently made in connection with this questionnaire is sufficient
cause for rendering the business entity not responsible with respect to the present bid or proposal and future bids
or proposals, and in addition, may subject the person and/or entity making the false statement to criminal
charges, including but not limited to State of Texas Penal Law sections (Offering a false statement for
filing) and (Sworn false statement) and/or Title 18 IJ.S.C. sections 1001 (False or fraudulent statement)
and 1341 (Mail fraud).
I, �a >,a Z 4 n) , being duly sworn, state that 1 am the
Print or Type Name of Bidder/Proposer Authorized Representative
l Gt'Aatr„ ,. PP rV Of W—Ohl%�e- foci �l{ai ! e�tl/iti1 Cf, _. ;u-. ,and Print or Type Title of ,
Bidder/P poser Authorized Representativd Print or Type Name of Entity Submitting Bid/Proposal
tt �
1 have read and understand the questions contained in the attached questionnaire and its appendices. I certify
that to the best of my knowledge the information given in response to each question and appendices is full,
complete, and truthful.
I will notify the City of Lubbock in writing of any change in circumstances occurring after the submission of
this questionnaire and before the execution of any contract with the City.
I acknowledge that the City of Lubbock may, by means it deems appropriate, determine the accuracy and truth
of the statements made in this questionnaire.
t-
I recognize that all information submitted is for the express purpose of inducing the City to enter a contract with
the submitting business entity.
I authorize the City to contact any entity or person named in this questionnaire, for purposes of verifying the
information submitted.
Signature of`-Aidder/Proposer Authorized Representative
STATE OF_ / L' X G S )
ss:
i
COUNTY OFX, , J eel
On the /0t day of Au rc It , in the year Zo o , before me personally came
/,.. C- %« A it) , to me known and known to me to be the person
Print or Type Name of Bidder/Proposer Authorized Representative
described in and who executed the foregoing instrument, and he/she duly acknowledged that he/she executed
the same.
w�
tary Public .,
Place Notary Public Stamp Here:
. a" CLAY N. OATS T�
4'',
't: Notary RUC, State of Texas
'_�± s APRIL 1 2�9 8
• •• C• �
Bond No. 5041986
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
Ronnie Zahn Paving, Inc.
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
Suretec Insurance Company
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Five hundred three thousand, fiv�ollars ($ 503,510.Ot� lawful money of the
hundred —ten 6 00,-100----------
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 23rdday of
March , 20 Ogto Citibus Parking Lot Expansion
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
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 23rd
day of March 720 09 .
Suretec Insurance CompaiH
Surety
By:
. o'kAl -Fact e) ara HHan
Ronnie Zahn Paving, Inc.
(Company Name)
By: ha kA hl
(Printed Name)
(Si/gn%atu e)
(Tit]
I
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates Kevin J . Dunrnn 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. I
Suretec Insurance Company
Surety
*By:
(Title)
Cara D. Hancock, Attorney —In —Fact
Approved as to Form
City of ocj�_�
By:—
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.
2
PAYMENT BOND
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
KNOW ALL MEN BY THESE PRESENTS, that Ronnie Zahn Paving, Inc. (hereinafter called the Principal(s),
as
Principal(s), and
Suretec Insurance
(hereinafter called the Surety(s). as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of unedrhpn ren
ed&tb62g06housand,-fiveDollars ($ 503,510.00) 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 the23rd day of
March .20 09,to Citibus Parking Lot Expansion
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond
in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay
all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said
contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
23rd day of March 2009 .
Suretec Insurance Company
Surety
*By:
(Title) Cara-" . H dock, Attorney -In -Fact
Ronnie Zahn Paving, Inc.
(Company Name)
By:-/ .� -z--
(Printed Name)
(Signaturb) ✓
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates Kevin J. 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.
Suretec Insurance Company
Surety
i
* By 1
itle)
Cara D. Hancock, Attorney —In —Fact
Approved as to form:
City of2
k �
By:
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.
2
POA #: 4221259
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Kevin J. Dunn, Cara D. Hancock
its true and lawful Attorney -in -fact, with fall power and authority hereby conferred in its name, place and stead, to execute, acknowledge
and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the
conditions of contracts and consents of surety, providing the bond penalty does not exceed
Five Million Dollars and no/100 ($5,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confinning all that the said Attomey(s)-in-Fact may do in the
premises. Said appointment shall continue in force until 12/31/10 and is made under and by authority of the following
resolutions of the Board of Directors of the SureTec Insurance Company:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or
any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon -the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20`s of April
1999.)
In Witness Whereof,, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 28th day of October, A.D. 2008.
IState of Texas
County of Harris
SURETEC INS CE COMPANY
x, By.
t I3.J. KI esident t,u lu y
I�
IOn this 28h day of October, 2008 before me personally came B.J. King, to me known, who, being by me duly sworn, did depose and say, that he resides
1 in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;
that lie knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of
Directors of said Company; and that he signed his name thereto by like order.
Michelle Denny
. Naawy f uboa
State of Texas
Michelle Denny, Notary Public
My commission expires August 27, 2012
1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is stilt in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
Given under my hand and the seal of said Company at Houston, Texas this 23rd day of March .2009 , A.D.
M. Brent eaty, Assis ant Secretary
Any Instrument issued In excess of the penalty stated above Is totally void and without any validity.
For verification of the authority of this power you may call (713)812-0800 any business day between 8:0 am and 5:00 pm CST.
SureTec Insurance Company
THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION
Statutory Complaint Notice
To obtain information or make a complaint: You may call the Surety's toll free telephone
number for information or to make a complaint at: 1-866-732-0099. You may also write to the
Surety at:
SureTec Insurance Company
5000 Plaza on the Lake, Suite 290
Austin, TX 78746
You may contact the Texas Department of Insurance to obtain information on companies,
coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of
Insurance at
PO Box 149104
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 Surety first. If the dispute is not resolved, you may
contact the Texas Department of Insurance.
Terrorism Risks Exclusion
The Bond to which this Rider is attached does not provide coverage for, and the surety shall
not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war.
Exclusion of Liability for
Mold, Mycotoxins, Fungi & Environmental Hazards
The Bond to which this Rider is attached does not provide coverage for, and the surety
thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines,
spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental
hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup,
nor the remediation thereof, nor the consequences to persons, property, or the performance
of the bonded obligations, of the occurrence, existence, or appearance thereof.
Texas Rider 010106
CERTIFICATE OF INSURANCE
U3/11/ZUUH1 U5: Z5 VAA OUD 140 DUOU GAMN rAV 11Yb Q VU1/ UUL
ACORD CERTIFICATE OF LIABILITY INSURANCE
I IlmI 2"�" cos'm
PRODUCER Alan Henry Ins. Agency, Inc.
3407 19th Street
Lubbock TX 79410
THIS CERTIFICATE IS ISSUED AS A NATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
NAIC #
INSLq D Ronnie Zahn Paving, Inc.
6608 MLK Blvd,
Lubbock TX 79404
INsSecurity National Insurance Company
INSURER B: Texas Mutual Insurance
INSURER 0:
INSURER 0:
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.
BNBR
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
GENERAL
X
LABILITY
ERCIAL GENERAL LIABILITY
SPPIOD1576
10/01/2008
10/01/2W9
EACH OCCURRENCE
11000,000
DAMAGE TO RENTED
10Q,�1}0
CLAIMS MADE M OCCUR
MED EXP one non
5,0OO
PERSQN& &ADVINJURY
} 1•000+000
GENERAL AGGREOM
2,000,000
GEN'L AGGREGATE
LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
200+01MI
17 POLICY
MP F� LOG
A
AUTOMOBILE
X
LIABILITY
ANY AUTO
SPPI001576
10/01/2008
10101/20N
COMBINED SINGLE umrr
(Ee��)
$ 1,000,000
I
BODILY INJURY
(Pe(pawn)
_
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
$
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
(Per accident)
$
OAMGE LIABLRY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY: AGO
$
ANY AUTO
S
ExcEBsruwe NABIJTv
X OCCUR CLAIMS MADE
KMB1002276
I
10/01/2008
10/01/2W9
occ AEN E
l'�'�
AGGREGATE
DEDUCTIBLE
RETENTION
B
WORXERSCOMPENSATION AND
T5F-M1122392
10/01/2008
10/01/2009
TH-
X I WCSTAru oPA
E.L. EACH ACCIDENT
1,000,000
EMPLOYERS' LU MLm
ANYPROPAIEIOR/P/EXECUTNE
OFFICERAAEMBER EXCLUDEXCLUDED?
E.LDISEASE-E%EMPLOYE
$....._. 1,000'000
I & • d..Ab. under
below
E.L.DISEASE -POLICY LIMIT
1,000,000
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES / EXCWSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
Fax # 775-2089
Certificate Holder is a primary additional insured with regard to general liablity, as per written contract. Wavier of subrogation
applies in favor of certificate holder, as per written contract
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
U
City of Lubbock
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAL DAYS WRITTEN
Building Inspections
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 BO SHALL
PO BOX 20DO
IMPOSE NO OBLIOATION OR LIABILITY OF ANY MNO UPON THE INSURER, ITS AGENTS OR
Lubbock TX 79457
AUIHO=ED REPRESENTATIVE
ACORD 25 (2DO1/D8) 0 ACORD CORPORATION 1988
U4111/LUUU uo:Gu rAA oU0 140 UUOU LAM14 rAYIINU LJLJUUL/UU4
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).
111MoIA_1I�141
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 after the coverage afforded by the policies listed thereon.
2512001 t081
CERTIFICATE OF INS U* ANCE
�I TO:
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TX 79457
DATE:
TYPE OF PROJECT:
THIS IS TO CERTIFY THAT (Name and Address of Insured) is,
at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for
the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further
hereinafter described. Exceptions to standard nolicv noted hereon
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
Commercial General Liability
General Aggregate $
Claims Made
Products-Comp/Op AGG $
Occurrence
Personal & Adv. Injury $
Owner's & Contractors Protective
Each Occurrence $
D
$
Fire Damage (Any one Fire) $
Med Exp (Any one Person)
AUTOMOTIVE LIABILITY
Any Auto
Combined Single Limit $
All Owned Autos
Bodily Injury (Per Person) $
Scheduled Autos
Bodily Injury (Per Accident) $
Hired Autos
Property Damage $
Non -Owned Autos
GARAGE LIABILITY
Any Auto
Auto Only - Each Accident $
_
Other than Auto Only:
Each Accident $
Aggregate $
BUILDER'S RISK
100%of the Total Contract Price
$
INSTALLATION FLOATER
$
EXCESS LIABILITY
Umbrella Form
Each Occurrence $
Other Than Umbrella Form
Aggregate $$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ 5 Included
Statutory Limits
Partners/Executive ❑ Excluded
Each Accident $
Officers are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
canceled by the insurer in less than the legal time required after the insured has received written notice of such change or
_ cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
(Name of Insurer)
MUST BE SENT TO THE CITY OF LUBBOCK
By:
Title:
The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General
Liability and Automobile Liability and provide a Waiver of Subrogation in favor of the City of Lubbock.
No Text
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based
on proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional
words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE
CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON
THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S
RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE
DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
_ , 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
1i equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
-11 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._
3
t'
CONTRACT
CONTRACT # 8926
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this March 23, 2009 by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and Ronnie Zahn Paving, Inc. of the City Lubbock 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 #09-020-MA - CITIBUS PARKING LOT EXPANSION-$ 503.510
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. Ronnie Zahn Paving, Inc. bid dated March 10, 2009 is incorporated
into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
C ONTR AC`.TOR
COMPLETE ADDRESS:
Company Ronnie Zahn Paving, Inc.
Address 6608 MLK BLVD
City, State, Zip Lubbock Texas 79404
ATTEST:
Corporate Secretary
CITY OF LUBBOCK, TEXAS O R):
By:
MAYOR
ATTEST:
Q J", %.
City Sec etary
City Attorney
[ CONTI ACT #
STATE OF TEXAS
t COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 2009 by and between the City
of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock thereunto authorized
to do so, hereinafter referred to as OWNER, and . of the City County of
i and the State of hereinafter termed CONTRACTOR.
I
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 #09-020-MA - CITIBUS PARKING LOT EXPANSION-$
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
1 proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
e 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. . bid dated FEBRUARY 24. 2009 is
incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR: CITY OF LUBBOCK, TEXAS (OWNER):
By:
PRINTED NAME:
TITLE:
COMPLETE ADDRESS:
Company
Address
{ ' City, State, Zip.
�+ ATTEST:
Corporate Secretary
IIn
MAYOR
ATTEST:
City Secretary
APPROVED AS TO CONTENT:
Owner's Representative
Director
APPROVED AS TO FORM:
City Attorney
I
I
r
r
I
GENERAL CONDITIONS OF THE AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
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 . who has agreed to perform the work
embraced in this contract, or their legal representative.
OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative 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.
Q. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to
Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
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.
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.
IL 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
t 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.
l
l
3
1
l
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the
authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the
contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds
of work which are to be paid for under the contract documents, and shall determine all questions in relation to said
work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem
proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is
furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all
reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper
inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of
any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are
consistent with the obligations of this Agreement and accompanying plans and specifications provided, however,
should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor
may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the
absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be
deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision
by competent and reasonable representatives of the Contractor is essential to the proper performance of the work
and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any 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
g
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
work required under this contract, to do the work; and agrees that whenever the he Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
.;,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's
written consent.
19.
CONSTRUCTION PLANT
-
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
i
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
i
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
t
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
k
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.
4
1
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
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.
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.
CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
e
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
4
t
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,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined
by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted
by the Associated General Contractors of America. Where practical, the terms and prices for the use of
machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general
superintendence and field office expense, and all other elements of cost and expense not embraced within the
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind 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.
` 1 26
1
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.
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.
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 insurance required to be provided by Contractor
and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-
insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by
virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to
the City in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of
insurance specifying each and all coverages shall be submitted prior to contract execution.
t
t
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF
A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED
ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE
ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO
THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED.
IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL
-, PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR
A. General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1000,000
Combined Single Limit in the aggregate and per occurrence to include: .
Premises and Operations
Products & Completed Operations Hazard
Contractual Liability
Personal Injury & Advertising Injury
Heavy Equipment Endorsement
B. Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, $0 Combined Single Limit. This
policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance (Primary Additional Insured and Waiver of Subrogation
Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500.000 Combined Single Limit,
to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and
Non -owned Vehicles. The City is to be named as a primary 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 (Primary Additional Insured and Waiver of Subrogation required)
The Contractor shall have Umbrella Liability Insurance in the amount of $0 on all contracts with coverage
to correspond with Comprehensive General Liability and Compr
coverages. ehensive Automobile Liability
' F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000.
8
Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section _406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity 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.
i-
7. The Contractor shall notify the governmental entity in writing by certified mail or persona
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.
F
9
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
1 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 401.01 ](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;
(fl 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
10
No Text
j does not remedy the breach within ten days after receipt of notice of breach from the
1 governmental entity.
I
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.
O
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;
4- (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
during the duration of the project;
Contractor's current certificate of coverage ends
(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
showing
the governmental entity will have on file certificates of coverage
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
f
i
one year thereafter;
ll
1
(t7 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;
(9) 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 commission rules. This notice must be printed with a title in at east 30 point bold type
other
and text in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
this construction project must be covered by workers' compensation insurance This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other service related to the project, regardless of the identity
of their employer or status as an employee "
Call the Texas Workers' Compensation Commission at 8001372-7713 or 5121804-4000
(hltp:/lwww twcc-state Mushwcccontacts html) to receive information of the legal
requirements for coverage, to verb 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;
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
i
insurance carrier or, n 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,
j_
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;
12
I
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
{ on the current certificate of coverage ends during the duration of the
project;
-� (vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (Q-(vW), 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.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
{Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
- Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
13
i$
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
i 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,man
ner 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
j 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 arisingtherefrom. efrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar
r. 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' I
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 sub
ng of any portion or feature of the work, r material
required in the performance of this contract, shall not rel relieve Contractor from its full obligations tot he Owners
as provided by the contract documents.
a
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
f
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 ONE THOUSAND AND 0(1 N0/1
DOLLARS ($1000) ONE THOUSAND THREE HUNDRED FIFTY AND NO/100 DOLLARS ($1 350)I SIX
HUIVRED FIFTY AND N0/100 DOLLARS ($650) 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
s expressly agreed to be not disproportionate to actual damages as measured at time of breach.
14
f
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner
as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative
may direct the time and manner of constructing work done under this contract so that conflicts will be avoided
and the construction of the various works being done for the Owner shall be harmonized.
'-:
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which
the Contractor will start the several parts of the work and estimated dates of completion of the several parts.
j 36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of
this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly
agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its
work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or
other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God
or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same
setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty
(20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to
affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall
be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for
extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
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
{ 15
t_ �
f
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
r _ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
40. PRICE FOR WORK
0
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work
by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
- 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.
16
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty
or warranties implied by law or otherwise.
I ; 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) Damage to another contractor.
17
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with
the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
.- Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
`6 notice hereinbcforc 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
r 18
1
(I
_ 1
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion
of the work under substantially the same terms and conditions which are provided in this contract. In case
of any increase in cost to the Owner under the new contract as compared to what would have been the
cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and
remain bound therefore. Should the cost to complete any such new contract prove to be less than that
which would have been the cost to complete the work under this contract, the Contractor or his Surety
shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of
completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the Owner had the work been completed by the Contractor under the terns of this contract, or
when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner,
then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and
the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor
and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent
permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in
this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided
in paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
i 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
i The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
f the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
19
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 borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority
to direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or
other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
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.
20
In the event Own KSRepresentative shall consent m the request o Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i)larine for the level oexpertise rquirdfor proper
profs AmoAeagoscntempkeb this Contract and, inprticlra,+all aspects ohandling, rode,
disposal and exposure oHazardous SbbneShydrocarbons oother petroleum products obyproducts and/or
asbestos; and (i)are provided and utilize all protective equipment, including wi!o!§mi!§o,personal
protective gear,necessary to provide protection from exposure to Hazardous Substances, hyAo«bn or other
petroleum productsobyproducts and/or asbestos.
56. \O\APPROPR AT O\
All funds for payment b the City under this contract are subject m the availability of an annual appropriation for
this purpose b the City. In the event onon-appropriation of funds by the City Council othe City of Lubbock
for the goods o services provided under the con#at the City will terminate the contract, without termination
charge or other liability, on the |satday athe then -current fiscal year o when the appropriation made for the
then -current year for the goods o services covered b this contract &set,whichvreelocnars! If B
any time funds are not appropriated for the continuance othis contract, cnellaionshall b accepted by the
Seller on thirty (3gdays prior written n(clebut failure to give such ntic,eshall boneffect and the City
shall not bob[Rlkeunder this contract beyond the date oftrmma!!o.
2!
CURRENT WAGE DETERMINATIONS
RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002
Craft
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Asbestos Worker
Asbestos Supervisor
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
Equipment Operator -Heavy
Equipment Operator -Light
Fire Sprinkler Fitter -Journey
Fire Sprinkler Fitter -Apprentice
Floor Installer
Glazier
Insulator-Piping/Boiler
Insulator -Helper
Iron Worker
Laborer -General
Mortar Mixer
Painter
Plumber
Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder -Certified
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Hourly Rate
11.50
12.00
7.50
9.00
12.50
12.50
7.00
11.00
7.00
9.00
11.00
15.00
8.00
10.00
9.00
18.00
10.00
9.50
10.50
10.50
7.00
11.00
6.00
6.00
9.50
12.50
7.00
9.00
7.00
10.00
7.00
11.00
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrical Repairer -Equipment
Flagger
Form Setter
Form Setter -Helper
Laborer -General
Laborer -Utility
Mechanic
Mechanic -Helper
Power Equipment Operators
Asphalt Paving Machine
Bulldozer
Concrete Paving Machine
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grader Operator
Roller
Scraper
Tractor -Trailer
Truck Driver -Heavy
- Truck Driver -Light
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Hourly Rate
9.00
7.50
9.00
7.50
1-2.50
6.50
8.00
6.50
6.00
6.75
9.00
7.00
I
9.00
9.00
9.00
9.00
9.00
8.00
10.25
7.00
7.50
8.50
8.00
7.00 1
OA
\% 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.
\\ EXIHBIT D
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act,
SPECIFICATIONS
21Cla U=S
PARKING FACILITY EXPANSION
Wl TEXAS AVE.
LUBBOCK, TX
MWM ARCHITECTS, INC.
2574 74TH STREET SUITE 201
LUBBOCK, TEXAS 79423
(806) 745-7707
HUGO REED AND ASSOCIATES, INC.
LAND
SURVEYORS
CIVIL
ENGINEERS
1601
AVENUE N.
LUBBOCK, TX 79401
(806)
763-5642
AGNEW ASSOCIATES, INC.
CONSULTING MECHANICAL +
ELECTRICAL ENGINEERS
3223 S. LOOP 289, SUITE 320
LUBBOCK, TX 79423
(806) 799-0753
MWM PROJECT #0108-5
DATE: JANUARY 21, 2009
�-mq L
Deus
PARKING FACILITY EXPANSION
WI lE1G$ AVE.
LUBBOCK. 1%
MWM ARCHITECTS, INC.
2574 74TH STREET SUITE 201
LUBBOCK, TEXAS 79423
(806) 745-7707
HUGO REED AND ASSOCIATES, INC.
LAND
SURVEYORS
CIVIL
ENGINEERS
1601
AVENUE N.
LUBBOCK, TX 79401
(806)
763-5642
AGNEW ASSOCIATES, INC.
CONSULTING MECHANICAL +
ELECTRICAL ENGINEERS
3223 S. LOOP 289, SUITE 320
LUBBOCK, TX 79423
(806) 799-0753
557Go �Qy
O F 'I GVd�
MWM PROJECT #0108-5
DATE: JANUARY 21, 2009
City of Lubbock
CITIBUS PARKING FACILITY EXPANSION
LUBBOCK, TEXAS
TABLE OF CONTENTS
SECTION NO. SECTION NAME NO. OF PAGES
DIVISION 1— GENERAL REQUIREMENTS
01010 SUMMARY OF WORK........................................................................................................6
01020 ALLOWANCES...................................................................................................................2
01045 CUTTING & PATCHING.....................................................................................................4
01300 SUBMITTALS......................................................................................................................3
01400 QUALITY CONTROL SERVICES.......................................................................................2
01631 PRODUCT SUBSTITUTIONS.............................................................................................3
DIVISION 2 — CIVIL WORK
02100 DEMOLITION......................................................................................................................2
02200 EXCAVATION & EMBANKMENT........................................................................................3
02530 PORTLAND CEMENT CONCRETE PAVEMENT.............................................................11
02540 JOINT SEALING FILLER.....................................................................................................1
02550 STRUCTURAL PORTLAND CEMENT CONCRETE...........................................................4
02565 CONCRETE SLABS, CURB & GUTTER AND....................................................................2
MISCELLANEOUS CONCRETE WORK
DIVISION 2 — BUILDING SITE WORK
02110 SITE CLEARING.................................................................................................................2
02282 TERMITE CONTROL..........................................................................................................3
02830 CHAIN LINK FENCING & GATE..........................................................................................4
DIVISION 3 — CONCRETE (NOT USED)
DIVISION 4 — MASONRY (NOT USED)
DIVISION 5 — METALS
05501 METAL FABRICATIONS.....................................................................................................6
DIVISION 6 — WOODS AND PLASTICS (NOT USED)
DIVISION 7 — THERMAL AND MOISTURE PROTECTION
07901 JOINT SEALERS.................................................................................................................5
DIVISION 8 — DOORS AND WINDOWS (NOT USED)
DIVISION 9 —FINISHES
09900 PAINTING............................................................................................................................6
DIVISION 10 — SPECIALTIES (NOT USED)
TABLE OF CONTENTS
E
DIVISION 11 (NOT USED)
-DIVISION 12 (NOT USED)
DIVISION 13 - SPECIAL CONSTRUCTION NOT USED
DIVISION 14 (NOT UMM)
DIVISION 15 (NOT USED)
_DIVISION 16
SEE TABLE OF CONTENTS AT BEGINNING OF SECTION
END OF TABLE OF CONTENTS
2
TABLE OF CONTENTS
Ll
,. .. � � ,�
W _.,,.
0108-5
SECTION 01010 - SUMMARY OF WORK
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General and Supplementary Conditions and
other Division-1 Specification Sections, apply to this Section.
1.2 PROJECT DESCRIPTION
{ I A. The Project consists of the Work on a site situated north of the CitiBus Maintenance Facility located
at 801 Texas Avenue, located in Lubbock County, Texas.
x I. The Work shall include, but is not limited to, the construction of parking lots, driveways, and
removal of the street and associated paving plus associated gates and fencing buildings as
illustrated in the Contract Documents.
2. All permits necessary for the completion of the Work.
r 1.3 CONSTRUCTION SCHEDULE
A. It is anticipated that this Work may commence by January 1, 2009.
B. See Construction Schedule Bar Chart requirements in SECTION 01300 -SUBMITTALS.
1.4 WORK UNDER OTHER CONTRACTS
A. Separate contracts MAY be issued by the Owner. These operations MAY occur simultaneously
with the Contract Time for the Project Work.
B. Coordinate the City of Lubbock CitiBus Parking Facility Project Work with the Owner's
Contractors.
1.5 CONTRACTOR USE OF PREMISES
A. General: Limit use of premises to construction activities in areas indicated; allow for Owner
Occupancy and use. All outside storage shall be limited to the areas shown within the Limits of
Construction as shown on the Drawings.
1. Confna operations to areas within Contract Limits indicated. Portions of the site beyond areas
in which construction operations are indicated are not to be disturbed. The Contractor shall
erect and maintain in good condition a construction fence encompassing the Contract limits as
required by the Work around various localized parts of the Work. Fence shall be a minimum of
seventy-two inches (72") high and shall have a maximum opening of six (6"). Posts shall be
sturdy and gates shall be provided as required. At Substantial Completion this Contractor shall
remove the fence and leave the site in the same condition as it was before construction
operations began.
2. The Contractor shall cooperate with other Contractors on the site to ensure that all operations
are maintained with no interruptions.
3. Keep driveways and entrances serving the premises clear and available to the Owner and other
Contractors at all times. Do not use these areas for parking or storage of materials. Schedule
deliveries to minimize space and time requirements for storage of materials and equipment on
site.
SUMMARY OF WORK 01010 -1
0108-5
B. Electrical power for construction shall be secured for and paid for by the Contractor. Care shall
be exercised so that only necessary utilities shall be used.
1.6 OWNER OCCUPANCY
A. Owner Occupancy,. The Owner may occupy the site during part of the entire construction period.
Cooperate with the Owner during construction operations to minimize conflicts and facilitate Owner
usage. Perform the Work so as not to interfere with the Owner's operations.
B. Partial Owner Occupancy: The Owner will occupy and place and install equipment in completed
areas of the building based upon the phases of the Work. Such placing of equipment and partial
occupancy shall not constitute acceptance of the total Work.
1. A Certificate of Substantial Completion will be executed for each speck portion of the Work to
be occupied prior to Owner occupancy.
2. Prior to partial Owner occupancy, mechanical and electrical systems shall be fully operational.
Required inspections and tests shall have been successfully completed. Upon occupancy the
Owner will provide operation and maintenance of mechanical and electrical systems in
occupied portions of the building.
1.7 PROJECT CLOSEOUT:
A. Project As -Built Documents: The Contractor shall keep a record set of drawings, specifications and
all submittal data on the job at all times. Record of miscellaneous changes or job adjustments
(whether or not included in a Change Order) shall be recorded by the General Contractor for all
trades and sub -contracts. At job closeout three reproducible diazo mylar sets of As -Built
documents shall be submitted for review and acceptance. Final payment will not be made until
the As -Built Documents have been accepted. Do not use the As -Built documents for construction
reference and use.
B. Provide four (4) copies of all Project Product Data or Shop Drawings, Submissions, Warranties,
Product Maintenance Procedures and Operational Procedures, Manufacturer's Written Project
Equipment Maintenance procedures and operational procedures in sleeves and placed in three
(3) ring binders.
C. Provide one (1) on -site demonstration of operational procedures for each Project Equipment
Component which shall be attended by a manufacturer's representative and the Owner's
representatives.
D. As noted in General Conditions, the Contractor shall furnish releases and waiver of liens, claims,
security interests or encumbrances arising out of the Contract before final payment and/or at the
time a Certificate of Substantial Completion is issued for each Phase of the Work. Releases
from all sub -contractors and suppliers shall also be required.
1.8 SITE INVESTIGATION:
A. It is required that, before submitting a proposal, the Contractor shall have investigated the site and
determined to his own satisfaction the site conditions and limitations insofar as they will affect his
work.
01010 - 2 SUMMARY OF WORK
g
r
0108-5
i
B. Underground Utilities: Failure of the Drawings to show underground utility lines or other concealed
piping, wiring and the like shall not be construed as a guarantee on the part of the Architect or the
( Owner that such conditions do not exist, though unknown. All operations involving excavations or
removals shall be done at the risk of the Contractor who shall take the necessary precautions to
protect employees and the public from injury or death and to avoid damage to existing systems.
1.9 REFERENCE STANDARDS:
A. All standards such as those issued by the American Society for Testing and Materials, American
fications which
Standards Association, Federal, Military, or General Services Administration speci ' are referred to in this specification shall be considered as included herein by reference and unless a
date or other designation is given which establishes the date of publication, it shall be that issue
which is current at the time of the bidding.
1.10 DEBRIS:
A. All debris of any nature including but not limited to as broken concrete, tom -out masonry, plaster,
excess fill, unacceptable fill, crates, cartons, roofing, etc. shall be the entire responsibility of the
Contractor who shall remove the aforementioned debris from the site and legally dispose of same.
Should street Brick Pavers be encountered, said brick pavers shall be REMOVED, palletized and
relocated to a location as directed by the City of Lubbock.
1.11 TEMPORARY CONSTRUCTION:
A. Storage Sheds: Shall be confined to the Construction Limits shown on the Drawings.
1. Provide, maintain and remove when directed, suitable, substantial, water -tight storage facilities
in which to store all materials which would be damaged by the weather. All Storage space shall
be of sufficient size to hold all such materials, required on the site at one time and if the storage
space is an outside building, it shall have floors raised at least 6" above the ground, on heavy
joist or sleepers.
B. Temporary Toilets: Shall be confined to the Construction Limits shown on the Drawings.
1. Post notices, take such precautions as may be necessary, and do any cleaning necessary to
keep the building and premises in a sanitary condition. At the beginning of the work provide on
the premises where approved, suitable temporary toilets and enclosures for the use of all
workmen on the job, including separate contractors, and maintain same in sanitary condition
and remove same and all its contents upon completion of the building.
C. Temporary power and lights: Provide temporary power and lights as required for the Project.
D. Temporary Water: Provide temporary water as required for the Project.
1.12 CONTRACTOR'S QUALITY CONTROL:
A. The Contractor shall employ a competent Superintendent to be in attendance at the job site
whenever any of the Work is being performed.
B. The Contractor shall maintain an adequate inspection system and perform such inspections as will
assure that the work performed will conform to the Contract requirements.
I:
SUMMARY OF WORK
01010 - 3
._, 0108-5
trol
C. The Contractor shall ices requiredeand shall conform toaintain an 've qualitythe Contract nrequ program ents wh herwill
constructed
all supplies and services
or processed by the Contractor, or procured from Sub -contractors at any tier, or from vendors an
suppliers.
1.13 OCCUPATIONAL SAFETY AND HEALTH ACT:
Bidders shall review the Williams-Stieger Occupational Safety and Health Act of 1970 and all
subsequent revisions and amendments thereto and Rules and Regulations (hereinafter referred to
as OSHA) implementing the provisions of such Act prior to the submission of their proposals to
perform the work to be accomplished under this contract. Bidders shall, in preparing their bid
proposals, make adequate allowances for the strict compliance with OSHA and any subsequent
Rules and Regulations having the force of law.
A.
1.14 ACCESS TO WORK: 11 times
l at a
A. The Owner or any one he may wherever it is in preparation ation of progre stand the Contractor signa, the Architect and his epresentatives l
have access to the Work w shall provide
proper and safe facilities for such access and for inspection.
1.15 TEMPORARY FIELD OFFICE.
ltemporary
A. The General Contractor shall furnish and maintain throughout al construction phases
field office including separate space for the Architect and a conference/ meeting room space.
B. The General Contractor shall provide a telephone, fax machine and computer equipped with e-mail
ble to all persons connected with the Work; however, the Contractor
capabilities which will be availa
shall not be liable for long distance calls except those authorized by himself.
C. The General Contractor shall provide suitable toilet facilities for all work persons and shall remove
same at completion of the Work. Provide a suitable blind at all temporary toilets.
f
1.16 DRAWINGS AND SPECIFICATIONS
A. The Drawings and Specifications are intended to describe and provide for a finished and complete
piece of Work. And as such, though the Drawings and Specifications may be
a diag amic,at is may
not show, indicate, or specify all necessary off -sets, appendage(s) ( ) a
ithe
intent thereof for the General Contractor to provide all necessary items for a finished and
co epand
lete
operational piece(s) of Work. All Work must meet the requirements of all the app'
governing codes laws, ordinances, rules, and regulations of the locality.
B. No extra compensation will be allowed for oversight of any such requirements, except by
written
order issued by the Owner.
ifications shall be requested of the
C. Should any doubt arise rega'dinog Drawings ,eve he Contractor from the responsibility espons bil ty to complete the work
Architect. Failure to do so `
to the Owner's satisfaction.
ence to the
actor and
D. The arrangement of theNo intended as a
or implied isfassumed by thercontothers
his
connected with the work. P
subcontractors due to real or alleged error in the arrangement of the specifications.
SUMMARY OF WORK
01010 - 4
0108-5
E. In case of conflict between the Drawings and Specifications or between large and small scale
Drawings or between Specifications and schedules, the Architect will determine the requirements to
use; but, in general, the material, equipment, or method producing the best quality construction in
the opinion of the Architect will be used.
F. The mention of certain items in the Specifications or Drawings to the exclusion of others; or the
mention of Work to be done in a specific area to the exclusion of similar Work required in other
areas; or the failure to cross-reference related Work specified elsewhere, shall not relieve the
Contractor of his responsibility under the Contract Documents.
G. The segregation of the various parts of the work under headings or by trades, does not relieve the
Contractor of the responsibility for furnishing every item shown on the Drawings or mentioned in the
Specifications or reasonably inferable therefrom as being necessary to produce the intended result
in a first class manner for a fully operational piece of the Work.
H. The mention of certain items in the Specifications or Drawings to the exclusion of others; or the
mention of Work to be done in a specific area to the exclusion of similar Work required in other
areas; or the failure to cross-reference related Work specified elsewhere, shall not relieve the
Contractor of his responsibility under the Contract Documents. If an item or piece of the Work is
shown/indicated in the Drawings and NOT in the Specifications OR N it is shown/indicated in the
Specificabons and NOT in the Drawings OR if it is called out in one section of the Drawings or
Specifications it shall be assumed that the item or piece of the Work has been included, called out
and/or required for the Work in every Drawing and/or Specification and will be incorporated into the
Work without any additional cost to the Owner.
1.17 CODES AND ORDINANCES
A. The Contractor and Sub -Contractors) shall exercise usual and customary professional care in their
execution of the Work so as to comply with all applicable laws, including the following codes and
regulations in effect as of the date of this Contract.
1. International Building Code (2003 Edition)
2. National Electrical Code (latest edition)
3. International Plumbing Code and International Mechanical Code (2000 Edition)
4. NFPA 101, Life Safety Code (latest edition)
5. National Fire Protection Association Codes and Standards (latest edition)
6. ANSI/ASME A17.1 Safety Code for Elevators and Escalators
7. ANSI Z136.1 Standards for Safe Use of Lasers
8. State Insurance Board requirements governing fire sprinkler systems
9. U.S. Environmental Protection Agency regulations
10. ASHRAI Standard 90A, B, & C - Energy Conservation in New Building Design
11. U.S. Department of Health, Public Health Service regulations and guidelines
12. The Rules and Regulations of the Board of Underwriters Laboratories .
13. Occupational Safety and Health Act
14. The "ADA" or "TAS" regulations governing access by persons with disabilities
15. International Fire Code (2003 Edition).
16. nances, Rules and Regulations, not specifically
All State, National and Local Codes, Ordi
mentioned above but which apply to the proposed construction.
17. In any case of conflict between any of the documents mentioned above, the highest
requirements shall govern. No extras shall be allowed for any changes to make the Work
conform to the regulations of the above mentioned documents; they shall be considered as
completely included in the Contract Price. Nothing is these Drawings and Specifications shall
be constructed to permit Work not conforming to these codes.
01010 - 5
SUMMARY OF WORK
0108-5
B. All applicable State laws, municipal ordinances, and the rules and regulations of all authorities
} having jurisdiction over construction of the project shall apply to the Contract throughout, and they
will be deemed to be included in the Contract the same as though herein written out in full.
1.18 EXISTING UNDERGROUND UTILITIES
A. Existing underground lines occur in the site where the Work is to be done. The Contractor shall visit
the site and determine the location of all utility lines. Existing lines shown in the Drawings are not
guaranteed as to size and location or for completeness. Any utility line which interferes with the new
construction and is not to be relocated, removed or rerouted by others and/or it to remain on the
site as shown in the Drawings, shall be relocated or rerouted by the Contractor as directed by the
Architect/Engineer and Owner at no cost to the Owner.
1.19 LAYOUT OF THE WORK
A. The Contractor shall be solely responsible for the layout of the work in strict compliance with the
Contract Documents.
1.20 COLORS
A. Color samples shall be furnished for all materials along with the other submittal material. All
samples shall be submitted to the Architect is sufficient time as to cause no delay in the process of
the Work, bearing in mind that ALL colors must be in the Architect's hand before ANY selections
can be made. Any Product color, whether speed, selected or not, shall be approved in writing
before said Product can be ordered and/or be fabricated.
PART 2 - PRODUCTS (Not applicable).
PART 3 - EXECUTION (Not applicable).
END OF SECTION 01010
THIS SECTION PREPARED BY MWM ARCHITECTS, INC.
1
01010 - 6
SUMMARY OF WORK
_I
f.
0108-5
SECTION 01020 - ALLOWANCES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General and Supplementary Conditions and
other Division-1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section specifies administrative and procedural requirements governing handling and
processing allowances.
B. Types of allowances required include the following:
1. Lump sum allowances.
handling Change Orders are included in Section "Change Order
C. Procedures for submitting and
Procedures."
D. Should the cost of any work co allowance, the Contract Sum shall J al' adjuby sted statedlowances be more or less than the amount for the
st d accordingly by proper Change Order.
1.3 SELECTION AND PURCHASE rd, advise the
tect of the date when the final
A. At the earliest feasible date after Contract
awa tem described by n aillowance must be completed in
selection and purchase of each prod or sYs
order to avoid delay in performance of the Work.
for use in 1. When requested by the Architect,
obtainproposals
are relevant for each to performance of the Work.making final
wance
selections; include recommendationsleer.
2. Purchase products and systems as selected by the Architect from the designated supplier.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION
3.1 PREPARATION nstalion for each allowance with related
ions
A. Coordinate materials and their item istcompletely integrated and interfaced with ,related construals and ction
to ensure that each allowance
activities.
3.2 SCHEDULE OF ALLOWANCES
A. Allowance No. 1: Allow $50,000.00 for a Contingency Allowance.
1. Said Contingency Allowance shall only be used upon receipt of the Owner's written
authorization.
B. Allowance No. 2: Allow $50,OOU.00 for all soils compaction and concrete testing work associated
with Work required by the Contract Documents.
1. The allowance figures cover the required travel, field sa osta epand alsiother gn i testing t'labora o'ries
(for tests that pass), reproduction of copies, p g
expenses.
01020 -1
ALLOWANCES
I 0108-5
r
i_
2. The Contractor shall include the following in his Proposal and will not be a part of the Testing
r Allowances:
a. Contractor's incidental labor and facilities required to assist the Testing Laboratory.
b. Costs of retesting tests that fail.
c. Contractor's overhead and profit.
n 3. Contractor shall list the amount of testing invoices on each a
copies of Invoices with each application. application for payment and include
END OF SECTION 01020
<, THIS SECTION PREPARED BY MWM ARCHITECTS, INC.
i
i
1
l
l
01020 - 2
ALLOWANCES
0108-5
SECTION 01045 - CUTTING AND PATCHING
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General and Supplementary Conditions and
other Division-1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section specifies administrative and procedural requirements for cutting and patching.
B. Refer to other Sections for speck requirements and limitations applicable to cutting and patching
individual parts of the Work.
n apply to all
1. Requirements of this Sectioportions of the work including mechanical and
and Division-16 Sections for other requirements
electrical installations. Refer to Division-15
and limitations applicable to cutting and patching mechanical and electrical installations.
C. In general all cutting and patching
a lc floor nd ceiling conditions that existed rformed in such a in the space being altered.
ner as to provide a finish
appearance similar to theperform all
Finishes shall be as near the existing adjacent finishes as possible. And, in general, p
cutting and patching of existing construction during the Summer Vacation period or if required by
the schedule of the Work htimesn commeement of any cutting and ortng patch rig wo conducted this Work
with the Owner prior to t
1.3 SUBMITTALS
Cutting and Patching Proposal: Where approval of procedures for cutting and patching is required
before proceeding, submit a proposal describingprocedures
Noce dw�nlin advance of the clude the following!me nfo matnd
i ion,
patching will be performed and request approval
applicable, in the proposal:
1. Describe the extent of cutting and patching required and how it is to be performed; indicate why
it cannot be avoided.
2. Describe anticipated results in terms of changes to existing construction; include changes to
structural elements and operating components as well as changes in the building's appearance
and other significant visual elements.
3. List products to be used and firms or entities that will perform Work.
4. Indicate dates when cutting and patching is to be performed.
5. List utilities that will be disturbed or affected, including those that will be relocated and those
that will be temporarily out -of -service. Indicate how long service will be disrupted.
6. Approval by the Architect to proceed with cutting and patching does not waive the Architect's
right to later require complete removal and replacement of a part of the Work found to be
unsatisfactory.
A.
1.4 QUALITY ASSURANCE
A. Requirements for Structural Work: Do not cut and patch structural elements in a manner that
would reduce their load -carrying capacity or load -deflection ratio.
1. Obtain approval of the cutting and patching proposal before cutting and patching the following
structural elements:
a. Foundation construction.
01045 -1
CUTTING AND PATCHING
,. �, ...,, ,., ,,,.., ^f .._.._,�,„Y
b. Bearing and retaining walls.
c. Structural concrete.
d. Structural steel.
e. Lintels.
f. Structural decking.
g. Miscellaneous structural metals.
h. Equipment supports.
i. Piping, ductwork, vessels and equipment.
B. Operational and Safety Limitations: Do not cut and patch operating elements or safety related
components in a manner that would result in reducing their capacity to perform as intended, or
result in increased maintenance, or decreased operational life or safety.
1. Obtain approval of the cutting and patching proposal before cuffing and patching the following
operating elements or safety related systems:
a. Shoring, bracing, and sheeting.
b. Primary operational systems and equipment.
c. Air or smoke barriers.
d. Water, moisture, or vapor barriers.
e. Membranes and flashings.
f. Fire protection systems.
g. Noise and vibration control elements and systems.
h. Control systems.
i. Communication systems.
j• Conveying systems.
k. Electrical wiring systems. j
I. Special construction specified by Division-13 Sections. }
C. Visual Requirements: Do not cut and patch construction exposed on the exterior or in occupied
spaces, in a manner that would, in the Architect's opinion, reduce the building's aesthetic qualities,
or result in visual evidence of cuffing and patching. Remove and replace Work cut and patched in a
visually unsatisfactory manner.ln general, all cutting and patching shall be performed in such a
manner as to insure that the finished surfaces shall be as close visually to the existing surfaces as
possible.
PART 2-PRODUCTS
2.1 MATERIALS
A. Use materials that are identical to existing materials. If identical materials are not available or
cannot be used where exposed surfaces are involved, use materials that match existing adjacent
surfaces or like construction elsewhere to the fullest extent possible with regard to visual effect.
Use materials whose installed performance will equal or surpass that of existing materials.
01045 - 2
CUTTING AND PATCHING I
r-�-� r---- �=-- ��-` ,~-- ��_�_j �--- r--~ �--~ � --/ '� T �---` r--1 r~--� ----` �--7 ----- ~--- �---
0108-5
PART 3 - EXECUTION
3.1 INSPECTION
A. Before cutting existing surfaces, examine surfaces to be cut and patched and conditions under
which cutting and patching is to be performed. Take corrective action before proceeding, if unsafe
or unsatisfactory conditions are encountered.
1. Before proceeding, meet at the site with parties involved in cutting and patching, including
mechanical and electrical trades. Review areas of potential interference and conflict.
Coordinate procedures and resolve potential conflicts before proceeding.
3.2 PREPARATION
A. Temporary Support: Provide temporary support of Work to be cut.
B. Protection: Protect existing construction during cutting and patching to prevent damage. Provide
protection from adverse weather conditions for portions of the Project that might be exposed during
cutting and patching operations.
C. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas.
D. Take all precautions necessary to avoid cutting existing pipe, conduit or ductwork serving the
building, but scheduled to be removed or relocated until provisions have been made to bypass
them.
3.3 PERFORMANCE
A. General: Employ skilled craftsmen to perform cutting and patching. Patching shall be done by
craftsmen certified in the particular craft involved. Proceed with cutting and patching at the earliest
feasible time and complete without delay.
1. Cut existing construction to provide for installation of other components or performance of other
construction activities and the subsequent fitting and patching required to restore surfaces to
their original condition.
B. Cutting: Cut existing construction using methods least likely to damage elements to be retained or
adjoining construction. Where possible review proposed procedures with the original installer;
comply with the original installer's recommendations.
1. Cut existing construction to provide for installation of other components or performance of other
construction activities and the subsequent fitting and patching required to restore surfaces to
their original condition.
C. Patching: Patch with durable seams that are as invisible as possible. Comply with specified
tolerances.
1. Where feasible, inspect and test patched areas to demonstrate integrity of the installation.
2. Restore exposed finishes of patched areas and extend finish restoration into retained adjoining
construction in a manner that will eliminate evidence of patching and refinishing.
3. Where removal of walls or partitions extends one finished area into another, patch and repair
floor and wall surfaces in the new space to provide an even surface of uniform color and
appearance. Remove existing floor and wall coverings and replace with new materials, if
necessary to achieve uniform color and appearance.
a. Where patching occurs in a smooth painted surface, extend final paint coat over entire
unbroken surface containing the patch, after the patched area has received primer and
second coat.
CUTTING AND PATCHING
01045 - 3
0108-5
4. Patch, repair or rehang existing ceilings as necessary to provide an even plane surface of
uniform appearance.
3.4 CLEANING
A. Thoroughly clean areas and spaces where cutting and patching is performed or used as access.
Remove completely paint, mortar, oils, putty and items of similar nature. Thoroughly clean piping,
conduit and similar features before painting or other finishing is applied. Restore damaged pipe
covering to its original condition.
END OF SECTION 01045
THIS SECTION PREPARED BY MWM ARCHITECTS, INC.
01045 - 4 CUTTING AND PATCHING
0108-5
SECTION 01300 -SUBMITTALS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General and Supplementary Conditions and
other Division-1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section specifies administrative
performance of the Work, including;
1. Contractor's construction schedule.
2. Submittal schedule.
3. Shop Drawings.
4. Product Data.
5. Samples.
and procedural requirements for submittals required for
B. Inspection and test reports are included in Section "Quality Control Services."
1.3 SUBMITTAL PROCEDURES
A. Coordination: Coordinate preparation and processing of submittals with performance of
construction activities. Transmit each submittal sufficiently in advance of performance of related
construction activities to avoid delay.
1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals and
related activities that require sequential activity.
2. Coordinate transmittal of different types of submittals for related elements of the Work so
processing will not be delayed by the need to review submittals concurrently for coordination.
a. The Architect reserves the right to withhold action on a submittal requiring coordination with
other submittals until related submittals are received.
3. Processing: Allow sufficient review time so that installation will not be delayed as a result of the
time required to process submittals, including time for resubmittals.
B. Submittal Transmittal: Package each submittal appropriately for transmittal and handling. Transmit
each submittal from Contractor to Architect using a transmittal form. Submittals received from
sources other than the Contractor will be returned without action.
1. On the transmittal .Record relevant information and requests for data. On the form, or separate
sheet, record deviations from Contract Document requirements, including minor variations and
limitations. Include Contractor's certification that information complies with Contract Document
requirements.
1.4 CONTRACTOR'S CONSTRUCTION SCHEDULE
A. Bar -Chart Schedule: Prepare a fully developed, horizontal bar- chart type Contractor's construction
schedule. Submit within 30 days of the date established for "Commencement of the Work".
1. Provide a separate time bar for each significant construction activity. Provide a continuous
vertical line to identify the first working day of each week. Use the same breakdown of units of
the Work as indicated in the "Schedule of Values".
2. Indicate completion in advance of the date established for Substantial Completion. Indicate
Substantial Completion on the schedule to allow time for the Architect's procedures necessary
for certification of Substantial Completion.
01300 -1
SUBMITTALS
0108-5
,i B. Phasing: Provide notations on the schedule to show how the sequence of the Work is affected by
requirements for phased completion to permit Work by separate Contractors and partial occupancy
by the Owner prior to Substantial Completion.
C. Distribution: Following response to the initial submittal, print and distribute copies to the Architect,
Owner, subcontractors, and other parties required to comply with scheduled dates. Post copies in
the Project meeting room and temporary field office.
1. When revisions are made, distribute to the same parties and post in the same locations.
Delete parties from distribution when they have completed their assigned portion of the Work
and are no longer involved in construction activities.
D. Schedule Updating: Revise the schedule after each meeting or activity, where revisions have been
recognized or made. Issue the updated schedule concurrently with report of each meeting.
1.5 SHOP DRAWINGS
A. Submit newly prepared information, drawn to accurate scale. Highlight, encircle, or otherwise
indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy
standard information as the basis of Shop Drawings. Standard information prepared without
speck reference to the Project is not considered Shop Drawings.
B. Shop Drawings include fabrication and installation drawings, setting diagrams, schedules, patterns, T-
z templates and similar drawings.
i
C. Coordination Drawings are a special type of Shop Drawing that show the relationship and
integration of different construction elements that require careful coordination during fabrication or
installation to fit in the space provided or function as intended.
1. Submit Coordination Drawings for integration of different construction elements. Show
sequences and relationships of separate components to avoid conflicts in use of space.
1.6 PRODUCT DATA
A. Collect Product Data into a single submittal for each element of construction or system. Product
Data includes printed information such as manufacturer's installation instructions, catalog cuts,
standard color charts, roughing -in diagrams and templates, standard wiring diagrams and
performance curves. Where Product Data must be specially prepared because standard printed
data is not suitable for use, submit as "Shop Drawings."
1. Mark each copy to show applicable choices and options. Where printed Product Data includes
information on several products, some of which are not required, mark copies to indicate the
applicable information.
2. Submittals: Submit 2 copies of each required submittal; submit 4 copies where required for
maintenance manuals. The Architect will retain one, and will return the other marked with
action taken and corrections or modifications required.
a. Unless noncompliance with Contract Document provisions is observed, the submittal may
serve as the final submittal.
1.7 SAMPLES
A. Submit full-size, fully fabricated Samples cured and finished as specified and physically identical
-, with the material or product proposed. Samples include partial sections of manufactured or
fabricated components, cuts or containers of materials, color range sets, and swatches showing
color, texture and pattern.
01300 - 2
SUBMITTALS
0108-5
SECTION 01400 - QUALITY CONTROL SERVICES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General and Supplementary Conditions and
other Division-1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section specifies administrative and procedural requirements for quality control services.
B. Quality control services include inspections and tests and related actions including reports,
performed by independent agencies, governing authorities, and the Contractor. They do not include
Contract enforcement activities performed by the Architect. Required tests of soils, earthwork and
concrete work shall be as specified in SECTION 01020 - ALLOWANCES; all other testing, including
that of governmental authorities, shall be the responsibility of the Contractor and the Contractor
shall include sums for such other testing in his Proposal.
C. Inspection and testing services are required to verify compliance with requirements specified or
indicated. These services do not relieve the Contractor of responsibility for compliance with
Contract Document requirements.
D. Requirements of this Section relate to customized fabrication and installation procedures, not
production of standard products.
1. Speck quality control requirements for individual construction activities are specified in the
Sections that specify those activities. Those requirements, including inspections and tests,
cover production of standard products as well as customized fabrication and installation
procedures.
2. Inspections, test and related actions specified are not intended to limit the Contractor's quality
control procedures that facilitate compliance with Contract Document requirements.
3. Requirements for the Contractor to provide quality control services required by the Architect,
Owner, or authorities having jurisdiction are not limited by provisions of this Section.
1.3 RESPONSIBILITIES
A. Contractor Responsibilities: The Contractor shall provide inspections, tests and similar -quality
control services, specified in individual Specification Sections and required by governing authorities,
except where they are specifically indicated to be the Owner's responsibility, or are provided by
another identified entity; these services include those specked to be performed by an independent
agency and not by the Contractor. The Owner will engage the independent agency. The cost of
the services of the independent agency, testing laboratory or other qualified firm shall be paid via an
allowance to be carried by the General Contractor.
1. Retesting: The Contractor is responsible for retesting where results of required inspections,
tests or similar services prove unsatisfactory and do not indicate compliance with Contract
Document requirements, regardless of whether the original test was the Contractor's
responsibility.
a. Cost of retesting construction revised or replaced by the Contractor is the Contractor's
responsibility, where required tests were performed on original construction.
QUALITY CONTROL SERVICES
01400 -1
F
0108-5
i
2. Associated Services: The Contractor shall cooperate with agencies performing required
inspections, tests and similar services and provide reasonable auxiliary services as requested.
Notify the agency sufficiently in advance of operations to permit assignment of personnel.
Auxiliary services required include but are not limited to:
a. Providing access to the Work and furnishing incidental labor and facilities necessary to
facilitate inspections and tests.
b. Taking adequate quantities of representative samples of materials that require testing or
assisting the agency in taking samples.
c. Providing facilities for storage and curing of test samples, and delivery of samples to testing
laboratories.
d. Providing the agency with a preliminary design mix proposed for use for materials mixes
that require control by the testing agency.
e. Security and protection of samples and test equipment at the Project site.
3. Coordination: The Contractor and each agency engaged to perform inspections, tests and
similar services shall coordinate the sequence of activities to accommodate required services
with a minimum of delay. In addition the Contractor and each agency shall coordinate activities
to avoid the necessity of removing and replacing construction to accommodate inspections and
tests.
4. The Contractor is responsible for scheduling times for inspections, tests, taking samples and
similar activities.
5. The Contractor shall notify the Architect and Testing Agency at least 48 hours before an on -site
test is required.
PART 2 - PRODUCTS (Not Applicable).
PART 3 - EXECUTION
3.1 REPAIR AND PROTECTION
A. General: Upon completion of inspection, testing, sample -taking and similar services, repair
damaged construction and restore substrates and finishes to eliminate deficiencies, including
deficiencies in visual qualities of exposed finishes. Comply with Contract Document requirements
for "Cutting and Patching."
B. Protect construction exposed by or for quality control service activities, and protect repaired
construction.
C. Repair and protection is the Contractor's responsibility, regardless of the assignment of
responsibility for inspection, testing or similar services.
END OF SECTION 01400
THIS SECTION PREPARED BY MWM ARCHITECTS, INC.
01400 -2
QUALITY CONTROL SERVICES
0108-5
4
SECTION 01631 - PRODUCT SUBSTITUTIONS
PART 1 - GENERAL
i
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General and Supplementary Conditions and
other Division-1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section specifies administrative and procedural requirements for handling requests for
substitutions made after award of the Contract.
B. The Contractor's Construction Schedule and the Schedule of Submittals are included under Section
"Submittals."
1.3 DEFINITIONS
A. Definitions used in this Article are not intended to change or modify the meaning of other terms
used in the Contract Documents.
B. Substitutions: Requests for changes in products, materials, equipment, and methods of
construction required by Contract Documents proposed by the Contractor after award of the
Contract are considered requests for "substitutions." The following are not considered substitutions:
1. Substitutions requested by Bidders during the bidding period, acknowledged by Addenda and
accepted prior to award of Contract, are considered as included in the Contract Documents and
are not subject to requirements specified in this Section for substitutions.
2. Revisions to Contract Documents requested by the Owner or Architect.
3. Specified options of products and construction methods included in Contract Documents.
4. The Contractor's determination of and compliance with governing regulations and orders issued
by governing authorities.
1.4 SUBMITTALS
A. Substitution Request Submittal: Requests for substitution shall be considered if received in writing
not less than fifteen 05) full calendar days prior to the date of the scheduled bid opening. Requests
received less than 15 days prior to the scheduled bid opening shall not be considered.
1. Submit 3 copies of each request for substitution for consideration. Submit requests in the form
and in accordance with procedures required for Change Order proposals.
2. Identify the product, or the fabrication or installation method to be replaced in each request.
Include related Specification Section and Drawing numbers. Provide complete documentation
showing compliance with the requirements for substitutions, and the following information, as
appropriate:
a. Product Data, including Drawings and descriptions of products; fabrication and installation
procedures.
b. Samples, where applicable or requested.
c. A detailed comaarison of significant qualities of the proposed substitution with those of the
work soecified. Significant qualities may include elements such as size, weight, durability,
performance and visual effect.
t..
01631 -1
PRODUCT SUBSTITUTIONS
_d
0108-5
d. Coordination information, including a list of changes or modifications needed to other parts
of the Work and to construction performed by the Owner and separate Contractors, that will
become necessary to accommodate the proposed substitution.
e. A statement indicating the substitution's effect on the Contractor's Construction Schedule
compared to the schedule without approval of the substitution. Indicate the effect of the
proposed substitution on overall Contract Time.
f. Cost information, including a proposal of the net change, if any in the Contract Sum.
g. Certification by the Contractor that the substitution proposed is equal -to or better in every
significant respect to that required by the Contract Documents, and that it will perform
adequately in the application indicated. Include the Contractor's waiver of rights to
additional payment or time, that may subsequently become necessary because of the
failure of the substitution to perform adequately.
3. Architect's Action: Within one week of receipt of the request for substitution, the Architect will
request additional information or documentation necessary for evaluation of the request. Within
2 weeks of receipt of the request, or one week of receipt of the additional information or
documentation, whichever is later, the Architect will notify the Contractor of acceptance or
rejection of the proposed substitution. If a decision on use of a proposed substitute cannot be
made or obtained within the time allocated, use the product specified by name.
PART 2-PRODUCTS
2.1 SUBSTITUTIONS
A. Conditions: The Contractor's substitution request will be received and considered by the Architect
when one or more of the following conditions are satisfied, as determined by the Architect;
otherwise requests will be returned without action except to record noncompliance with these
requirements.
1. Extensive revisions to Contract Documents are not required.
2. Proposed changes are in keeping with the general intent of Contract Documents.
3. The request is timely, fully documented and properly submitted.
4. The request is directly related to an "or equal" clause or similar language in the Contract
Documents.
5. The specked product or method of construction cannot be provided within the Contract Time.
The request will not be considered if the product or method cannot be provided as a result of
failure to pursue the Work promptly or coordinate activities properly.
6. The specified product or method of construction cannot receive necessary approval by a
governing authority, and the requested substitution can be approved.
7. A substantial advantage is offered the Owner, in terms of cost, time, energy conservation or
other considerations of merit, after deducting offsetting responsibilities the Owner may be
required to bear. Additional responsibilities for the Owner may include additional compensation
to the Architect for redesign and evaluation services, increased cost of other construction by the
Owner or separate Contractors, and similar considerations.
8. The specified product or method of construction cannot be provided in a manner that is
compatible with other materials, and where the Contractor certifies that the substitution will
overcome the incompatibility.
9. The specified product or method of construction cannot be coordinated with other materials,
and where the Contractor certifies that the proposed substitution can be coordinated.
10. The specified product or method of construction cannot provide a warranty required by the
Contract Documents and where the Contractor certifies that the proposed substitution provide
the required warranty.
01631 - 2 PRODUCT SUBSTITUTIONS
i
0108-5
B. The Contractor's submittal and Architect's acceptance of Shop Drawings, Product Data or Samples
that relate to construction activities not complying with the Contract Documents does not constitute
an acceptable or valid request for substitution, nor does it constitute approval.
PART 3 - EXECUTION (Not Applicable)
END OF SECTION 01631
THIS SECTION PREPARED BY MWM ARCHITECTS, INC.
PRODUCT SUBSTITUTIONS
01631 - 3
0108-5
SECTION 02100 - DEMOLITION
PART 1 GENERAL
1.01 RELATED DOCUMENTS
A. This item of work includes the removal and disposal of all materials or objects not intended to
remain intact. Removal and disposal shall include, but is not necessarily limited to, rubbish, debris,
brush, paving, curb and gutter, foundations, or other structures or materials, known or unknown,
which may interfere with the proper execution of the work under this contract.
1.02 QUALITY ASSURANCE
A.
B.
C.
D.
PART 2 PRODUCTS
Provide adequate measures to protect all existing improvements above and below ground, on -site
and on adjacent properties, intended to remain intact. Make all repairs necessary in the event of
property damage to the satisfaction of the Owner of the damaged property at Contractor's expense.
Take precautions to avoid interruptions of access to and from adjoining properties. Do not obstruct
public rights -of -way without specific permission from the governing authority having jurisdiction.
Take precautions to prevent excessive spread of dust during demolition and clearing work.
Occasional sprinkling or moistening of exposed earth may be required to prevent dust being a
nuisance to adjoining properties and the public.
Contractor shall implement Stormwater Pollution Prevention Plan (SWPPP) measures including
stabilization of ingress/egress areas and erection of runoff prevention measures prior to
commencement of clearing operations.
2.01 PROTECTION OF THE WORK
A. Barricading, flagmen, cones, temporary lighting, or any other items not specifically called for in
these specifications but which may be necessary to assure adequate safety for the public and
workmen during demolition and clearing operations shall be provided by the Contractor, and at no
additional expense to the Owner.
2.02 MATERIALS
A. Contractor shall take possession of all materials resulting from demolition, clearing, and grubbing
operations that are not to be incorporated into the work. These materials shall be legally disposed
of off -site by Contractor.
PART 3 CONSTRUCTION METHODS
3.01 PREPARATION
A. Prior to commencing work under this section, Contractor shall locate property lines, all utilities and
other existing improvements, and elevation benchmarks. Objects, which are to remain, and which
might suffer damage due to these operations shall be flagged or otherwise delineated. Contractor
shall determine an orderly sequence of the work and coordinate sequence with Owner and material
suppliers.
3.02 UTILITIES
A. Contractor shall disconnect or arrange to have disconnected and capped or plugged or relocated
all utilities thus indicated per requirements of entity having jurisdiction. All existing utilities across
the site which are intended to remain intact shall otherwise be preserved in good operating
condition. Contractor shall provide protection as necessary to assure continuance of service.
Demolition
02100-1
0108-5
3.03 CLEARING AND GRUBBING
A. All stumps, trash, debris, and rubbish within contract work areas shall be removed to ground level,
gathered, and removed off -site. All stumps, matted roots, and roots greater than or equal to 3
inches in diameter shall be removed to a minimum depth of 24 inches below finished grade in all
paved areas and 12 inches below final grade in all other areas, unless directed otherwise by the
Engineer.
3.04 FOUNDATIONS
A. Below -grade construction and slabs on grade shall be broken up, removed and disposed of by the
Contractor. Voids resulting from demolition shall be completely filled with suitable materials and
thoroughly compacted.
3.05 PAVEMENT
A. All lines separating pavement or curb and gutter to be removed from pavement or curb and gutter
to remain in place shall be cut neatly and in a straight line.
B. Curb and Gutter
1. The limits of curb and gutter to be removed are shown on the drawings. The method of
breaking up and removing the curb and gutter shall be such that no damage results to the
remaining curb and gutter or the adjoining pavement.
C. Pavement
1. The limits of bituminous surfaced and concrete paving to be removed are shown on the
drawings. Pavement shall be broken up by approved methods and disposed of off -site.
Flexible base course shall be retained for use in embankments.
D. Sidewalks
1. The limits of sidewalk to be removed are shown on the drawings. The method of breaking
up and removing the sidewalk shall be such that no damage results to the remaining
sidewalk or the adjoining pavement.
THIS SECTION PREPARED BY HUGO REED AND ASSOCIATES, INC.
END OF SECTION
L-I
Demolition 02100-2
i
i
0108-5
I SECTION 02200 - EXCAVATION AND EMBANKMENT
PART 1 GENERAL
1.01 WORK INCLUDED. This item covers excavation, disposal, placement, and compaction of all materials
within the limits of the work required to construct roadways and parking areas as well as other areas for
drainage, building construction or other purposes in accordance with these specifications and in conformity
to the dimensions and typical section shown on the plans.
1.02 CLASSIFICATION. All material excavated shall be classified as defined below:
A. Unclassified Excavation. Unclassified excavation shall consist of the excavation and disposal of
all material, regardless of its nature.
1.03 UNSUITABLE EXCAVATION. Any material containing vegetable or organic matter, such as muck, peat,
organic sift, or sod shall be considered unsuitable for use in embankment construction. Material, when
approved by the Engineer as suitable to support vegetation, may be used on the embankment slope.
PART 2 CONSTRUCTION METHODS
2.01 GENERAL. The suitability of material to be placed in embankments shall be subject to approval by the
Engineer. All unsuitable material shall be disposed of off -site.
If necessary to interrupt existing surface drainage, sewers or under -drainage, conduits, utilities, or similar
underground structures the Contractor shall be responsible for and shall take all necessary precautions to
preserve them or provide temporary services. When such facilities are encountered, the Contractor shall
notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall, at his own
expense, satisfactorily repair or pay the cost of all damage to such facilities or structures which may result
from any of the Contractor's operations during the period of the contract.
2.02 EXCAVATION. No excavation shall be started until the work has been staked out by the Contractor and the
Engineer has obtained elevations and measurements of the ground surface. All suitable excavated material
shall be used in the formation of embankment, subgrade, or for other purposes shown on the plans. All
unsuitable material shall be disposed of off -site.
When the volume of the excavation exceeds that required to construct the embankments to the grades
indicated, the excess shall be used to grade the areas of ultimate development or disposed of as directed.
When the volume of excavation is not sufficient for constructing the fill to the grades indicated, the deficiency
shall be obtained from borrow areas.
The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary
drains and drainage ditches shall be installed to intercept or divert surface water, which may affect the work.
A. Removal of Utilities. The removal of existing structures and utilities required to permit the orderly
progress of work will be accomplished by someone other than the Contractor, e.g., the utility unless
otherwise shown on the plans. All existing foundations shall be excavated for at least 2 feet below
the top of subgrade or as indicated on the plans, and the material disposed of as directed. All
foundations thus excavated shall be backfilled with suitable material and compacted as specified
herein.
B. Compaction Requirements. The subgrade under areas to be paved shall be compacted to a
depth of 6 inches and to a density of not less than 95 percent for cohesive soils or 100 percent for
noncohesive soils of the maximum density as determined by ASTM D 698.
The in -place field density shall be determined in accordance with ASTM 131556, ASTM D 2167 or
ASTM 2922. Stones or rock fragments larger than 4 inches in their greatest dimension will not be
permitted in top 6 inches of the subgrade. The finished grading operations, conforming to the
typical cross section, shall be completed and maintained at least 1,000 feet ahead of the paving
j 1 operations or as directed by the Engineer.
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 Engineer.
_i
Excavation and Embankment 02200 -1
0108-5
2.03 BORROW EXCAVATION. When borrow sources are outside the boundaries of the project, it shall be the
Contractors responsibility to locate and obtain the supply, subject to the approval of the Engineer. The
Contractor shall notify the Engineer, at least 15 days prior to beginning the excavation, so necessary
measurements and tests can be made. All unsuitable material shall be disposed of by the Contractor. All
borrow pits shall be opened up to expose the vertical face of various strata of acceptable material to enable
obtaining a uniform product. Borrow pits shall be excavated to regular lines to permit accurate
measurements, and they shall be drained and left in a neat, presentable condition with all slopes dressed
uniformly.
Imported fill materials shall have a liquid limit less than 35 and a plasticity index less than 15.
2.04 DRAINAGE EXCAVATION. Drainage excavation shall consist of excavating for drainage ditches such as
intercepting, inlet or outlet, for temporary levee construction; or for any other type as designed or as shown
on the plans. The work shall be performed in the proper sequence with the other construction. All
satisfactory material shall be placed in fills; unsuitable material shall be placed in waste areas or as directed.
Intercepting ditches shall be constructed prior to starting adjacent excavation operations. All necessary
work shall be performed to secure a finish true to line, elevation, and cross section.
The Contractor shall maintain ditches constructed on the project to the required cross section and shall keep
them free of debris or. obstructions until the project is accepted.
1 2.05 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed to a height of 4
feet or less, all sod and vegetable matter shall be removed from the surface upon which the embankment is
to be placed, and the cleared surface shall be completely broken up by plowing or scarifying to a minimum
depth of 6 inches. This area shall then be compacted as indicated in paragraph 2.06.
2.06 FORMATION OF EMBANKMENTS. Embankments shall be formed in successive horizontal layers of not
more than 8 inches in loose depth for the full width of the cross section, unless otherwise approved by the
Engineer.
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. Materials such as brush, hedge, roots,
stumps, grass and other organic matter, shall not be incorporated or buried in the embankment.
Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained
because of rain, freezing, or other unsatisfactory conditions of the field. The Contractor shall drag, blade, or
slope the embankment to provide proper surface drainage.
The material in the layer shall be within +/-2 percent of optimum moisture content before rolling to obtain the
_ prescribed compaction. In order to achieve a uniform moisture content throughout the layer, wetting or
drying of the material and manipulation shall be required when necessary. Should the material be too wet to
permit proper compaction or rolling, all work on all of the affected portions of the embankment shall be
delayed until the material has dried to the required moisture content. Sprinkling of dry material to obtain the
proper moisture content 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.
( Rolling operations shall be continued until the embankment is compacted to not less that 95 percent of
maximum density for noncohesive soils, and 90 percent of maximum density for cohesive soils as
determined by ASTM D 698. Under all areas to be paved, the embankments shall be compacted to a depth
of 6 inches and to a density of not less that 95 percent of the maximum density as determined by ASTM D
698.
On all areas outside of the pavement areas, no compaction will be required on the top 4 inches.
The in -place field density shall be determined in accordance with ASTM D 1556, ASTM D 2167 or ASTM D
2922. One field density shall be taken for each 1,000 square yards per lift.
Compaction areas shall be kept separate, and no layer shall be covered by another until the proper density
is obtained.
During construction of the embankment, the Contractor shall route 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.
'Excavation and Embankment 02200 -2
0108-5
In the construction of embankments, layer placement shall begin in the deepest portion of the fill; as
placement progresses, layers shall be constructed approximately parallel to the finished pavement grade
I line.
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 material shall be incorporated under the
future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimensions will be not
be allowed in the top 6 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 forming a dense, compact
mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at
places and in the manner designated by the Engineer.
When the excavated material consists predominantly of rock fragments of such size that the material cannot
be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the
pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet in
thickness. Each layer shall be leveled and smoothed with suitable leveling equipment and by distribution of
spalls and finer fragments of rock. These type lifts shall not be constructed above an elevation 4 feet below
the finished subgrade. Density requirements will not apply to portions of embankments constructed of
materials, which cannot be tested in accordance with specified methods.
Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen
material.
2.07 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade has been substantially completed the
full width shall be conditioned by removing any soft or other unstable material which will not compact
properly. The resulting areas and all other low areas, holes or depressions shall be brought to grade with
suitable select material. Scarifying, blading, rolling and other methods shall be performed to provide a
thoroughly compacted subgrade shaped to the lines and grades shown on the plans.
Grading of the subgrade shall be performed so that it will drain ready. The Contractor shall take all
precautions necessary to protect the subgrade from damage and shall limit hauling over the finished
subgrade to that which is essential for construction purposes.
All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted.
No base or surface course shall be placed on the subgrade until the subgrade has been approved by the
Engineer.
2.08 HAUL. All hauling will be considered a necessary and Incidental part of the work. Its cost shall be
considered by the Contractor and included in the contract unit price for the pay of items of work involved.
No payment will be made separately or directly for hauling on any part of the work.
2.09 TOLERANCES. In those areas upon which a base course is to be placed, the top of the subgrade shall be
of such smoothness that, when tested with a 16-foot straightedge applied parallel and at right angles to the
centerline, it shall not show any deviation in excess of % 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.
On shoulder areas, intermediate and other designated areas, the surface shall be of such smoothness that it
will not vary more than 0.10 foot from true grade as established by grade hubs. Any deviation in excess of
this amount shall be corrected by loosening, adding or removing materials, and reshaping. I
THIS SECTION PREPARED BY HUGO REED AND ASSOCIATES, INC.
END OF SECTION
AA487 J
( Excavation and Embankment 02200 -3
9
9
0108-5
-- SECTION 02530 - PORTLAND CEMENT CONCRETE PAVEMENT
PART 1 DESCRIPTION
1.01 GENERAL. This work shall consist of pavement composed of portland cement concrete, with or without
reinforcement as shown on the plans, constructed on a prepared subgrade course in accordance with these
specifications and shall conform to the lines, grades, thickness, and typical cross sections shown on the
plans. Concrete pavement shall be constructed with the use of conventional stationary forming as specified
herein. The slip -form method of pavement construction will not be allowed.
PART 2 MATERIALS
E 2.01
CONCRETE. Concrete shall meet the requirements of Section Structural Portland Cement Concrete.
�t 2.02
PREMOLDED JOINT FILLER. Premoided 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.
2.03
JOINT SEALER. The joint sealer for the joints in the concrete pavement shall meet the requirements of
E
Section, Joint Sealing Filler and shall be of the type specified.
2.04
STEEL REINFORCING. Bar mats for steel reinforcing shall conform to the requirements of ASTM A184
fabricated with bars conforming to the requirements of ASTM A615, Grade 60. Welded wire fabric for steel
reinforcing shall conform to the requirements of ASTM A497 using deformed wire in both directions.
Adequate methods for proper placing of the mat and for maintaining proper position during placement of
concrete will be required and shall be subject to approval of the Engineer.
"t 2.05
SMOOTH DOWEL BARS. Unless otherwise specifically shown on the plans, all dowel bars shall be plain
round bars conforming to the requirements of ASTM A615, Grade 60.
Dowels shall be cut, not sheared, to length at the shop or mill prior to delivery to the site. Dowels shall be
free of loose flaky rust and loose scale, and shall be clean and straight. Dowels shall be free of any burring
or deformation. Before delivery to the construction site, a minimum of two-thirds of the length of dowel bar
shall be painted with one coat of lead or tar paint.
The sleeves for dowel bars at expansion joints shall be metal of an approved design to cover 2 to 3 inches
_-t
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.
The diameter and length of the smooth dowel bars shall be as follows:
Nominal Pavement
Thickness
inches
Diameter
inches
Length
inches
Spacing
inches
6-7
3/
18
12
8-12
1
19
12
13 —16
1'A
20
15
17-20
1�h
20
18
21 — 24
2
24
18
2.06 COVER MATERIAL FOR CURING. Curing materials shall conform to one of the following specifications:
A. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of
ASTM C309, Type 2 (all resin base).
B. White polyethylene film for curing concrete shall conform to the requirements of ASTM C171.
C. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM
C171
Portland Cement Concrete Pavement 02530-1
0108-5
D. Waterproof paper for curing concrete shall conform to the requirements of ASTM C171.
PART 3 CONSTRUCTION METHODS
l ' 3.01 EQUIPMENT. Equipment and tools necessary for handling materials and performing all parts of the work
shall be approved by the Engineer 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.
A. Batching Plant and Equipment.
1. General. The batching plant shall include bins, weighting 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 weight hoppers shall be property
sealed and vented to preclude dusting during operation.
2. 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. Weighing
hoppers shall be constructed to eliminate accumulations of materials and to discharge
fully.
3. Scales. The scales for weighting 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.
Scales shall be inspected and sealed as often as the Engineer 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
_ Engineer.
B. Mixers.
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 Engineer 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.
2. 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.
3. 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.
C. Finishing Equipment.
1. 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, i supplemented by hard -held vibrators, will be allowed for pavements constructed with
concrete containing super-plastizer. An adequate number of hand-held vibrators shall be
` provided to insure adequate consolidation of the concrete.
i
Portland Cement Concrete Pavement 02530-2
0108-5
Vibrators. For side -form construction, vibrators may be either the surface pan type for
pavements less than 8 inches thick or 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.
Hand vibrators should be used to consolidate the concrete along forms and other isolated
areas.
D. 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.
E. 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. 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 Engineer.
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 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. 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 settings.
3.02 FORM SETTING. Forms shall be set sufficiently in advance of the concrete placement to insure continuous
paving operation. Forms shall be staked into place with not less than 3 pins for each 10400t section. A pin
shall be placed at each, side of every joint.
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 %-inch at any point. Forms shall be cleaned and oiled prior to
the placing of concrete.
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.
3.03 CONDITIONING OF UNDERLYING COURSE. 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 base caused by hauling or usage or 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.
In cold weather, the underlying base 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.
3.03 HANDLING, MEASURING, AND BATCHING MATERIAL. 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 "cone" down over the next lower layer. Aggregates from
different sources and of different grading shall not be stockpiled together.
Aggregates shall be handled from stockpiles or other sources to the batching plant in such a 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. The fine aggregate and coarse aggregate shall be separately weighed
into hoppers. 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.
When cement is placed in contact with the aggregates, batches may be rejected unless mixed within 1-1/2
j 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.
Portland Cement Concrete Pavement 02530-3
._ j
0108-5
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.
Methods and equipment for adding air -entraining agent or other admixtures to the batch shall be approved
by the Engineer. All admixtures shall be measured into the mixer with an accuracy of plus or minus 3
percent.
3.04 FIELD TEST SPECIMENS. During construction, concrete samples shall be taken in the field to determine
the consistency, air content, and strength of the concrete. Compressive test cylinders shall be made each
day that the concrete is placed. Each group of test cylinders shall be molded from the same batch of
concrete and shall consist of a sufficient number of specimens to provide two compressive strength tests at
each test age. The specimens shall be made in accordance with ASTM C31. Test ages will be 7 days and
28 days.
Concrete pavement will be tested for compressive strength on a lot basis. A lot will consist of each day's
production. Two sets of cylinders will be made for each lot. Random samples will be taken from the plastic
concrete at the site in accordance with accepted statistical procedures.
3.05 MIXING CONCRETE. The concrete may be mixed in a central mix plant or in truck mixers. 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.
When mixed in a central mixing plant, the mixing time shall not be less than 50 seconds nor more than 90
seconds.
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 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.
3.06 LIMITATIONS OF MIXING. No concrete shall be mixed, placed, or finished when the natural light is
insufficient, unless an adequate and approved artificial lighting system is operated.
Unless authorized in writing by the Engineer, 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 an artificial heat reaches 35
degrees F.
When concreting is authorized during cold weather, the aggregate 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.
If the air temperature is 35 degrees F or less at the time of placing concrete, the Engineer may require the
water and/or the aggregate 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 aggregate be used in the concrete.
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 aggregate 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 dam[) by aDDlvino a waterfrog or
mist with approved spraying equipment until the pavement is covered by the curing medium
Portland Cement Concrete Pavement 02530-4
t_ _
0108-5
3.07 PLACING CONCRETE. The concrete shall be deposited on the moistened grade to require as little
rehandling as possible. Placing shall be continuous between transverse joints without the use of
intermediate bulkheads. Necessary hand spreading shall be done with shovels and not rakes.
When concrete is to be placed adjoining a previously constructed lane of pavement and when mechanical
equipment will be operated upon the existing lane of pavement, the concrete shall be at least 7 days old and
at a flexural strength approved by the Engineer. If only finished equipment is carried on the existing lane,
paving in adjoining lanes may be permitted after 3 days, if approved by the Engineer.
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.
Concrete shall be deposited as near to expansion and contraction joints as possible without disturbing them
but shall not be dumped from the discharge bucket or hopper onto a joint assembly unless the hopper is well
centered on the joint assembly.
Should any concrete materials fall on or be worked into the surface of a completed slab, they shall be
removed immediately by approved methods.
3.08 STRIKE -OFF OF CONCRETE AND PLACEMENT OF REINFORCING. 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 pavement shall be at the elevation shown
on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck
off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the
concrete in its final position without further manipulation. The reinforcement shall then be placed directly
upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screeded. If any
portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with
the top layer or N initial set has taken place, it shall be removed and replaced with freshly mixed concrete at
the Contractor's expense. When reinforced concrete is placed in one layer, the reinforcement may be
positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or
vibratory means after spreading.
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.
3.09 JOINTS.
A. General.
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 of 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 %-inch. 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.
2. Dowel bars. Dowel bars shall be placed across joints in the manner as specified on the
plans. They shall be of the dimensions and spacings specified and held rigidly in the
i 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 and joint devices shall be
Portland Cement Concrete Pavement 02530-5
0 t 08-5
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 construction
joints 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. 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 of interference with form
braces, closer spacing with additional dowels shall be used. Dowels in longitudinal joints
shall be omitted when the center of the dowel would be located within a horizontal
distance from a transverse joint equal to one-fourth of slab thickness. The method used in
holding dowels in position shall develop such accuracy that the error in alignment of any
dowel from its required position after the pavement has been finished shall be not greater
than 1/8-inch per foot. The Contractor shall furnish an approved template for checking the
position of the dowels.
A metal, or other approved type, dowel expansion cap or sleeve shall be furnished for
each dowel bar used with expansion joints. These caps shall be substantial enough to
prevent collapse and shall be placed on the ends of the dowels as shown on the plans.
The caps or sleeves shall fit the dowel bar tightly and the closed end shall be watertight.
The portion of each dowel painted with rust preventative paint, as required under
Paragraph 2.05, shall be thoroughly coated with asphalt MC-70, or an approved lubricant,
to prevent the concrete from binding to that portion of the dowel.
B. Installation. The top of an assembled joint device shall be set at the proper distance below the
pavement surface and the elevation shall be checked. 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. The maximum permissible tolerance on dowel bar alignment in each plane,
- horizontal and vertical shall not exceed 2 percent or 1/8-inch per foot of a dowel bar.
When joints in concrete pavements are sawed, the joints shall be cut as shown on the plans.
Equipment shall be as described in Paragraph 3.01. 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. Sawing of the joint 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 Engineer.
C. Longitudinal Joints.
j 1. Construction. Longitudinal construction joints necessary for lane construction shall be
formed against suitable side forms. Where butt -type joints with dowels are designated,
the dowels for this type shall be painted and greased. Longitudinal construction joints
shall be sawed to provide a groove at the top conforming to the details and dimensions
indicated on the plans.
2. Expansion. Longitudinal expansion joints shall be installed as indicated on the plans.
These shall be of a butt type without toad -transfer devices and shall include a premolded
expansion material. The thickness of the concrete at these joints shall be increased as
noted. This increase shall slope to normal thickness in not less than 5 feet from the joint.
The premolded filler, of the thickness as shown on the plans, shall extend for the full depth
and width of the slab at the joint, except for space for sealant at the top of the slab. The
filler shall be securely staked or fastened into position perpendicular to the proposed
finished surface. A metal cap shall be provided to protect the top edge of the filler and to
permit the concrete to be placed and finished. After the concrete has been placed and
struck off, the cap shall be carefully withdrawn. The edges of the joint shall be finished
and tooled while the concrete is still plastic.
Portland Cement Concrete Pavement 02530-6
0108-5
D. Transverse Joints.
Expansion. Transverse expansion joints shall be installed at the locations and spacing
as shown on the plans.
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 and
accurately aligned by means of a dowel assembly.
Contraction. Transverse contraction joints 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. Dowel bar assemblies shall be installed.
3. Construction. Transverse construction joints shall be installed at the end of each days
placing operations and at any other points within a paving lane when concrete placement
{ is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial
J 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.
3.11 FINAL STRIKE -OFF, CONSOLIDATION, AND FINISHING.
A. Sequence. The sequence of operations shall be the strike -off and consolidation, floating and
removal of laftance, straightedging, and final surface finish. The addition of superficial water to the
surface of the concrete to assist in finishing operations generally will not be permitted. If the
application of water to the surface is permitted, it shall be applied as a fog spray by means of
approved spray equipment.
B. 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. 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.
C. 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. 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. If necessary, this
shall be repeated until the surface is of uniform texture, true to grade and cross section, and free
from porous areas.
D. Hand Finishing. Hand finishing methods will not be permitted, except under the following
conditions: in the even of breakdown of the mechanical equipment, hand methods may be used to
finish the concrete already deposited on the grade; 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.
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.
E. Floating. After the concrete has been struck off and consolidated, it shall be further smoothed,
1 trued, and consolidated by means of a longitudinal float, using one of the following methods:
1. Hand Method. The hand -operated longitudinal float shall not be less than 12 feet in
length and 6 inches in width, properly stiffened to prevent flexibility and warping. The
longitudinal float, 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
Portland Cement Concrete Pavement 02530-7
0 f 08-5
length of the float. Any excess water or soupy material shall be wasted over the
pavement edge or side forms on each pass.
2. Mechanical Method. The Contractor may use a machine composed of a cutting and
smoothing float(s), suspended from and guided by a rigid frame. The frame shall be
carried by four or more visible wheels riding on, and constantly in contact with, the side
forms.
F. 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. 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. 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.
3.12 SURFACE TEXTURE. The surface of the pavement shall be finished with either a broom or burlap drag
finish.
A. 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.
B. Burlap Drag Finish. If a burlap drag is used to texture the pavement surface, it shall be at least 15
ounces per square yard. To obtain a rough -textured surface, the transverse threads of the burlap
should be removed approximately 1 foot from the trailing edge. A heavy buildup of grout on the
burlap threads produces the desired wide sweeping longitudinal striations on the pavement
surface. The corrugations shall be uniform in appearance and approximately 1/16 of an inch in
depth.
3.13 SURFACE TEST. As soon as the concrete has hardened sufficiently, the pavement surface shall be tested
with a 16400t 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'/2-inch, the pavement shall be removed and replaced at the expense of
the Contractor when so directed by the Engineer.
Any areas or sections so removed shall be removed to the nearest joints in all directions. Removal of slabs j
shall be as specified in the following paragraphs. 1
3.14 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. 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
hour during the curing period. The following are alternate approved methods for curing concrete pavements.
A. 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. Curing compound shall be applied by mechanical sprayers I
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. Curing compound
shall be maintained for a curing period of 14 days. The spraying equipment shall be of the fully
atomizing type equipped with a tank agitator. 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. 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.
Portland Cement Concrete Pavement 02530-8
0108-5
B. Polyethylene Films. The top surface and the 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.
C. 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.
D. 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.
E. 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 covering authorized by the Engineer, which shall be retained in place for 10
days. The hay or straw shall be secured to avoid being blown away.
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. 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.
3.15 REMOVING FORMS. Forms shall not be removed from freshly placed concrete until it has set for at least
12 hours. 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 3.15.
Major honeycombed areas shall be considered as defective work and shall be removed and replaced. Any
areas or section so removed shall be removed to the nearest joints in all directions.
3.16 SEALING JOINTS. The joints in the pavement shall be sealed in accordance with Section Joint Sealing
Filler.
3.17 PROTECTION OF PAVEMENT. The Contractor shall protect the pavement and its appurtenances against
both public traffic and traffic caused by the Contractor's employees and agents. 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 plastic concrete
slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from
which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent, all
paving operations shall stop and all available personnel shall begin covering the surface of the unhardened
concrete with the protective covering.
3.18 OPENING TO TRAFFIC. The pavement will not be opened to traffic until test specimens molded and cured
in accordance with ASTM C31 have attained a compressive strength of 3,600 pounds per square inch when
tested in accordance with ASTM C39. If such tests are not conducted, the pavement shall not be opened to
traffic until 14 days. after the concrete was placed. Prior to traffic, the pavement shall be cleaned.
3.19 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:
Portland Cement Concrete Pavement 02530-9
j.
0108-5
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 16400t straightedge placed in any
direction, including placement along and spanning any pavement joint or edge.
PART 4 REPAIRS OF DEFECTIVE PAVEMENT SLABS
4.01 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.
4.02 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 and 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 5.1.
4.03 GROOVING AND REPAIRING CRACKS IN PAVEMENT SLAB. Random cracks penetrating more than 1/4
of the depth of the pavement shall be grooved, the crack filled with epoxy -resin and the groove filled with
epoxy -resin grout. The top of the crack shall be grooved to a minimum depth of 3/4-inch and to a width not
less than 3/8-inch nor more than 5/8-inch by means of an approved grooving machine. The grooving
machine shall be of 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 the 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 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 soft -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 becomes stringy or approaches dry to touch. The epoxy -resin concrete shall be
placed in layers not over 6 inches thick. The time interval between placement of additional layers shall be
such that the temperature of the epoxy -resin concrete does not exceed 140 degrees F. at any time during
hardening.
4.04 WORKING (UNCRACKED) CONTRACTION JOINTS. When a transverse random crack terminates in or
crosses a transverse contraction joint, the uncracked portion of the joint shall be filled with epoxy -resin
mortar or grout and the crack shall be routed and sealed. When a transverse random crack approximately
parallels the planned contraction joint and is within a distance of 25 percent of the slab length from a
contraction joint, the crack shall be routed and sealed, and the joint shall be filled with epoxy -resin grout or
mortar. When a transverse random 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, Joint Sealing
Filler.
4.05 SPALLING ALONG JOINTS AND CRACKS. Spells 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 thoroughly cleaned with compressed air,
sandblasting, or other 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
r.�
Portland Cement Concrete Pavement 02530-10
0108-5
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
t_- tempers shall be used to consolidate the concrete or mortar. Excess mortar or concrete on the adjacent
surfaces of the hardened concrete shall be removed before it hardens. After the finishing operations and
while the epoxy -resin concrete or mortar is still tacky, a thin coating of portland cement shall be uniformly
spread on the surface of the repaired area and lightly brushed into the surface. If the spalled area to be
patched abuts a working joint or a working crack which penetrated 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
It carefully before the concrete hardens sufficiently to form a high bond. The groove shall thoroughly cleaned
and filled as specified in Section, Joint Sealing Filler.
PART 5 REMOVAL AND REPLACEMENT OF DEFECTIVE PAVEMENT AREAS
5.01 Defective pavement areas shall be removed and replaced as specified herein with pavement of the
thickness and quality required by these specifications. The defective pavement shall be carefully removed
in such manner that the adjacent pavement will not be damaged and the existing keys or dowels at the joints
will be left intact. When a portion of an unfractured slab is to be replaced, a saw cut 2 inches deep shall be
made transversely across the slab in the required location, and the concrete shall be removed to provide an
essentially vertical face in 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 1/16-inch, and shall be applied by scrubbing a thin
coat of grout into the surface with a stiff -bristle brush followed by a second application. Strips of
polyethylene sheeting shall be placed on the vertical faced 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, Joint Sealing Filler. 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. -
PART 6 TOLERANCE IN PAVEMENT THICKNESS
6.01 The thickness of the pavement shall be determined by average caliper measurement of cores tested in
accordance with ASTM C174. The Engineer 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.
Areas found deficient in thickness shall be removed and replaced with concrete of the thickness shown on
the plans at the Contractor's expense. Core holes shall be filled with non -shrink grout.
THIS SECTION PREPARED BY HUGO REED AND ASSOCIAT
END OF SECTION
Portland Cement Concrete Pavement 02530-11
SECTION 02540 - JOINT SEALING FILLER 0108-5
PART 1 DESCRIPTION
1.01 GENERAL. This item shall consist of providing and installing resilient and adhesive joint sealing filler
capable of effectively sealing joints and cracks in pavements.
PART 2 MATERIALS
2.01 JOINT SEALERS. Joint sealing materials shall meet the requirements of one or more of the following:
A. ASTM D 3405 — Joint Sealants, Hot -Poured, for Concrete and Asphalt Pavements, to be used in
joints between portland cement concrete and bituminous concrete.
B. ASTM D 3406 — Joint Sealants, Hot -Poured, Elastometric-Type, for Portland Cement Concrete
Pavements, to be used in joints in concrete pavement.
Each lot or batch of sealing compound shall be delivered to the jobsite in the manufacturer's original sealed
container. Each container shall be marked with the manufacturer's name, batch or lot number, and the safe
heating temperature and shall be accompanied by the manufacturer's certification stating that the compound
meets the requirements of this specification.
PART 3 CONSTRUCTION METHODS
3.01 TIME OF APPLICATION. Joints shall be sealed as soon after completion of the curing period as feasible
and before the pavement is opened to traffic, including construction equipment traffic. The pavement
temperature shall be above 50°F. at the time of installation of the joint sealing material.
3.02 PREPARATION OF 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
Engineer. 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.
3.03 INSTALLATION OF SEALATNS. Joints shall be inspected for proper width, depth, alignment, and
preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in
accordance with the following requirements.
A.
E
E 44
Joint Sealing Filler
a.
Hot Poured Sealants. 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 non adhesive 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. 1
THIS SECTION PREPARED BY HUGO REED AND ASSOCIATES,
END OF SECTION
mi
02540-1
i 0108-5
I SECTION 02660 - STRUCTURAL PORTLAND CEMENT CONCRETE
PART 1 DESCRIPTION
1.01 This item shall consist of reinforced structural portland cement concrete, prepared and constructed in
accordance with these specifications, at the locations and of the form and dimensions shown on the plans.
PART 2 MATERIALS
2.01 GENERAL. Only approved materials, conforming to the requirements of these specifications shall be used
in the work. They may be subjected to inspection and tests at any time during the progress of their
preparation or use. The source of supply of each of the materials shall be approved by the Engineer before
delivery or use is started. Test certificates for each of the materials shall be submitted by the Contractor for
approval. Materials shall be stored and handled to insure the preservation of their quality and fitness for use
and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials
and concrete must be clean before any material or concrete is placed therein:
In no case shall the use of pit -run or naturally mixed aggregated be permitted. Naturally mixed aggregate
shall be screened and washed, and all fine and coarse aggregates shall be stored separately and kept
clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating
batches of different aggregates will not be permitted.
2.02 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C 33.
Coarse aggregate shall be well graded from coarse to fine and shall meet one of the gradations shown in
Table 1, using ASTM C 136.
2.03 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C 33.
The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of Table 2,
when tested in accordance with ASTM C 136:
TABLE 1, GRADATION FOR COARSE AGGREGATE
Sieve Designation
(square openings)
Percenta e by Weight assing Sieves
2"
1 W"
1"
3/a"
Y2"
318"
No.4
No. 4 to 2/ in.
100
90-100
20-55
0-10
No. 4 to 1 in.
100
90-100
1 25-60
1
0-10
No. 4 to 1 Y2 in.
100
1 95-100
1
1 35-70
1
1 10-30
0-5
TABLE 2. GRADATION FOR FINE AGGREGATE
Sieve Designation
(square openings)
Percentage by Weight Passing Sieves
3/8 inch
10
No. 4
95-100
No. 16
45-80
No. 30
25-55
No. 50
10-30
No. 100
2-10
Blending will be permitted, if necessary, in order to meet the gradation requirements for fine aggregate. Fine
aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, provided
that such deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious
materials other than portland cement, as specified in paragraph 2.6 on admixtures, in sufficient quantity to
produce the required workability as approved by the Engineer.
I ' Structural
Portland Cement Concrete 02550-1
I
0108-5 ' I
2.04 CEMENT. Cement shall conform to the requirements of ASTM C 150 Type 1.
The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of cement shipped
to the project. The report shall be delivered to the Engineer 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.
2.05 WATER. The water used in concrete shall be free from sewage, oil, acid, strong alkalies, vegetable matter,
- and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHTO T
26.
2.06 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer.
Before approval of any material, the Contractor shall be required to submit the results of complete physical
and chemical analyses made by an acceptable testing laboratory. Subsequent tests shall be made of
samples taken by the Engineer from the supply of the material being furnished or proposed for use on the
work to determine whether the admixture is uniform in quality with that approved.
Pozzolanic admixtures shall be fly ash or raw or calcined natural pozzolons meeting the requirements of
ASTM C 618. Fly ash shall not be substituted for portland cement and the amount of fly ash used shall not
exceed 15 percent of the weight of portland cement.
Air -entraining admixtures shall meet the requirements of ASTM C 260. Air -entraining admixtures shall be
added at the mixer in the amount necessary to produce the specified air content.
l
Water -reducing, set -controlling admixtures shall meet the requirements of ASTM C 494, 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.
2.07 PREMOLDED JOINT MATERIAL. Premolded joint material for expansion joints shall meet the
requirements of ASTM D 1751.
2.08 JOINT FILLER. The filler for joints shall meet the requirements of Section, Joint Sealing Filler unless
otherwise specified in the proposal.
2.09 STEEL REINFORCEMENT. Reinforcing shall consist of deformed bars of either structural, intermediate or
hard grade billet steel conforming to the requirements of ASTM A 615.
2.10 COVER MATERIALS FOR CURING. Curing materials shall conform to one of the following specifications:
Waterproof paper for curing concrete ASTM C 171
Polyethylene Sheeting for Curing Concrete ASTM C 171
Liquid Membrane -Forming Compounds for
Curing Concrete ASTM C 309,
Type 2
PART 3 CONSTRUCTION METHODS
3.01 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to,
r1
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
r
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 Engineer.
3.02 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of 4,000 psi in 28 days
as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM
C 39. The concrete shall contain not less than 470 pounds of cement per cubic yard. The concrete shall
contain 5 percent of entrained air, plus or minus 1 percent, as determined by ASTM C 231 and shall have a
slump of not more than 4 inches as determined by ASTM C 143.
3.03 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on the basis of
the compressive strength specified in paragraph 3.02. The concrete shall be sampled in accordance with
ASTM C 172. Compressive strength specimens shall be made in accordance with ASTM C 31 and tested in
accordance with ASTM C 39.
Structural Portland Cement Concrete 02550-2
0108-5
Concrete cylindrical test specimens shall be made in accordance with ASTM C 31 and tested in accordance
with ASTM C 39. The Contractor shall cure and store the test specimens under such conditions as directed.
The Engineer will make the actual tests on the specimens at no expense to the Contractor.
3.04 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each
batch shall be equal to one or more whole sacks of cement. The aggregate shall be measured separately
by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge
shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the
Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the
required and exact weight of aggregate can be readily obtained.
' 3.05 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in ASTM C
143.
3.06 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck
mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C 94.
3.07 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use.
Concrete shall not be mixed while the air temperature is below 40 F without permission of the Engineer. If
permission is granted for mixing under such conditions, aggregates or water, or both shall be heated and the
concrete shall be placed at a temperature not less than 50 nor more than 100 F. The Contractor shall be
held responsible for any defective work, resulting from freezing or injury in any manner during placing and
curing, and shall replace such work at his/her expense.
Retempering of concrete by adding water or any other material shall not be permitted.
The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at
uninterrupted intervals.
3.08 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected and
approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality,
and strength to build the structure as -designed on the plans. The forms shall be true to line and grade and
shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports. The
Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be smooth and free from
irregularities, dents, sags, and holes.
The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete
surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a
nonstaining mineral oil which shall be applied shortly before the concrete is placed. Forms shall be
constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall
not be removed before expiration of at least 30 hours from vertical faces, walls, slender columns, and similar
structures; forms supported by faisework under slabs, beams, girders, arches, and similar construction shall
not be removed until tests indicate that at least 60% of the design strength of the concrete has developed.
3.09 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans; and
shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The
reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall
be supplied by the Contractor when required.
j 3.10 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be firmly and
securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil,
or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and
consolidated around and against embedded items.
3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise approved. The
concrete shall not be placed until the depth and character of foundation, the adequacy of forms and
faisework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon
as practical after mixing and in no case later than 1 hour after water has been added to the mix. The
method and manner of placing shall be such to avoid segregation and displacement of the reinforcement.
Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the
?. concrete a distance of more than 5 feet, or depositing a large quantity at one point, will not be permitted,
Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated
soil.
II
Structural Portland Cement Concrete 02550-3
,j:
„„.... � [.. ...,,, .,y A, _... , ..,,,„q .. .,.•„a � .� .._.,.,vim ,��wl ""m",.,} I ... . .......
0108-5
The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When
necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and
adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the
reinforcement and embedded fixtures and into comers and angles of the forms. The vibration at any joint
shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where
segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final
position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be
disturbed after being deposited.
3.12 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary provisions shall be
made for joining future work before the placed concrete take its initial set. For the proper bonding of old and
new concrete, such provisions shall be made for grooves, steps, keys dovetails, reinforcing bars or other
devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be
finished during daylight of the same day. Before depositing new concrete on or against concrete which has
hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened
slightly, wetted, and covered with a neat coating of cement paste or grout.
3.13 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of such dimensions as may
be indicated on the drawings. The premolded filler shall be cut to the same shape as that of the surfaces
being joined. The filler shall be fixed firmly against the surface of the concrete already in place in such
manner that it will not be displaced when concrete is deposited against it.
3.14 DEFECTIVE WORK. Any defective work disclosed after the forms have been removed shall be immediately
removed and replaced. If any dimensions are deficient, or 9 the surface of the concrete is bulged, uneven,
or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire
section shall be removed and replaced at the expense of the Contractor.
3.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, free from open or rough spaces,
depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the
finished top surface at the proper elevation and shall be struck -off with a straightedge and floated. Mortar
finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete
during the finishing of horizontal plane surfaces.
When directed, the surface finish or exposed concrete shall be a rubbed finish. If forms can be removed
( while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float
j until all irregularities are removed. It the concrete has hardened before being rubbed, a carborundum stone
t shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine.
3.16 CURING AND PROTECTION. All concrete shall be property cured and protected by the Contractor. The
work shall be protected from the elements, flowing water, and from defacement of any nature during the
building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an
approved material. Water -absorptive coverings shall be thoroughly saturated when placed and kept
saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied
down to keep the concrete surface covered to prevent the surface from being exposed to currents of air.
Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of
joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the
concrete has been placed.
3.17 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be
installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be
displaced or moved during the placing of the concrete.
3.18 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 40 F, the Contractor
shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or
water, or both, shall be heated in order to place the concrete at temperatures between 50 and 100 F.
J 3.19 FILLING JOINTS. All joints which require filling shall be thoroughly cleaned, and any excess mortar r
concrete shall be cut out with proper tools. Joint filling shall not be started until after final curing an hal
done only when the concrete is completely dry. The cleaning and filling shall be carefully do e
equipment and in a manner to obtain a neat looking joint free from excess filler.
THIS SECTION PREPARED BY HUGO REED AND ASSOCIATES, INC. r�
- 4CS/i[• �p
END OF SECTION ROGER. . c jb _ — g4487
Structural Portland Cement Concrete
F!
0108-5
SECTION 02565 - CONCRETE SLABS, CURB AND GUTTER AND MISCELLANEOUS CONCRETE WORK
PART 1 DESCRIPTION
1.01 GENERAL. This item shall consist of portiand cement concrete curb and gutter, concrete slabs, and other
miscellaneous concrete work, not specifically covered by Section, Portland Cement Concrete Pavement,
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 Engineer.
PART 2 MATERIALS
2.01 CONCRETE. Plain and reinforced concrete used in concrete slabs, curb and gutter and miscellaneous
concrete work shall conform to the requirements of Section, Structural Portland Cement Concrete.
PART 3 CONSTRUCTION METHODS
3.01 GENERAL. The Contractor shall furnish all labor, materials, and service 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 Engineer. 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.
3.02 PREPARING BASE AND SUBGRADE. 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 material shall be placed in layers and given compaction, by
appropriate methods, equal to that specified in Section 02200. Excavation and Embankment. 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.
3.03 FORM. 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. The forms shall consist of a
back form, and a gutter form. Forms shall 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 curved with a radius of 150 feet or less shall be
flexible steel forms.
3.04 MACHINE LAID CURB AND GUTTER. 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
grade, alignment, and cross-section, and is equipped with adequate vibrators to produce a dense concrete
free of honeycombs.
Laydown machines that cannot meet the above requirement will not be acceptable for use.
3.05 PLACING. 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 sections, or by other method approved by the Engineer. On curb and gutter sections, the front face
of the curb shall be formed by a method approved by the Engineer. A thin layer of concrete grout followed
by a heavy metal screed, approved by the Engineer, may be used in forming the front face of the curb and
gutter section. The grout shall be placed and finished immediately behind the initial placing operation to
insure a proper bond between surfaces. If in the opinion of the Engineer, a proper bond is not provided, the
section will be removed and replaced at the Contractor's expense. Concrete shall be thoroughly spaded or
Concrete Slabs, Curb and Gutter and Miscellaneous Concrete Work
02565-1
No Text
0f 08-5 1
vibrated in order to eliminate honeycomb. Honeycombed placed in the back of curb or face of gutter will not 1
be permitted. Small honeycombed places shall be patched immediately as directed by the Engineer.
Concrete shall not be placed when the temperature is less than 40° F. and under no circumstances shall it
be placed on frozen ground. r-)
3.06 JOINTS. Curb and gutter shall be constructed with an expansion joint at the tangent point of each return at
intersections and at the end of each day's concrete pour. A construction or contraction joint shall be located
at 10-foot intervals, or at each template or as directed by the Engineer. All joints shall be perpendicular to
the surface of the concrete and to the axis of the section. The contraction joints shall be made at 10-foot
Intervals by cutting into the curb and gutter sections with a trowel a depth of approximately 2" to 2-1/2";
these joints shall be finished as specified under finishing. Curb and gutter that cracks at locations other
Expansion joint material shall be an approved pre -formed bituminous impregnated non -extruding type
jointing material, meeting the requirements of ASTM D 1751 or D 1752. The joint material shall be Y2 inch
thick, and shaped to the section of the curb and gutter or other work.
3.07 FINISHING. Curb and gutter, gutter, concrete slabs, and other miscellaneous concrete work shall be
accurately shaped to the cross section shown on the plans or approved by the Engineer and finished to a
surface of uniform texture by floating with a wood float and trowelling. The final finishing shall be done with
'
a brush, the last stroke being one from the back 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. Curved 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 W in depth.
3.08 BACK FILLING. After the concrete work has set sufficiently, the spaces adjacent to the structure shall be
refilled to the required elevation with material specified in Section, Excavation and Embankment.
THIS SECTION PREPARED BY HUGO REED AND ASSOCIATES,'"'^
END OF SECTION
J
Concrete Slabs, Curb and Gutter and Miscellaneous Concrete Work 02565-2
1.�
0108-5
SECTION 02110 - SITE CLEARING
PART 1 - GENERAL
l
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of 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. Protection of existing trees.
2. Topsoil stripping.
3. Clearing and grubbing.
4. Removal of trees where indicated.
1.3 PROJECT CONDITIONS
A. Traffic: Conduct site clearing operations to ensure minimum interference with roads, streets, walks,
and other adjacent occupied or used facilities. Do not close or obstruct streets, walks or other
occupied or used facilities without permission from authorities having jurisdiction.
B. Protection of Existing Improvements: Provide protections necessary to prevent damage to existing
improvements indicated to remain in place.
1. Protect improvements on adjoining properties and on Owner's property.
2. Restore damaged improvements to their original condition, as acceptable to property owners.
PART 2 - PRODUCTS
A. Not applicable to this Section.
PART 3 - EXECUTION
3.1 SITE CLEARING
A. General: Prior to removal, review with the Architect any and all trees to be removed. Remove trees,
shrubs, grass and other vegetation, improvements, or obstructions as required to permit installation
of new construction. Remove similar items elsewhere on site or premises as specifically indicated.
"Removal" includes digging out and off -site disposing of stumps and roots.
1. Cut minor roots and branches of trees indicated to remain in a clean and careful manner,
where such roots and branches obstruct installation of new construction.
B. Topsoil: Topsoil is defined as friable clay loam surface soil found in a depth of not less than 4
inches. Verify depth of existing topsoil prior to commencing topsoil removal. Satisfactory topsoil is
reasonably free of subsoil, clay lumps, stones, and other objects over 2 inches in diameter, and
without weeds, roots, and other objectionable material.
1. Strip topsoil to whatever depths encountered in a manner to prevent intermingling with
underlying subsoil or other objectionable material.
a. Remove heavy growths of grass from areas before stripping.
b. Where existing trees are indicated to remain, leave existing topsoil in place within drip lines
to prevent damage to root system.
j:
SITE CLEARING
02110 -1
No Text
f
0108-5
2. Stockpile suitable topsoil in storage piles for use in fine grading. Construct storage piles to
provide free drainage of surface water. Cover storage piles, if required, to prevent wind
erosion. Confirm with the Owner the suitable sites within the Project Contract Limits for topsoil
stockpile locations.
3. Dispose of unsuitable or excess topsoil same as specked for disposal of waste material.
C. Clearing and Grubbing: Clear site of trees, shrubs and other vegetation, except for those indicated
to be left standing. Also remove all debris not suitable for fine grading to a depth of 8 inches.
1. Completely remove stumps, roots, and other debris protruding through ground surface.
2. Use only hand methods for grubbing inside drip line of trees indicated to remain.
3. Fill depressions caused by clearing and grubbing operations with satisfactory soil material,
} unless further excavation or earthwork is indicated.
a. Place fill material in horizontal layers not exceeding 6 inches loose depth, and thoroughly
§ compact to a density equal to adjacent original ground.
D. Removal of Improvements: Remove existing above -grade and below -grade improvements as
indicated and as necessary to facilitate new construction.
1. Abandonment or removal of certain underground pipe or conduits may be indicated on
mechanical or electrical drawings, and is included under work of related Division 15 and 16
sections. Removal of abandoned underground piping or conduit interfering with construction is
included under this Section.
3.2 DISPOSAL OF WASTE MATERIALS
A. Burning on Owner's Property: Burning is not permitted on Owner's property.
B. Removal from Owner's Property: Remove waste materials and unsuitable or excess topsoil from
Owner's property. Prior to removal of excess topsoil confirm with the Owner if the Owner wants to
retain said excess topsoil. K the Owner confirms that they want to retain the excess topsoil then
said topsoil shall remain on the site where directed by the Owner.
END OF SECTION 02110
THIS SECTION PREPARED BY MWM ARCHITECTS, INC.
02110 - 2 SITE CLEARING
0108-5
SECTION 02282 - TERMITE CONTROL
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General and Supplementary Conditions and
Division-1 Specification sections, apply to work of this section.
1.2 SUMMARY
A. Provide soil treatment for termite control, as herein specified beneath the Field House Locker Room
Building only.
1.3 SUBMITTALS
A. Product Data: Submit manufacturer's technical data and application instructions.
1.4 QUALITY ASSURANCE
A. In addition to requirements of these specifications, comply with manufacturer's instructions and
recommendations for work, including preparation of substrate and application.
B. Engage a professional pest control operator, licensed in accordance with regulations of governing
authorities for application of soil treatment solution.
C. Use only termiticides which bear a Federal registration number of the U.S. Environmental
Protection Agency.
1.5 JOB CONDITIONS
A. Restrictions: Do not apply soil treatment solution until excavating, filling and grading operations are
completed, except as otherwise required in construction operations.
B. To insure penetration, do not apply soil treatment to frozen or excessively wet soils or during
inclement weather. Comply with handling and application instructions of the soil toxicant
manufacturer.
1.6 SPECIFIC PRODUCT WARRANTY
A. Furnish written warranty certifying that applied soil termiticide treatment will prevent infestation of
subterranean termites and, that if subterranean termite activity is discovered during warranty period,
Contractor will re -treat soil and repair or replace damage caused by termite infestation.
1. Provide warranty for a period of 5 years from date of treatment, signed by Applicator and
Contractor.
PART 2-PRODUCTS
2.1 SOIL TREATMENT SOLUTION
A. Use an emulsible concentrate termiticide for dilution with water, specially formulated to prevent
infestation by termites. Fuel oil will not be permitted as a diluent. Provide a solution consisting of
one of following chemical elements and concentrations:
1. Cypermethrin ("Product TC")
r
TERMITE CONTROL
02282 -1
0108-5
B. Other solutions may be used as recommended by Applicator if also acceptable to Architect and
approved for intended application by jurisdictional authorities. Use only soil treatment solutions
which are not injurious to planting.
PART 3 - EXECUTION
3.1 APPLICATION
A. Surface Preparation: Remove foreign matter which could decrease effectiveness of treatment on
areas to be treated. Loosen, rake and level soil to be treated, except previously compacted areas
under slabs and foundations. Toxicants may be applied before placement of compacted fill under
slabs, if recommended by toxicant manufacturer.
B. Application Rates: Apply soil treatment solution as follows:
C. Under slab -on -grade structures, treat soil before concrete slabs are placed, using the following
rates of application:
1. Apply 4 gallons of chemical solution per 10 lin. ft. to soil in critical areas under slab, including
entire inside perimeter inside of foundation walls, along both sides of interior partition walls,
around plumbing pipes and electric conduit penetrating slab, and around interior column
footers.
2. Apply one gallon of chemical solution per 10 sq. ft. as an overall treatment under slab and
attached slab areas where fill is soil or unwashed gravel. Apply 1-1/2 gallons of chemical
solution to areas where fill is washed gravel or other coarse absorbent material.
3. Apply 4 gallons of chemical solution per 10 lin. ft. of trench, for each foot of depth from grade to
footing, along outside edge of building. Dig a trench 6" to 8" wide along outside of foundation to
a depth of not less than 12". Punch holes to top of footing at not more than 12" o.c. and apply
chemical solution. Mix chemical solution with the soil as it is being replaced in trench.
D. Treat soil under or around crawl -space structures as follows:
1. Apply 4 gallons of chemical solution per 10 lin. ft. of trench along inside of foundation walls,
along both sides of interior partitions, and around piers and plumbing. Do not apply an overall
treatment in crawl spaces.
2. Apply 4 gallons of chemical solution per 10 lin. ft. of trench, for each foot of depth from grade to
footing, along outside of foundation walls, including part beneath entrance platform porches,
etc.
3. Apply 4 gallons of chemical solution per 10 lin. ft. along the inside and outside of foundation
walls of porches.
4. Apply one gallon per 10 sq. ft. of soil surface as an overall treatment, only where attached
concrete platform and porches are on fill or ground.
E. At hollow masonry foundations or grade beams, treat voids at rate of 2 gal. per 10 lin. ft., poured
directly into the hollow spaces.
F. At expansion joints, control joints, and areas where slabs will be penetrated, apply at rate of 4 gals.
per 10 lin. ft. of penetration.
G. Post signs in areas of application to wam workers that soil termiticide treatment has been applied.
Remove signs when areas are covered by other construction.
r
_i
02282 - 2 TERMITE CONTROL
0108-5
H. Reapply soil treatment solution to areas disturbed by subsequent excavation, landscape grading, or
other construction activities following application.
END OF SECTION 02282
THIS SECTION PREPARED BY MWM ARCHITECTS, INC.
{
r
TERMITE CONTROL
02282 - 3
1080-5
SECTION 02830 - CHAIN LINK FENCING AND GATES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS:
A. Drawings and general provisions of Contract, including General and Supplementary Conditions and
Division-1 Specification sections, apply to work of this section.
B. Division 5 section "Miscellaneous Fabrication".
1.2 DESCRIPTION OF WORK:
A. Extent of chain link fences and gates is indicated on Drawings. Fence shall be nominal V-0" high
unless indicated otherwise. PLEASE REFER TO THE DRAWINGS AND SPECIFICATIONS FOR
CHAiNLINK FENCE AND GATE COMPONENT SIZES. PROVIDE THE MOST STRIGENT SIZE,
SPACING, ETC.
1.3 QUALITY ASSURANCE:
A. Provide chain link fences and gates as complete units controlled by a single source including
necessary erection accessories, fittings, and fastenings.
1.4 SUBMITTAL:
A. Product Data: Submit manufacturer's technical data, and installation instructions for metal fencing,
fabric, gates and accessories.
PART2-PRODUCTS
2.1 GENERAL:
A. Dimensions indicated for pipe, roll -formed, and H-sections are outside dimensions, exclusive of
coatings. Fence shall be based on design requirements of gaud rails as decided in the UBC 91
Building Code.
B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products which may be incorporated in the work include, but are not limited to, the following:
1. Galvanized Steel Fencing and Fabric:
a. Allied Tube and Conduit Corp.
b. American Fence Corp.
c. Anchor Fence, Inc.
2.2 STEEL FABRIC:
A. Steel Fabric: Comply with Chain Link Fence Manufacturers Institute (CLFMI) Product Manual.
Furnish one-piece fabric widths for fencing up to 12 feet high. Wire Size includes zinc or aluminum
coating.
1. Size: 1-3/4-inch mesh, 11 -gauge (0.120-inch diameter) wire.
CHAIN LINK FENCING AND GATES
02830 -1
E
[ 0108-5
2. Galvanized Steel Finish: ASTM A 392, Class II, with not less than 2.0 oz. zinc per sq. ft. of
uncoated wire surface on wire coated before weaving or not less than 2.0 oz. zinc per sq. ft. of
uncoated wire surface on wire of fabric coated after weaving as determined from the average of
two or more samples and not less than 1.8 oz. zinc per sq. ft. of uncoated wire surface for any
individual sample.
$ 2.3 FRAMING AND ACCESSORIES:
A. Steel Framework, General: Galvanized steel, ASTM A 120 or A 123, with not less than 1.8 oz. zinc
per sq. ft. of surface.
1. Fittings and Accessories: Galvanized, ASTM A 153, with zinc weights per Table 1.
B. End, Corner and Pull Posts: Minimum sizes and weights as follows: unless indicated otherwise on
the Drawings. `
1. Up to 6' fabric height, for typical fence 3" Nom. diameter, 7.58 lbs. per lin. ft., 3.5" O.D. standard
weight pipe
C. Line Posts: Space 8' - 011' o.c. maximum, unless otherwise indicated, of following minimum sizes
and weights as follows unless indicated otherwise on the Drawings.
1. Up to 6' fabric height in typical fence, 2" Nominal diameter steel pipe, 3.65 lbs. per lin. ft., 2.375
O.D. standard weight pipe.
D. Gate Posts: Furnish posts for supporting single gate leaf, or one leaf of a double gate installation,
for nominal gate widths as follows unless indicated otherwise on the Drawings.
Leaf Width Gate Post lbs./lin. ft.
Up to 6' 31/2" Nom. diameter, 9.11
4" O.D. Standard
weight pipe
From 6' to 4" Nom. diameter, 10.79
13'-0" 4 1/2" O.D. Standard
weight pipe
E. Top Intermediate and Bottom Rails: Manufacturer's longest lengths, with expansion type
couplings, approximately 6" long, for each joint. Provide means for attaching top rail securely to
each gate corner, pull and end post.
1. 6'-0" high typical fence, 1 1/2" Nom. diameter, 2.72 ibs. per line. ft., 1.9" O.D. standard
weight pipe unless indicated otherwise on the Drawings.
F. Tension Wire: 7-gage, coated coil spring wire, metal and finish to match fabric unless indicated
otherwise.
1. Locate at bottom and top of fabric.
G. Wire Ties: 11 ga. galvanized steel unless indicated otherwise.
H. Post Brace Assembly: Manufacturer's standard adjustable brace at end and gate posts and at
both sides of corner and pull posts, with horizontal brace located at mid -height of fabric. Use
same material as top rail for brace, and truss to line posts with 0.375" diameter rod and
adjustable tightener unless indicated otherwise .
02830 - 2 CHAIN LINK FENCING AND GATES
1080-5
I. Post Tops: Provide weathertight closure cap with loop to receive tension wire or toprail; one cap
for each post.
J. Stretcher Bars: One-piece lengths equal to full height of fabric, with minimum cross-section of
3/16" x 3/4". Provide one stretcher bar for each gate and end post, and 2 for each corner and
pull post, except where fabric is integrally woven into post unless indicated otherwise.
K. Stretcher Bars Bands: Space not over 15" o.c., to secure stretcher bars to end, corner, pull, and
gate posts unless indicated otherwise.
1. Barbed Wire: Provide barbed wire at the top of all fencing and gates to match the existing
fencing. Provide all necessary fittings, brackets and associated hardware to match existing.
2.4 GATES:
A. Fabrication: Fabricate perimeter frames of gates from metal and finish to match fence
framework. Assemble gate frames by welding or with special fittings and rivets, for rigid
connections, providing security against removal or breakage connections. Provide horizontal
and vertical members to ensure proper gate operation and attachment of hardware and
accessories. Space frame members maximum of 8' apart unless otherwise indicated.
1. Install diagonal cross -bracing consisting of 3/8" diameter adjustable length truss rods on
gates to ensure frame rigidity without sag or twist.
B. Gate Hardware: unless indicated otherwise, provide hardware and accessories for each gate,
galvanized per ASTM A 153, and in accordance with the following:
1. Hinges: Size and material to suit gate size, non -lift-off type, offset to permit 180 deg. gate
opening. Provide 1-1/2 pair of hinges for each leaf over 6' nominal height.
2. Latch: Forked type or plunger -bar type to permit operation from either side of gate, with
padlock eye as integral part of latch.
C. Cantilevered Gates: Provide galvanized steel cantilevered gartes with welded frame connections
equal to AMETCO Cantilevered gates with chainlink fencing fabric. Provide all necessary fittings,
brackets ans associated hardware. Be responsible for the structural design of the cantilevered
gate system.
D. Cantilevered (Slide) Gate Operator: Provide Slide Gate Operators equal to Model SG 204 Slide
Gate Operator as manufactured by POWERMASTER V.E. POWER DOOR CO., INC.
PART 3 - EXECUTION
3.1 INSTALLATION:
A. Do not begin installation and erection before adjacent conduction is completed, unless
otherwise permitted.
B. Top Rails: Run rail continuously through post caps, bending to radius for curved runs. Provide
expansion couplings as recommended by fencing manufacturer.
C. Brace Assemblies: Install braces so posts are plumb when diagonal rod is under proper tension.
D. Bottom Tie Down: Contractor to install 1 inch eye bolts at center of post spacing to tie bottom of
fabric tightly.
I> CHAIN LINK FENCING AND GATES 02830 - 3
:
t_
0108-5
E. Tension Wire: Install tension wires through post cap loops before stretching fabric and tie to
each post cap with not less than 6 ga. galvanized wire. Fasten fabric to tension wire using 11 ga.
galvanized steel hog rings spaced 24" o.c.
F. Gates: Install gates plumb, level, and secure for full opening without interference. Install
floor/deck-set items in concrete for anchorage. Adjust hardware for smooth operation and
lubricate where necessary. Tack weld hinges to Gate Posts and treat welded areas with a cold -
galvanizing coating as shown on the Drawings.
G. Tie Wires: Use U-shaped wire, conforming to diameter of pipe to which attached, clasping pipe
and fabric firmly with ends twisted at least 2 full turns. Bend ends of wire to minimize hazard to
persons or clothing.
H. Fasteners: Install nuts for tension bands and hardware bolts on side of fence opposite fabric
side. Peen ends of bolts or score threads to prevent removal of nuts.
END OF SECTION 02830
THIS SECTION PREPARED BY MWM ARCHITECTS, INC.
02830 - 4 CHAIN LINK FENCING AND GATES
0108-5
SECTION 05501 - METAL FABRICATIONS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to work of this Section.
1.2 SUMMARY
A. This section includes the following metal fabrications:
1. Rough hardware.
2. Loose bearing and leveling plates.
3. Loose steel lintels.
4. Miscellaneous framing and supports for the following:
a. Applications where framing and supports are not specified in other sections.
5. Miscellaneous steel trim.
6. Shelf and relieving angles.
1.3 DEFINITIONS
A. Definitions in ASTM E 985 for railing -related terms apply to this Section.
1.4 SYSTEM PERFORMANCE REQUIREMENTS
A. Structural Performance: Design, engineer, fabricate, and install the following metal fabrications to
withstand the following structural loads without exceeding the allowable design working stress of the
materials involved, including anchors and connections. Apply each load to produce the maximum
stress in each respective component of each metal fabrication.
1.5 SUBMITTALS
A. General: Submit shop drawings in accordance with Conditions of Contract and Division 1
Specification Sections that illustrate all metal fabrications to be incorporated into the work.
B. Product data for products used in miscellaneous metal fabrications, including paint products and
grout.
1.6 PROJECT CONDITIONS
A. Field Measurements: Check actual locations of walls and other construction to which metal
fabrications must fit, by accurate field measurements before fabrication; show recorded
measurements on final shop drawings. Coordinate fabrication schedule with construction progress
to avoid delay of Work.
1.7 SEQUENCING AND SCHEDULING
A. Sequence and coordinate installation of wall handrails as follows:
1. Mount handrails only on completed walls. Do not support handrails temporarily by any means
not satisfying structural performance requirements.
METAL FABRICATIONS
05501 -1
1
t 0108-5
2. Mount handrails only on assemblies reinforced to receive anchors, and where the location of
concealed anchor plates has been clearly marked for benefit of Installer.
PART2-PRODUCTS
2.1 FERROUS METALS
A. Metal Surfaces, General: For metal fabrications exposed to view upon completion of the Work,
provide materials selected for their surface flatness, smoothness, and freedom from surface
blemishes. Do not use materials whose exposed surfaces exhibit pitting, seam marks, roller marks,
rolled trade names, roughness, and, for steel sheet, variations in flatness exceeding those
permitted by reference standards for stretcher -leveled sheet.
B. Steel Plates, Shapes, and Bars: ASTM A 36.
C. Steel Tubing: Product type (manufacturing method) and as follows:
1. Cold -Formed Steel Tubing: ASTM A 500, grade as indicated below:
a. Grade A, unless otherwise indicated or required for design loading.
D. Uncoated Structural Steel Sheet: Product type (manufacturing method), quality, and grade, as
follows:
1. Cold -Rolled Structural Steel Sheet: ASTM A 611. grade as follows:
a. Grade A, unless otherwise indicated or required by design loading.
2. Hot -Rolled Structural Steel Sheet: ASTM A 570, grade as follows:
a. Grade 30, unless otherwise indicated or required by design loading.
E. Steel Pipe: ASTM A 53; finish, type, and weight class as follows:
1. Black finish, unless otherwise indicated.
2. Type F, standard weight (schedule 40), unless otherwise indicated, or another weight, type, and
grade required by structural loads.
F. Brackets, Flanges and Anchors: Cast or formed metal of the same type material and finish as
supported rails, unless otherwise indicated.
G. Concrete Inserts: Threaded or wedge type; galvanized ferrous castings, either malleable iron,
ASTM A 47, or cast steel, ASTM A 27. Provide bolts, washers, and shims as required, hot -dip
galvanized per ASTM A 153.
2.2 FASTENERS
A. General: Provide zinc -coated fasteners for exterior use or where built into exterior walls. Select
fasteners for the type, grade, and class required.
B. Bolts and Nuts: Regular hexagon head type, ASTM A 307, Grade A.
C. Lag Bolts: Square head type, FS FF-B-561.
D. Machine Screws: Cadmium plated steel, FS FF-S-92.
E. Wood Screws: Flat head carbon steel, FS FF-S-111.
F. Plain Washers: Round, carbon steel, FS FF-W-92.
05501 - 2
METAL FABRICATIONS
F
0108-5
. G. Drilled -In Expansion Anchors: Expansion anchors complying with FS FF-S-325, Group Vill
;i (anchors, expansion, (nondrilling)), Type I (internally threaded tubular expansion anchor); and
machine bolts complying with FS FF-B-575, Grade 5.
H. Toggle Bolts: Tumble -wing type, FS FF-B-588, type, class, and style as required.
1. Lock Washers: Helical spring type carbon steel, FS FF-W-84.
2.3 PAINT
A. Shop Primer for Ferrous Metal: Manufacturer's or fabricator's standard, fast -curing, lead-free,
universal modified alkyd primer selected for good resistance to normal atmospheric corrosion, for
compatibility with finish paint systems indicated, and for capability to provide a sound foundation for
field -applied topcoats despite prolonged exposure complying with performance requirements of FS
TT-P-645.
B. Galvanizing Repair Paint: High zinc dust content paint for regalvanizing welds in galvanized steel,
with dry film containing not less than 94 percent zinc dust by weight, and complying with DOD-P-
21035 or SSPC-Paint-20.
C. Bituminous Paint: Cold -applied asphalt mastic complying with SSPC-Paint 12 except containing no
asbestos fibers.
D. Zinc Chromate Primer: FS TT-P-645.
2.4 FABRICATION, GENERAL
A. Form metal fabrications from materials of size, thickness, and shapes indicated but not less than
that needed to comply with performance requirements indicated. Work to dimensions indicated or
accepted on shop drawings, using proven details of fabrication and support. Use type of materials
indicated or specified for various components of each metal fabrication.
B. Form exposed work true to line and level with accurate angles and surfaces and straight sharp
edges.
C. Shear and punch metals cleanly and accurately. Remove burrs.
D. Ease exposed edges to a radius of approximately 1/32 inch, unless otherwise indicated. Form
bent -metal corners to smallest radius possible without causing grain separation or otherwise
impairing work.
E. Remove sharp or rough areas on exposed traffic surfaces.
F. Weld corners and seams continuously to comply with AWS recommendations and the following:
1. Use materials and methods that minimize distortion and develop strength and corrosion
resistance of base metals.
2. Obtain fusion without undercut or overlap.
3. Remove welding flux immediately.
4. At exposed connections, finish exposed welds and surfaces smooth and blended so that no
roughness shows after finishing and contour of welded surface matches those adjacent.
G. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners
wherever possible. Use exposed fasteners of type indicated or, if not indicated, Phillips flat -head
(countersunk) screws or bolts. Locate joints where least conspicuous.
- METAL FABRICATIONS 05501 - 3
J
0108-5
t
H. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space
anchoring devices to provide adequate support for intended use.
r 1. Shop Assembly: Preassemble items in shop to greatest extent possible to minimize field splicing
and assembly. Disassemble units only as necessary for shipping and handling limitations. Use
connections that maintain structural value of joined pieces. Clearly mark units for reassembly and
coordinated installation.
J. Cut, reinforce, drill and tap miscellaneous metal work as indicated to receive finish hardware,
screws, and similar items.
K. Fabricate joints that will be exposed to weather in a manner to exclude water, or provide weep
holes where water may accumulate.
2.5 ROUGH HARDWARE
A. Furnish bent or otherwise custom fabricated bolts, plates, anchors, hangers, dowels, and other
�- miscellaneous steel and iron shapes as required for framing and supporting woodwork, and for
anchoring or securing woodwork to concrete or other structures. Straight bolts and other stock
rough hardware items are specified in Division 6 sections.
B. Fabricate items to sizes, shapes, and dimensions required. Furnish malleable -iron washers for
heads and nuts which bear on wood structural connections; elsewhere, furnish steel washers.
2.6 STEEL AND IRON FINISHES
A. Galvanizing: Hot -dip galvanize items as indicated to comply with application standard listed below:
1. ASTM A123, for galvanizing steel andiron products
2. ASTM A153/A153M, for galvanizing, steel andiron hardware.
2.7 LOOSE BEARING AND LEVELING PLATES
A. Provide loose bearing and leveling plates for steel items bearing on masonry or concrete
construction, made flat, free from warps or twists, and of required thickness and bearing area. Drill
plates to receive anchor bolts and for grouting as required. Galvanize after fabrication.
2.8 LOOSE STEEL LINTELS
A. Fabricate loose structural steel lintels from steel angles and shapes of size indicated for openings
and recesses in masonry walls and partitions at locations indicated.
B. Weld adjoining members together to form a single unit where indicated.
C. Size loose lintels for equal bearing of one inch per foot of clear span but not less than 8 inches
bearing at each side of openings, unless otherwise indicated.
D. Galvanize all steel lintels located in exterior walls.
2.9 MISCELLANEOUS FRAMING AND SUPPORTS
A. General: Provide steel framing and supports for applications indicated or which are not a part of
structural steel framework, as required to complete work.
05501 - 4 METAL FABRICATIONS
0108-5
B. Fabricate units to sizes, shapes, and profiles indicated and required to receive adjacent other
construction retained by framing and supports. Fabricate from structural steel shapes, plates, and
steel bars of welded construction using mitered joints for field connection. Cut, drill, and tap units to
receive hardware, hangers, and similar items.
t 2.10 MISCELLANEOUS STEEL TRIM
i
A. Provide shapes and sizes indicated for profiles shown. Unless otherwise indicated, fabricate units
from structural steel shapes, plates, and steel bars, with continuously welded joints and smooth
exposed edges. Use concealed field splices wherever possible. Provide cutouts, fittings, and
anchorages as required for coordination of assembly and installation with other work.
B. Galvanize miscellaneous framing and supports in the following locations:
1. Exterior locations.
2. Interior locations where indicated.
2.11 SHELF AND RELIEVING ANGLES
A. Fabricate shelf and relieving angles from steel angles of sizes indicated and for attachment to
concrete framing. Provide slotted holes to receive 3/4 inch bolts, spaced not more than 6 inches
from ends and not more than 24 inches o.c., unless otherwise indicated.
B. Galvanize shelf angles to be installed on exterior concrete framing.
2.12 FINISHES, GENERAL
A. Comply with NAAMM "Metal Finishes Manual' for recommendations relative to application and
designations of finishes.
B. Finish metal fabrications after assembly.
2.13 METAL BEAM GUARD FENCE
A. Metal Beam Guard Rail shall meet TxDOT Standard Item 540.
PART 3 - EXECUTION
3.1 PREPARATION
A. Coordinate and furnish anchorages, setting drawings, diagrams, templates, instructions, and
directions for installation of anchorages, including concrete inserts, sleeves, anchor bolts, and
miscellaneous items having integral anchors that are to be embedded in concrete or masonry
construction. Coordinate delivery of such items to project site.
B. Center nosings on tread widths with noses flush with riser faces and tread surfaces.
C. Set sleeves in concrete with tops flush with finish surface elevations; protect sleeves from water
and concrete entry.
METAL FABRICATIONS
05501 - 5
0108-5
3.2 INSTALLATION, GENERAL
A. Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary for
securing miscellaneous metal fabrications to in -place construction; include threaded fasteners for
concrete and masonry inserts, toggle bolts, through -bolts, lag bolts, wood screws, and other
connectors as required.
B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installation of
miscellaneous metal fabrications. Set metal fabrication accurately in location, alignment, and
elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from
established lines and levels.
C. Field Welding: Comply with AWS Code for procedures of manual shielded metal -arc welding,
appearance and quality of welds made, methods used in correcting welding work.
3.3 ADJUSTING AND CLEANING
A. Touch -Up Painting: Immediately after erection, clean field welds, bolted connections, and abraded
areas of shop paint, and paint exposed areas with same material as used for shop painting to
comply with SSPC-PA 1 requirements for touch-up of field painted surfaces.
1. Apply by brush or spray to provide a minimum dry film thickness of 2.0 mils.
B. For galvanized surfaces clean welds, bolted connections and abraded areas and apply galvanizing
repair paint to comply with ASTM A 780.
END OF SECTION 05501
THIS SECTION PREPARED BY MWM ARCHITECTS, INC.
05501 - 6 METAL FABRICATIONS
0108-5
SECTION 07901 - JOINT SEALERS
PART 1 -GENERAL
1.1 RELATED DOCUMENTS:
A. Drawings and general provisions of Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY:
A. Extent of each form and type of joint sealer is indicated on drawings and schedules.
B. This Section includes joint sealers for the following locations:
1. Exterior joints in vertical surfaces and nontraffic horizontal surfaces as indicated below:
a. Control and expansion joints in unit masonry.
b. Joints between different materials.
c. Perimeter joints between materials and at perimeter joints at frames of doors and windows.
d. Other joints as indicated.
2. Interior joints in vertical surfaces and horizontal nontraffic surfaces as indicated below:
a. Control and expansion joints in unit masonry.
b. Perimeter joints of exterior openings.
c. Perimeter joints between interior wall surfaces and frames of interior doors and windows.
d. Other joints as indicated.
C. Sealants for glazing purposes are specified in Division-8 Section "Glass and Glazing."
D. Sealing concealed perimeter joints of gypsum drywall partitions to reduce sound transmission
characteristics is specified in Division-9 Section "Gypsum Drywall."
1.3 SYSTEM PERFORMANCES:
A. Provide joint sealers that have been produced and installed to establish and maintain watertight and
airtight continuous seals.
1.4 SUBMITTALS:
A. Product Data from manufacturers for each joint sealer product required, including instructions for
joint preparation and joint sealer application.
B. Samples for Initial Selection Purposes: 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 from manufacturers of joint sealers attesting that their products comply with
specification requirements and are suitable for the use indicated.
1.5 QUALITY ASSURANCE:
A. Installer Qualifications: Engage an Installer who has successfully completed within the last 3 years
at least 3 joint sealer applications similar in type and size to that of this project.
B. Single Source Responsibility for Joint Sealer Materials: Obtain joint sealer materials from a single
manufacturer for each different product required.
I }
JOINT SEALERS
07901 -1
a„,_ " r� ,, �� .� �. � ,�
...
_��
0108-5
C. Product Testing: Provide comprehensive test data for each type of joint sealer based on tests
conducted by a qualified independent testing laboratory on current product formulations within a 24
month period preceding date of Contractor's submittal results to Architect.
D. Preconstruction Field Testing: Prior to installation of joint sealants, field-test their adhesion to joint
substrates as follows:
1. Locate test joints where indicated or, if not indicated, as directed by Architect.
2. Conduct field tests for each application indicated below:
E. Field -Constructed Mock -Ups: Prior to installation of joint sealers, apply elastomeric sealants to the
following selected building joints as indicated below for further verification of colors selected from
sample submittals and to represent completed work for qualities of appearance, materials, and
application:
1. Joints in field -constructed mock-ups of assemblies specified in other sections which are
indicated to receive elastomeric joint sealants specified in this section.
2. Retain mock-ups during construction as standard for judging completed construction.
1.5 PROJECT CONDITIONS:
A. Environmental Conditions: Do not proceed with installation of joint sealers under the following
conditions:
1. When ambient and substrate temperature conditions are outside the limits permitted by joint
sealer manufacturers.
2. When joint substrates are wet due to rain, frost, condensation, or other causes.
B. Joint Width Conditions: Do not proceed with installation of joint sealers where joint widths are less
than allowed by joint sealer manufacturer for application indicated.
C. Joint Substrate Conditions: Do not proceed with installations of joint sealers until contaminants
capable of interfering with their adhesion are removed from joint substrates.
PART2-PRODUCTS
2.1 MATERIALS, GENERAL:
A. Compatibility: Provide joint sealers, 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.
B. Colors: Provide color of exposed joint sealers indicated or, if not otherwise indicated, as selected
by Architect from manufacturer's standard colors. In general the color of the sealant should match
or be compatible with the adjoining material's color.
2.2 ELASTOMERIC JOINT SEALANTS:
A. Elastomeric Sealant Standard: Provide manufacturer's standard chemically curing, elastomeric
sealant of base polymer indicated which complies with ASTM C 920 requirements, including those
referenced for Type, Grade, Class, and Uses.
B. One -Part Nonacid -Curing Silicone Sealant: Type S, Grade NS, Class 25, and complying with the
following requirements for Uses and additional joint movement capability:
1. Uses NT, M, G, A, and, as applicable to joint substrates indicated, O.
d
07901 - 2 JOINT SEALERS
0108-5
C. One -Part Mildew -Resistant Silicone Sealant: Type S; Grade NS;Class 25; Uses NT, G, A, and, as
i" applicable to nonporous joint substrates; intended for sealing joints with nonporou substrates and
i subject to in-service exposure to conditions of high humidity and temperature extremes.
D. Available Products: Subject to compliance with requirements, elastomeric sealants which may be
incorporated in the Work include, but are not limited to, the following:
1. One -Part Nonacid -Curing Silicone Sealant:
a. "Dow Corning 790"; Dow Corning Corp.
b. "Silglaze 112800'; General Electric Co.
c. "Silpruf'; General Electric Co.
d. "864", Pecora Corp.
e. "Spectrum 1"; Tremco, Inc.
f. "Spectrum 2"; Tremco, Inc.
2.3 JOINT SEALANT BACKING:
A. General: Provide sealant backings of material and type which are nonstaining; are compatible with
joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated
by sealant manufacturer based on field experience and laboratory testing.
B. Plastic Foam Joint Fillers: Preformed, compressible, resilient, nonwaxing, nonextruding strips of
flexible, nongassing plastic foam of material indicated below; nonabsorbent to water and gas; and
of size, shape and density to control sealant depth and otherwise contribute to producing optimum
sealant performance.
1. Either open -cell polyurethane foam or closed -cell polyethylene foam, unless otherwise
indicated, subject to approval of sealant manufacturer, for cold -applied sealants only.
C. Elastomeric Tubing Joint Fillers: Neoprene, butyl, EPDM, or silicone tubing complying with ASTM D
1056, nonabsorbent to water and gas, capable of remaining resilient at temperatures down to -26'
F (-15° C). Provide products with low compression set and of size and shape to provide a
secondary seal, to control sealant depth, and otherwise contribute to optimum sealant performance.
D. Bond -Breaker Tape: Polyethylene tape or other plastic tape as recommended by sealant
manufacturer for preventing sealant from adhering to rigid, inflexible joint filler materials or joint
surfaces at back of joint where such adhesion would result in sealant failure. Provide self-adhesive
tape where applicable.
2.4 MISCELLANEOUS MATERIALS:
A. Primer: Provide type recommended by joint sealer manufacturer where required for adhesion of
sealant to joint substrates indicated, as determined from preconstruction joint sealer -substrate tests
and field tests.
B. Cleaners for Nonporous Surfaces: Provide nonstaining, chemical cleaners of type which are
acceptable to manufacturers of sealants and sealant backing materials, which are not harmful to
substrates and adjacent nonporous materials, and which do not leave oily residues or otherwise
have a detrimental effect on sealant adhesion or in-service performance.
C. Masking Tape: Provide nonstaining, nonabsorbent type compatible with joint sealants and to
surfaces adjacent to joints.
�__ j JOINT SEALERS 07901 - 3
0108-5
PART 3 - EXECUTION
3.1 EXAMINATION:
A. Examine joints indicated to receive joint sealers, with Installer present, for compliance with requirements
for joint configuration, installation tolerances and other conditions affecting joint sealer performance. Do
not proceed with installation of joint sealers until unsatisfactory conditions have been corrected.
3.2 PREPARATION:
A. to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal.
3.3 INSTALLATION OF JOINT SEALERS:
A. General: Comply with joint sealer manufacturers' printed installation instructions applicable to
products and applications indicated, except where more stringent requirements apply.
B. Installation of Sealant Backings: Install sealant backings to comply with the following requirements:
1. Install joint fillers of type indicated to provide support of sealants during application and at
position required to produce the cross -sectional shapes and depths of installed sealants relative
to joint widths which allow optimum sealant movement capability.
a. Do not leave gaps between ends of joint fillers.
b. Do not stretch, twist, puncture, or tear joint fillers.
c. Remove absorbent joint fillers which have become wet prior to sealant application and
replace with dry material.
2. Install bond breaker tape between sealants and joint fillers, compression seals, or back of joints
where adhesion of sealant to surfaces at back of joints would result in sealant failure.
3. Install compressible seals serving as sealant backings to comply with requirements indicated
above for joint fillers.
C. Installation of Sealants: Install sealants by proven techniques that result in sealants directly
contacting and fully wetting joint substrates, completely filling recesses provided for each joint
configuration, and providing uniform, cross -sectional shapes and depths relative to joint widths
which allow optimum sealant Surface Cleaning of Joints: Clean out joints immediately before
installing joint sealers to comply with recommendations of joint sealer manufacturers and the
following requirements:
4. Remove all foreign material from joint substrates which could interfere with adhesion of joint
sealer, including dust; paints, except for permanent, protective coatings tested and approved
for sealant adhesion and compatibility by sealant manufacturer; old joint sealers; oil; grease;
waterproofing; water repellents; water; surface dirt; and frost.
5. Clean concrete, masonry, unglazed surfaces of ceramic tile and similar porous joint substrate
surfaces, by brushing, grinding, blast cleaning, mechanical abrading, or a combination of these
methods to produce a clean, sound substrate capable of developing optimum bond with joint
sealers. Remove loose particles remaining from above cleaning operations by vacuuming or
blowing out joints with oil -free compressed air.
6. Remove laitance and form release agents from concrete.
7. Clean metal, glass, porcelain enamel, glazed surfaces of ceramic tile; and other nonporous
surfaces by chemical cleaners or other means which are not harmful to substrates or leave
residues capable of interfering with adhesion of joint sealers.
B. Joint Priming: Prime joint substrates where indicated or where recommended by joint sealer
manufacturer based on preconstruction joint sealer -substrate tests or prior experience. Apply
primer to comply with joint sealer manufacturer's recommendations. Confine primers to areas of
joint sealer bond, do not allow spillage or migration onto adjoining surfaces.
07901 - 4
JOINT SEALERS
J
0108-5
C. Masking Tape: Use masking tape where required to prevent contact of sealant with adjoining
surfaces which otherwise would be permanently stained or damaged by such contact or by cleaning
methods required movement capability.
D. Tooling of Nonsag Sealants: Immediately after sealant application and prior to time skinning or
curing begins, tool sealants to form smooth, uniform beads of configuration indicated, to eliminate
air pockets, and to ensure contact and adhesion of sealant with sides of joint. Remove excess
sealants from surfaces adjacent to joint. Do not use tooling agents which discolor sealants or
adjacent surfaces or are not approved by sealant manufacturer.
3.4 CLEANING:
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 sealers and of products in which joints
occur.
tA 3.5 PROTECTION:
A. Protect joint sealers 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
S deterioration or damage at time of Substantial Completion. If, despite such protection, damage or
�- deterioration occurs, cut out and remove damaged or deteriorated joint sealers immediately and
reseal joints with new materials to produce joint sealer installations with repaired areas
indistinguishable from original work.
END OF SECTION 07901
THIS SECTION PREPARED BY MWM ARCHITECTS, INC.
JOINT SEALERS
07901 - 5
F l:
SECTION 09900 - PAINTING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General and Supplementary Conditions and
Division 1 Specification sections, apply to this section.
1.2 SUMMARY
A. This Section includes surface preparation, painting, and finishing of exposed interior and exterior
items and surfaces.
1. Surface preparation, priming, and finish coats specked in this section are in addition to shop
priming and surface treatment specified under other sections.
B. Paint exposed surfaces whether or not colors are designated in "schedules," except where a
surface or material is specifically indicated not to be painted or is to remain natural. Where an item
or surface is not specifically mentioned, paint the same as similar adjacent materials or surfaces. If
color or finish is not designated, the Architect will select from standard colors or finishes available.
1. Painting includes field painting exposed bare and covered pipes and ducts (including color -
coding), hangers, exposed steel and iron work, and primed metal surfaces of mechanical and
electrical equipment.
C. Painting is not required on prefinished items, finished metal surfaces, concealed surfaces,
operating parts, and labels.
1. Concealed surfaces not to be painted unless noted otherwise include wall or ceiling surfaces in
the following generally inaccessible areas:
a. Foundation spaces.
b. Furred areas.
c. Utility tunnels.
d. Pipe spaces.
e. Duct shafts.
2. Finished metal surfaces not to be painted include:
a. Anodized aluminum.
b. Stainless steel.
c. Chromium plate.
d. Copper.
e. Bronze.
f. Brass.
g. Prefinished metal grating panels
3. Operating parts not to be painted include moving parts of operating equipment such as the
following:
a. Valve and damper operators.
b. Linkages.
c. Sensing devices.
d. Motor and fan shafts.
4. Labels: Do not paint over Underwriter's Laboratories, Factory Mutual or other code -required
labels or equipment name, identification, performance rating, or nomenclature plates.
I
PAINTING 09900 -1
i 0108-5
D. Related Sections: The following sections contain requirements that relate to this section:
1. Division 5 Section "Steel" for shop priming steel.
2. Division 5 Section "Metal Fabrications" for shop priming ferrous metal.
3. Division 8 Section "Steel Doors and Frames" for shop priming ferrous metal used in doors
and frames fabrication.
1.3 SUBMITTALS
A. Product Data: Manufacturer's technical information, label analysis, and application instructions
for each material proposed for use.
1. List each material and cross-reference the specific coating and finish system and application.
Identify each material by the manufacturer's catalog number and general classification.
B. Samples for initial color selection in the form of manufacturer's color charts.
C. Samples for verification purposes: Provide samples of each color and material to be applied, with
1_ texture to simulate actual conditions, on representative samples of the actual substrate. Define
each separate coat, including block fillers and primers. Use representative colors when
preparing samples for review. Resubmit until required sheen, color, and texture are achieved.
1.4 QUALITY ASSURANCE
A. Single -Source Responsibility: Provide primers and undercoat paint produced by the same
manufacturer as the finish coats.
B. Coordination of Work: Review other sections in which primers are provided to ensure
compatibility of the total systems for various substrates. On request, furnish information on
characteristics of finish materials to ensure use of compatible primers.
1. Notify the Architect of problems anticipated using the materials specified.
C. Material Quality: Provide the manufacturer's best quality trade sale paint material of the various
coating types specked. Paint material containers not displaying manufacturer's product
identification will not be acceptable.
1. Proprietary names used to designate colors or materials are not intended to imply that
products named are required or to exclude equal products of other manufacturers.
g 1.5 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials to the job site in the manufacturer's original, unopened packages and
containers bearing manufacturer's name and label and the following information:
1. Product name or title of material.
2. Product description (generic classification or binder type).
3. Manufacturer's stock number and date of manufacture.
4. Thinning instructions.
5. Application instructions.
6. Color name and number.
B. Store materials not in use in tightly covered containers in a well -ventilated area at a minimum
ambient temperature of 450 F (7° C) or as recommended by the manufacturer. Maintain
containers used in storage in a clean condition, free of foreign materials and residue.
1. Protect from freezing. Keep storage area neat and orderly. Remove oily rags and waste
daily. Take necessary measures to ensure that workers and work areas are protected from
fire and health hazards resulting from handling, mixing, and application.
09900 - 2 PAINTING
f
0108-5
1.6 JOB CONDITIONS
A. Apply water -based paints only when the temperature of surfaces to be painted and surrounding
air temperatures are between 50° F (10° C) and 90° F (32° C) or as recommended by the
manufacturer.
B. Apply solvent -thinned paints only when the temperature of surfaces to be painted and
surrounding air temperatures are between 45° F (7° C) and 95° F (35' C) or as recommended by
the manufacturer.
C. Do not apply paint in snow, rain, fog, or mist, when the relative humidity exceeds 85 percent, at
temperatures less than 5° F (3° C) above the dew point, or to damp or wet surfaces.
1. Painting may continue during inclement weather if surfaces and areas to be painted are
enclosed and heated within temperature limits specified by the manufacturer during
application and drying periods.
2. DO NOT apply paint when weather forecasts predict the potential for wind blown dust/dirt
during the time required to apply paint and required time for applied paint to fully cure.
PART 2-PRODUCTS
2.1 Schedule of Coatings
A. Concrete and Concrete Masonry Units: (Water based epoxy over a 100% Acrylic Block Filler)
1. Primer: Heavy Duty Block Filler equal to Sherwin Williams B42W46.
2. Intermediate Coat: Water Based Catalyzed epoxy applied at a spreading rate
recommended by the manufacturer to achieve a dry film thickness of 2.5 to 4.0 mils DFT
equal to Sherwin Williams Epoxy B70.
3. Topcoat: Water Based Catalyzed epoxy applied at a spreading rate recommended by- the
manufacturer to achieve a dry film thickness of 2.5 to 4.0 mils DFT equal to Sherwin
Williams Epoxy B70.
B. Interior Ferrous And Galvanized Steel:
1. Primer: Water Based Catalyzed Epoxy primer/sealer applied at spreading rate
recommended by the manufacturer equal to Sherwin Williams Heavy Duty Epoxy B70 (3.0 to
5.0 mils DFT).
2. Intermediate Coat: Water Based Catalyzed Epoxy applied at a spreading rate recommended
by the manufacturer to achieve a dry film thickness of 2.5 to 3.0 mils DFT equal to Sherwin
Williams Epoxy B70.
3. Topcoat: Water Based Catalyzed Epoxy applied at a spreading rate recommended by the
manufacturer to achieve a dry film thickness of 2.5 to 3.0 mils DFT equal to Sherwin
Williams Epoxy B70.
C. Exterior Ferrous And Galvanized Steel:
1. Primer: Expoxy primer/sealer applied at spreading rate recommended by the manufacturer
equal to Sherwin Williams Heavy Duty Epoxy B67W300 Seriers.
2. Intermediate Coat: Epoxy applied at a spreading rate recommended by the manufacturer to
achieve a dry film thickness of 3.0 to 8.0 mils equal to Sherwin Williams Heavy Duty Epoxy
B67W300 series.
3. Topcoat: Semigloss, aliphaticpolyurethane enamel applied at a spreading . rate
recommended by manufacturers to achieve a dry film thickness of 2.0 to 4.0 mils equal to
Sherwin Williams Corothane II Low VOC Satin Finish B65W200 Series.
s
PAINTING
0108-5
PART-3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates and conditions under which painting will be performed for compliance with
requirements for application of paint. Do not begin paint application until unsatisfactory
conditions have been corrected.
1. Start of painting will be construed as the Applicator's acceptance of surfaces and conditions
within a particular area.
3.2 PREPARATION
A. General Procedures: Remove hardware and hardware accessories, plates, machined surfaces,
lighting fixtures, and similar items in place that are not to be painted, or provide surface -applied
protection prior to surface preparation and painting. Remove these items if necessary for
complete painting of the items and adjacent surfaces. Following completion of painting
operations in each space or area, have items reinstalled by workers skilled in the trades involved.
1. Clean surfaces before applying paint or surface treatments. Remove oil and grease prior to
cleaning. Schedule cleaning and painting so that dust and other contaminants from the
cleaning process will not fall on wet, newly painted surfaces.
B. Surface Preparation: Clean and prepare surfaces to be painted in accordance with the
manufacturer's instructions for each particular substrate condition and as specified.
1. Provide barrier coats over incompatible primers or remove and reprime. Notify Architect in
writing of problems anticipated with using the specified finish -coat material with substrates
primed by others.
2. Cementitious Materials: Prepare concrete to be painted. Remove efflorescence, chalk, dust,
dirt, grease, oils, and release agents. Roughen as required to remove glaze. If hardeners or
sealers have been used to improve curing, use mechanical methods of surface preparation.
a. Use abrasive blast -cleaning methods if recommended by the paint manufacturer.
b. Determine alkalinity and moisture content of surfaces by performing appropriate tests. If
surfaces are sufficiently alkaline to cause blistering and burning of finish paint, correct
this condition before application. Do not paint surfaces where moisture content exceeds
that permitted in manufacturer's printed directions.
3. Ferrous Metals: Clean nongalvanized ferrous -metal surfaces that have not been shop
coated; remove oil, grease, dirt, loose mill scale, and other foreign substances. Use solvent
or mechanical cleaning methods that comply with recommendations of the Steel Structures
Painting Council.
a. Touch up bare areas and shop -applied prime coats that have been damaged. Wire -
brush, clean with solvents recommended by the paint manufacturer, and touch up with
the same primer as the shop coat:
4. Galvanized Surfaces: Clean galvanized surfaces with non- petroleum -based solvents so that
the surface is free of oil and surface contaminants. Remove pretreatment from galvanized
sheet metal fabricated from coil stock by mechanical methods.
' 3.3 APPLICATION ..J
A. Apply paint in accordance with manufacturer's directions. Use applicators and techniques best
suited for substrate and type of material being applied.
B. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to
formation of a durable paint film.
1. Paint colors, surface treatments, and finishes are indicated in "schedules."
2. Provide finish coats that are compatible with primers used.
{
09900 - 4 PAINTING
0108-5
3. The number of coats and film thickness required is the same regardless of the application
method. Do not apply succeeding coats until the previous coat has cured as recommended
by the manufacturer. Sand between applications where sanding is required to produce an
even smooth surface in accordance with the manufacturer's directions.
4. Apply additional coats when undercoats, stains, or other conditions show through final coat
of paint until paint film is of uniform finish, color, and appearance. Give special attention to
ensure that surfaces, including edges, comers, crevices, welds, and exposed fasteners,
receive a dry film thickness equivalent to that of flat surfaces.
5. The term "exposed surfaces" includes areas visible when permanent or built-in fixtures, grille
covers, grilles, and similar components are in place. Extend coatings in these areas as
required to maintain the system integrity and provide desired protection.
6. Paint surfaces behind movable equipment same as similar exposed surfaces. Paint
surfaces behind permanently fixed equipment with prime coat only before final installation of
equipment.
7. Paint back sides of access panels and removable or hinged covers to match exposed
surfaces.
8. Omit primer on metal surfaces that have been shop -primed and touch up painted.
C. Scheduling Painting: Apply first coat to surfaces that have been cleaned, pretreated, or otherwise
prepared for painting as soon as practicable after preparation and before subsequent surface
deterioration.
1. Allow sufficient time between successive coats to permit proper drying. Do not recoat until
paint has dried to where it feels firm, and does not deform or feel sticky under moderate
thumb pressure and where application of another coat of paint does not cause lifting or loss
of adhesion of the undercoat.
D. Minimum Coating Thickness: Apply materials at not less than the manufacturer's recommended
spreading rate. Provide a total dry film thickness of the entire system as recommended by the
manufacturer.
E. Prime Coats: Before application of finish coats, apply a prime coat of material as recommended
by the manufacturer to material that is required to be painted or finished and has not been prime
coated by others. Recoat primed and sealed surfaces where evidence of suction spots or
unsealed areas in first coat appears, to assure a finish coat with no burn through or other defects
due to insufficient sealing.
F. Stipple Enamel Finish: Roll and redistribute paint to an even and fine texture. Leave no evidence
of rolling such as laps, irregularity in texture, skid marks, or other surface imperfections.
G. Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish,
or repaint work not in compliance with specified requirements.
3.4 CLEANING
A. Cleanup: At the end of each work day, remove empty cans, rags, rubbish, and other discarded
paint materials from the site.
B. Upon completion of painting, clean glass and paint -spattered surfaces. Remove spattered paint
by washing and scraping, using care not to scratch or damage adjacent finished surfaces.
3.4 PROTECTION
A. Protect work of other trades, whether to be painted or not, against damage by painting. Correct
damage by cleaning, repairing or replacing, and repainting, as acceptable to Architect.
PAINTING 09900 - 5
0108-5
B. Provide "wet paint" signs to protect newly painted finishes. Remove temporary protective
wrappings provided by others for protection of their work after completion of painting operations.
1. At completion of construction activities of other trades, touch up and restore damaged or
defaced painted surfaces.
END OF SECTION 09900
THIS SECTION PREPARED BY MWM ARCHITECTS, INC.
09900 - 6 PAINTING
PW"W
........ .
AGNEW ASSOCIATES, INC. DIVISION 16
PROJECT NUMBER 1208040 ELECTRICAL
CITIBUS BUS PARKING EXPANSION
TABLE OF CONTENTS
SECTION TITLE
PAGE
16000 GENERAL PROVISIONS FOR ELECTRICAL.............................:........................1-6
16110 RACEWAYS AND FITTINGS................................................................................1-4
16115 UNDERGROUND ELECTRICAL DUCT...............................................................1-4
16120 CONDUCTORS........................................................................................................ 1-4
16140 WIRING DEVICES..................................................................................................1-3
16450 GROUNDING AND BONDING..............................................................................1-2
16470 PANELBOARDS...................................................................................................... 1-4
16475 CIRCUIT DISCONNECT AND OVERCURRENT PROTECTIVE DEVICES ...... 1-2
16500 LIGHTING................................................................................................................ 1-3
16915 LIGHTING CONTROL SYSTEMS.........................................................................1-2
0108-5
i-- SECTION 16000 - GENERAL PROVISIONS FOR ELECTRICAL
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to the work of this
Section.
1.02 'ELECTRICAL LINES
A. General: In general, the electrical lines to be installed under these Specifications shall be
run as indicated, as specified herein, as required by particular conditions at the site, and
as required to conform to the generally accepted standards as to complete the work in a
neat and satisfactorily workable manner. The following is a general outline concerning the
running of electrical lines and is to be excepted where the drawings or conditions at the
building necessitate deviating from these standards.
B. General Construction: The Contractor shall thoroughly acquaint himself with the details of
the construction and finishes before submitting his bid as no allowances will be made
because of the Contractor's unfamiliarity with these details. Place all inserts in masonry
walls while they are under construction. All concealed lines shall. be installed as required
by the pace of the general construction to precede that general construction.
C. Field Conditions: The electrical Drawings do not give exact details as to elevations of
electrical lines, exact locations, etc., and do not show all the offsets, and other installation
details. The Contractor shall carefully lay out his work at the site to conform to the
architectural and structural conditions, to avoid all obstruction, to conform to details of
installation supplied by the manufacturers of the equipment to be installed, and thereby to
provide an integrated, satisfactorily operating installation.
D. Locations of Electrical Devices: The electrical Drawings show diagrammatically the
locations of the various electrical outlets and apparatus and the method of circuiting and
controlling them. Exact locations of these outlets and apparatus shall be determined by
reference to the general Drawings and to all detail drawings, equipment drawings,
roughing -in drawings, etc., by measurements at the building, and in cooperation with
other sections, and in all cases shall be subject to the approval of the Architect. The
Architect reserves the right to make any reasonable change in location of any outlet or
apparatus before installation (within 10 feet of location shown on drawings) or after
installation if an obvious conflict exists, without additional cost to the Owner.
E. Space Requirements: The Contractor shall be responsible for the proper fitting of his
material and apparatus into the space. Should the particular equipment that any bidder
proposes to install require other space conditions than those indicated on the drawings,
he shall arrange for such space with the Architect before submitting his bid. Should
changes become necessary on account of failure to comply with this clause, the
Contractor shall make such necessary changes at his (the Contractor's) own expense.
F. Equipment Connections: Conduits serving outlets on items of equipment shall be run in
the most appropriate manner. Where the equipment has built-in chases, the lines shall be
contained therein. Where the equipment -is of the open type, the lines shall be run as
close as possible to the underside of the top and in a neat and inconspicuous manner.
GENERAL PROVISIONS FOR ELECTRICAL 16000-1
E
0108-5
- G. Exceptions and Inconsistencies: Exceptions and inconsistencies in Drawings and
Specifications shall be brought to the Architect's attention before the contract is signed.
j f Otherwise, the Contractor shall be responsible for any and all changes and additions that
may be necessary to accommodate his particular apparatus, material, or equipment.
N. Intent of Drawings and Specifications: The Contractor shall distinctly understand that the
work described herein and shown on the accompanying drawings shall result in a
finished and working job, and any item required to accomplish this intent shall be.
included whether specifically mentioned or not.
Examination of Drawings and Specifications: Each bidder shall examine the Drawings
and Specifications for the General Construction. If these documents show any item
requiring work under Division 16 and that work is not indicated on the respective
Electrical drawings, he shall notify the Architect in sufficient time to clarify before bidding.
If no notification is received, the Contractor is assumed to require no clarification, and
shall install the work as indicated on the General Drawings in accordance with the
Specifications.
1.03 DIMENSIONS
A. General: Before ordering any material or doing any work, the Contractor shall verify all
dimensions, including elevations, and shall be responsible for the correctness of the
same. No extra charge or compensation will be allowed on account of differences
between actual dimensions and measurements indicated on the drawings. Any difference
that may be found shall be submitted to the Architect for consideration before proceeding
with the work.
1.04 INSPECTION OF SITE
A. General: The accompanying Drawings do not indicate completely the existing electrical
installations. The bidders for the work under these sections of the Specifications shall
inspect the existing installations and thoroughly acquaint themselves with conditions to
be met and the work to be accomplished in removing and modifying the existing work,
and in installing the new work in the present building and underground serving to and
from that structure. Failure to comply with this shall not constitute grounds for any
additional payments in connection with removing or modifying any part of the existing
installations and/or installing any new work.
1.05 ELECTRICAL WIRING
A. Description: All electric wiring of every character, both for power supply, for pilot and
control, for temperature control, for communications, etc. will be done under Division 16
of these Specifications. Every electrical current consuming device furnished as a part of
this project, or furnished by the Owner and installed in this project, shall be completely
wired up under Division 16. Verification of exact location, method of connection, number
and size of wires required, voltage requirements, and phase requirements is the
responsibility of the Contractor under Division 16. If conflicts occur between the drawings
and the actual requirements, actual requirements shall govern.
1.06 PROGRESS OF WORK
A. General: The Contractor shall keep himself fully informed as to the progress of the work
and do his work at the proper time without waiting for notification from the Architect or
Owner.
Ld
1
16000-2 GENERAL PROVISIONS FOR ELECTRICAL
i
I
Ll
0108-5
1.07 MANUFACTURER'S DIRECTIONS
A. General: All manufactured articles shall be applied, installed and handled as
recommended by the manufacturer.
1.08 MATERIALS AND WORKMANSHIP
A. Materials: All materials shall be new unless otherwise specified and of the quality
specified. Materials shall be free from defects and undamaged. All materials of a type for
which the Underwriters Laboratories, Inc. have established a standard shall be listed by
the Underwriters Laboratories, Inc. and shall bear their label.
B. Samples: The Architect reserves the right to call for samples of any item of material
offered in substitution, together with a sample of the specified material, when, in the
Architect's opinion, the quality of the material and/or the appearance is involved and it is
deemed that an evaluation of the two materials may be better made by visual inspection.
This shall be limited to lighting fixtures, wiring deviges, and similar items and shall not be
applicable to major manufacturers' items of equipment.
C. Transportation: The Contractor shall be responsible for transportation of his materials to
and on the job, and shall be responsible for the storage and protection of these materials
and work until the final acceptance of the job.
D. Appurtenances: The Contractor shall furnish all necessary scaffolding, tackle, tools and
appurtenances of all kinds, and all labor required for the safe and expeditious execution
of his contract.
E. Workmanship: The workmanship shall in all respects be of the highest grade and all
construction shall be done according to the best practice of the trade.
1.0.9 PROTECTION OF APPARATUS
A. General: The Contractor shall at all times take such precautions as may be necessary to
properly protect his new apparatus from damage. This shall include the erection of all
required temporary shelters to adequately protect any apparatus stored in the open on
the site, the cribbing of any apparatus above the floor of the construction, and the
covering of apparatus in the uncompleted building with tarpaulins or other protective
covering. Failure on the part of the Contractor to comply with the above to the entire
satisfaction of the Architect will be sufficient cause for the rejection of the pieces of
apparatus in question.
1.10 PERMITS, FEE, ETC.
A. General: The Contractor under each section of these Specifications shall arrange for a
permit from the local authority. The Contractor shall arrange for all utility services,
including electric services. If any charges are made by any of the utility companies due to
the work on this project, the Contractor shall pay these charges, including charges for
metering, connection, street cutting, etc. The Contractor shall pay for any inspection fees
or other fees and charges required by ordinance, law, codes and these Specifications.
I
e
GENERAL PROVISIONS FOR ELECTRICAL
16000-3
No Text
0108-5
1.11 TESTING
A. General: The Contractor under each division shall at his own expense perform the
various tests as specified and required by the Architect and as required by the State and
local authorities. The Contractor shall furnish all fuel and materials necessary for making
tests.
1.12 LAWS, CODES AND ORDINANCES
A. General: All work shall be executed in strict accordance with all local, state and national
codes, ordinances and regulations governing the particular class of work involved, as
interpreted by the inspecting authority. The Contractor shall be responsible for the final
execution of the work under this heading to suit those requirements. Where these
Specifications and the accompanying drawings conflict with these requirements, the
Contractor shall report the matter to the Architect, shall prepare any supplemental
drawings required illustrating how the work may be installed so as to comply and, on
approval, make the changes at no cost to the Owner. On completion of the various
portions of the work the installation shall be tested by the constituted authorities,
approved and, on completion of the work, the Contractor shall obtain and deliver to the
Owner a final certificate of acceptance.
1.13 TERMINOLOGY
A. "Furnish, Provide, Install": Whenever the words "furnish", "provide", "furnish and install,"
"provide and install', and/or similar phrases occur, it is the intent that the materials and
equipment described be furnished, installed and connected under this Division of the
Specifications, complete for operation unless specifically noted to the contrary.
B. Materials: Where a material is described in detail, listed by catalogue number or
otherwise called for, it shall be the Contractor's responsibility to furnish and install the
material.
C. "Shall": The use of the word "shall" conveys a mandatory condition to the contract.
D. "Section": "This section" always refers to the section in which the statement occurs.
E. "Project": "The project' includes all work in progress during the construction period.
F. Multiple Items: In describing the various items of equipment, in general, each item will be
described singularly, even though there may be a multiplicity of identical or similar items.
1.14 COOPERATION
A. General: The contractor for the work under each section of these Specifications shall
coordinate his work with the work described in all other sections of the Specifications to
the end that, as a whole, the job shall be a finished one of its kind, and shall carry on his
work in such a manner that none of the work under any section of these Specifications
shall be handicapped, hindered or delayed at any time.
160004 GENERAL PROVISIONS FOR ELECTRICAL
I
0108-5
1.15 COORDINATION OF TRADES
A. General: The Contractor shall be responsible for resolving all coordination required
between trades. For example, items furnished under Division 15 which require electrical
connections shall be coordinated with Division 16 for:
1. Voltage
2. Phase
3. Ampacity
4. No. and size of wires
.5. Wiring diagrams
6. Starter size, details and location
7. Control devices and details
B. Electrical Items: All items specified under Divisions 16 shall be installed tight, plumb,
level, square and symmetrically placed in relation to the work of other trades.
1.16 CUTTING AND PATCHING
A. General: The Contractor for work specified under each section shall perform all structural
and general construction modifications and cut all openings through either roof, walls,
floors or ceilings required to install all work specified under that section or to repair any
defects that appear up to the expiration of the guarantee. All of this cutting shall be done
under the supervision of the Architect and the Contractor shall exercise due diligence to
avoid cutting openings larger than required or in wrong locations.
B. Patching: The Contractor for work under each section shall be responsible for the
patching of all openings cut to install the work covered by that section and to repair the -
damage resulting from the failure of any part of the work installed hereunder.
C. Coordination: Before bidding, the Contractor shall review and coordinate the cutting and
patching required with all trades.
D. Existing Surfaces: In all spaces where new work under Division 16 is installed and no
other alteration or refinishing work is shown or called for, existing floors, walls and
ceilings shall be restored to match existing conditions. Workmen skilled in the affected
trade shall do all cutting and patching.
1.17 PAINTING
A. General: Painting for Division 16 shall be as follows:
1. If the factory finish on any apparatus or equipment is marred, it shall be touched
up and then given one coat of half -flat -half -enamel, followed by a coat of
machinery enamel of a color to match the original. Paint factory primed surfaces.
2. Paint all exposed conduit, boxes, cabinets, hangers and supports, and
miscellaneous metal.
3. Generally, painting is required on all surfaces such that no exposed bare metal is
visible.
GENERAL PROVISIONS FOR ELECTRICAL 16000-5
No Text
0108-5
1.18 RELOCATION OF EXISTING INSTALLATIONS
A. General: There are portions of the existing electrical system that shall remain in use to
serve the finished building in conjunction with the indicated new installations. By actual
examination at the site, each bidder shall determine those portions of the remaining
present installations, which must be relocated to avoid interference with the installations
of new work of his particular trade and that of all other trades. All such existing
installations that interfere with new installations shall be relocated by the Contractor
under the Division in which the existing material normally belongs, and in a manner as
directed by the Architect. For example where existing conduit and electrical equipment
interferes with the installation of new work; it shall be relocated under Division 16. Failure
to become familiar with the extent of the relocation work involved shall not relieve the
Contractor of responsibility and shall not be used as a basis for additional compensation.
1.19 ROUGH -IN AND MAKE FINAL CONNECTION FOR EQUIPMENT
A. General: The shop drawings for all equipment are hereby made -a part of these
Specifications. The Contractor under each section of the Specifications shall rough -in for
the exact item to be furnished on the job, whether in another section of the Specifications
or by the Owner. The Contractor shall refer to all drawings and other sections of the
Specifications for the scope of work involved for the new equipment, and by actual site
examination determine the scope of the required equipment connections for the Owner
furnished equipment.
B. Discrepancies: Should any of the equipment furnished require connections of a nature
different from that shown on the drawings, report the matter to the Architect and finally
connect as directed by the Architect. Minor differences in the equipment furnished and
that indicated on the drawings will not constitute ground for additional payment to the
Contractor.
END OF SECTION
I
j 16000-6 GENERAL PROVISIONS FOR ELECTRICAL
No Text
0108-5
SECTION 16110 - RACEWAYS AND FITTINGS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division-1 Specification sections, apply to the work of this
section.
1.02 SUBMITTALS
A. General: Submit manufacturer's data on all materials according to the Conditions of the
Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all items
specified herein, including materials, construction and UL listing. Provide manufacturer's
catalog data on all conduit, conduit fittings, raceway, outlet boxes, pull boxes and junction
boxes.
1.03 SCOPE
A. Description: The work shall include furnishing and installing all electrical raceways,
conduit, wireways, pull and junction boxes and outlet boxes, together with all fittings,
supporting devices, and other accessories required.
1.04 REGULATORY REQUIREMENTS
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as
suitable for purpose specified and shown.
1.05 DELIVERY, STORAGE, AND HANDLING
A. General: Deliver, store, protect, and handle products under provisions of the General
Requirements. Accept delivery of conduit, raceway, pull and junction and outlet boxes on
site and inspect for damage. Report concealed damage to carrier within their required
time period. Protect conduit and raceway from corrosion and entrance of debris by
storing above grade protected from the weather. Provide appropriate covering. Protect
PVC conduit from sunlight.
1.06 PROJECT CONDITIONS
A. Field Measurements: Verify that field measurements are as shown on the Drawings.
B. Routing of Conduit: Verify routing and termination locations of conduit prior to rough -in.
Conduit routing is shown on the Drawings in approximate locations unless dimensioned.
The contractor shall verify all site conditions and shall route as required to complete the
wiring system.
RACEWAYS AND FITTINGS
16110-1
No Text
0108-5
t PART 2-PRODUCTS
2.01 CONDUITS
f.:
A. Rigid Steel Conduit: Rigid, threaded, thick -wall; galvanized inside and outside or
galvanized outside with a protective coating inside; UL listed and labeled according to
Standard UL6; conforming to ANSI Standard C80.1; Pittsburg, Republic Steel, Robroy,
Allied or approved equivalent.
B. Liquidtight Flexible Metal Conduit: Spirally wound with hot dip galvanized steel strips or
interlocked aluminum construction as for flexible metal conduit; with polyvinyl chloride
cover extruded over the exterior to make conduit liquidtight; UL listed and labeled; Electri-
flex type "LA" or approved equivalent.
C. PVC Conduit: Type 40 heavy wall, high impact rigid virgin polyvinyl chloride (PVC)
conduit, conforming to NEMA Publications TC2 and TC3 and UL listed for direct burial
use; Carlon or approved equivalent.
2.02 CONDUIT FITTINGS
A. Couplings and Terminations for Rigid Steel Conduit: Factory made steel threaded
couplings conforming to ANSI/NEMA FBI; bushing at all boxes and cabinets, with
locknuts inside and outside box or cabinet.
B. Couplings and Terminations for Liquidtight Flexible Metal Conduit: Conforming to
ANSI/NEMA FBI; T & B 5271 Series or approved equivalent adapters at connections
between flexible and rigid conduit; T & B 5331 Series or approved equivalent nylon
insulated throat, steel connectors at box or cabinet terminations.
C. Couplings and Terminations for PVC Conduit: Type 40 heavy wall, high impact rigid virgin
polyvinyl chloride (PVC) fittings, conforming to NEMA Publications TC2 and TC3 and UL
listed for direct burial use; Carlon or approved equivalent. PVC couplings and solvent
cement by the same manufacturer as the PVC conduit.
2.03 EXPANSION JOINTS IN CONDUIT
A. Description: Provide conduit expansion joints with internal ground and external bonding
jumper, 0-Z Type AX or approved equivalent.
2.04 WIREWAYS
A. Exterior Use: UL listed; enamel finished; sizes shown or required; removable front cover
which is gasketed; weatherproof rainhood.
2.05 OUTLET BOXES
A. General: Outlet boxes shall be UL listed of sizes and types specified.
B. Cast Metal Boxes: NEMA FBI, cast iron or cast alloy with threaded hubs. Crouse -Hinds,
Appleton, Pyle National or approved equivalent.
16110-2 RACEWAYS AND FITTINGS
y
0108-5
2.06 PULL BOXES AND JUNCTION BOXES
A. Description: Sheet steel, galvanized inside and outside, with galvanized covers.
B. Small Boxes: For boxes where the volume required is not over 100 cubic inches, use
standard outlet boxes.
C. Larger Boxes: For boxes where the volume required is over 100 cubic inches, use
cabinets as specified for panelboards cabinets with covers of the same gauge as
cabinets, secured with corrosion resistant bolts or screws.
PART 3 - EXECUTION
3.01. EXAMINATION
A. General: Examine surfaces to receive raceways, boxes and enclosures for compliance
with installation tolerances and other conditions affecting performance of the raceway
system. Do not proceed with installation until unsatisfactory conditions have been
corrected.
3.02 WIRING METHODS
A. Description: All wiring of every description shall be run in conduit or electrical metallic
tubing unless noted or specified otherwise. Conduits may be run exposed in machinery
and electrical rooms and unfinished areas. All other conduits shall be run concealed
unless -otherwise noted.
3.03 CONDUIT REQUIREMENTS
A. Underground Installations:
1. Type: Schedule 40 PVC conduit.
2. In or under slab on grade: Schedule 40 PVC conduit.
3. Minimum size: 3/4 inch.
B. Outdoor Locations Above Grade:
1. Type: Rigid steel conduit.
2. Minimum size: 1/2 inch.
C. Wet and Damp Locations:
1. Type: Rigid Steel Conduit.
2. Minimum"size: 1/2 inch.
3.04 JOINING AND TERMINATING CONDUITS
A. Joining Rigid Conduits: Join with threaded couplings. Ream out all conduit ends after
threading. Secure rigid conduits at panel boxes, junction boxes, pull boxes, switchboards,
support boxes, or sheet metal outlet boxes by galvanized locknuts, inside and outside,
with insulating bushing inside. Unthreaded set screw type couplings or connectors are
not acceptable in rigid conduit systems. No running threads shall be used. anywhere in
conduit systems.
B. Joining PVC Conduit: Join PVC conduit using cement as recommended by the
manufacturer. Wipe PVC conduit dry and clean before joining. Apply full coat of cement
to entire area inserted in fitting. Allow joint to cure for twenty minutes, minimum.
s RACEWAYS AND FITTINGS 16110-3
f
0108-5
C. Terminations: Where raceways are terminated with locknuts and bushings, align the
raceway to enter squarely, and install the locknuts with dished part against the box.
` Where terminations cannot be made secure with one locknut, use two locknuts, one
inside and one outside the box. Where terminating in threaded hubs, screw the raceway
or fitting tight into the hub so the end bears against the wire protection shoulder. Where
,- chase nipples are used, align the raceway so the coupling is square to the box, and
tighten the chase nipples so no threads are exposed. }
3.05 CONDUIT SUPPORTS
A. Support Spacing: Use minimum spacing as directed by National Electrical Code, but
space hangers more closely where required by conditions.
B. Vertical Conduit Risers: Support vertical conduits at each floor by means of riser clamps
or U-bolts, clamping them to a steel channel bridging the opening in the floor.
3.06 INSTALLATION OF OUTLET BOXES
A. Usage: Provide at each outlet or device of whatever character a metal outlet box in which
conduits shall terminate. Install boxes in accordance with NECA "Standard of
Installation." Install in locations as shown on the Drawings and as required for splices,
taps, wire pulling, equipment connections and compliance with regulatory requirements.
B. Boxes for Exposed Work: Cast metal boxes. Use cast fully adjustable floor boxes for
installations in slab on grade.
C. Boxes for Outdoors: Cast metal boxes with gasketed covers. Use cast outlet box in
exterior locations exposed to weather and wet locations.
D. Location of Boxes: Set wall mounted boxes at elevations to accommodate mounting
heights indicated or specified in section for outlet device. Electrical boxes are shown on
Drawings in approximate locations unless dimensioned. Adjust box location up to 10 feet
if required to accommodate intended purpose. Install pull boxes and junction boxes
above accessible ceilings and in unfinished areas only.
E. Orientation of Boxes: Orient boxes to accommodate wiring devices oriented as specified
in Section 16140 - WIRING DEVICES.
3.07 INSTALLATION OF PULL AND JUNCTION BOXES
A. Sizing: Size all pull and junction boxes in accordance with NEC, using larger sizes than
required by code where job conditions so indicate.
B. Mounting: Fasten all boxes securely to the building construction, independent of conduit
systems. On concealed conduit systems where boxes are not otherwise accessible, set
box covers flush with finished surfaces for access.
3.08 IDENTIFICATION OF PULL AND JUNCTION BOXES
A. Branch Circuits: Each pull and junction box shall be labeled with indelible ink to indicate
the wiring contained inside the box. The label shall indicate the panel and circuit number
of the wiring contained.
END OF SECTION
3 s'
t
16110-4 RACEWAYS AND FITTINGS
0.108-5
5
1
,l
1
i
SECTION 16115 - UNDERGROUND ELECTRICAL DUCT
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division-1 Specification sections, apply to the work of this
section.
1.02 SUBMITTALS
A. General: Submit manufacturer's data on all materials according to Conditions of the
Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all items
specified herein, including materials, construction and UL listing.
1.03 SCOPE
A. Description: The work shall include furnishing and installing all underground electrical
duct and direct burial conduit and pullboxes together with all other accessories required.
1.04 REGULATORY REQUIREMENTS
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as
suitable for purpose specified and shown.
1.05 DELIVERY, STORAGE, AND HANDLING
A. General: Deliver, store, protect, and handle Products to site under provisions of the
General Requirements. Accept conduit on site. Inspect for damage. Report concealed
damage to carrier within their required time period. Protect conduit from corrosion and
entrance of debris by storing above grade. Provide appropriate covering.
1.06 PROJECT CONDITIONS
A. Field Measurements: Verify that field measurements are as shown on Drawings.
PART 2 - PRODUCTS
2.01 CONDUITS
A. Underground Plastic Conduit: Type 40, heavy wall, high impact rigid virgin polyvinyl
chloride (PVC) conduit and fittings, conforming to NEMA Publications TC2 and TC3 and
UL listed for direct burial use; Carlon or equivalent. -
B. , Rigid Steel Conduit: As specified under Section 16110 - RACEWAYS AND FITTINGS.
UNDERGROUND ELECTRICAL DUCT
16115-1
" 2.02 PULLBOXES
A. Cast Iron Pull Boxes: Cast iron box, and frame. Cross -ribbed, "heavy-duty cover to
support heavy vehicular traffic, minimum large transportation bus rated. Cover with
non -slip checkered surface. Neoprene gasket attached to cover. Size pullbox as required
by NEC. Appleton Series WSW or WST or approved equal.
2.03 ACCESSORIES
A. Underground Warning Tape: 4-inch wide plastic tape, detectable type, colored yellow
with suitable warning legend describing buried electrical lines.
PART 3 - EXECUTION
3.01 EXAMINATION
A. General: Examine site to receive ducts and manholes for compliance with installation
tolerances and other conditions affecting performance of the underground ducts and
manholes. Do not proceed with installation until unsatisfactory conditions have been
corrected.
3.02 EXCAVATION
A. General: Perform all excavation work required in connection with the installation of the
work under this Division. After the electrical work has been installed, tested and
approved, backfill all excavations with suitable material under the direction of the
Architect. Include the cutting of all sidewalks, streets and other pavement and repairing
the openings in them to return the surface to approximately its original condition. Perform
all excavations of every description of whatever substances encountered and to the
depths required for installation of the work under this Division.
B. Backfill Material: During excavation, stack material suitable for backfilling in an orderly
manner a sufficient distance from the banks of the trenches to prevent slides or cave-ins.
Remove all excavated material not required or suitable for backfill, or waste as directed.
Control grading to prevent surface water from flowing into excavations and remove any
water accumulating therein by pumping.
C. Grading: Use open cut grading and make trenches of the necessary width for proper
installation of the lines with banks as nearly vertical as possible. Grade the bottom of
trenches accurately to provide uniform bearing and support for conduit or duct on
undisturbed soil at every point along its entire length.
D. Special Conditions` Except at locations where excavation of rock from the bottoms of
trenches is required, take care not to excavate below the depths required. Where rock
excavation is required, remove the rock to a minimum overdepth of 4 inches below the
trench depths specified. Backfill the overdepth rock excavation and all excess trench
excavation to the proper level with 3/4 inch crushed rock or the equivalent in coarse
gravel prior to the installation of conduit or ducts. Whenever wet or otherwise unstable
soil that is incapable of properly supporting conduits or ducts is encountered in the"trench
bottom, remove such soil to a depth required and backfill the trench to trench bottom
grade with 3/4 inch crushed rock or coarse gravel or other suitable material.
W" 16115-2 UNDERGROUND ELECTRICAL DUCT
0106-5
3.03 BACKFILLING
A. General: Carefully backfill trenches with earth, sandy clay, sand and gravel, soft shale or
other approved material free from large clods of earth or stone, deposited in thoroughly
and carefully rammed 6-inch layers. Do not use blasted rock, broken concrete or
pavement, or large boulders as backfill material. Settling the backfill with water will be
permissible and will be required when so directed. Re -open any trenches improperly filled
or where settlement occurs to the depth required for proper compaction, then refill,
mound over and smooth off.
B. Beneath Pavement: Backfill open trenches across roadways or other areas to be paved
as specified above except that the entire depth of trench shall be backfilled in 6-inch
layers, each layer moistened and compacted to a density of not less than 95% Standard
Proctor in such manner as to permit the rolling and compaction of the filled trench
together with the adjoining earth to provide the required bearing value and permit paving
of the area immediately after backfilling is completed. Along all other portions of the
trenches, grade the ground to a reasonable uniformity and leave the mounding over the
trenches in a uniform and neat condition.
C. Surface Restoration: Restore surface features at areas disturbed by excavation, and
reestablish original grades except as otherwise indicated. Replace removed sod as soon
as possible after backfilling is completed. Restore all areas disturbed by trenching,
storing of dirt and other work. Restore vegetation and include necessary topsoiling,
fertilizing, liming, seeding, sodding, sprigging, or mulching.
3.04 OPENING AND CLOSING PAVEMENT
A. General: Where excavation requires the opening of existing walks, streets, drives or other
existing pavement, including "black topping," cut the pavement as required. Hold the size
of the cut to a minimum consistent with the work to be accomplished. After the installation
of the new work is completed and the excavation has been backfilled, patch the paving
using materials to match those cut out. Take care that the patches are level with the
original surfaces and thoroughly bond with them.
3.05 INSTALLATION OF UNDERGROUND PLASTIC CONDUIT
A. General: Install conduit according to manufacturer's written instructions. Install at least 30
inches below finished grade unless noted to the contrary. Assemble and install raceways
in accordance with manufacturer's instructions. Make joints with couplings and solvent
cement. Fabricate bends of 30 degrees or more with factory -made elbows, or make field
bends with proper heating equipment. Bends showing signs of overheating or flattening
are unacceptable. Ream ends of all conduit before joining. "Snake" plastic conduit in
trench, from side to side, with a complete cycle every 40 feet to allow for expansion and
contraction. Maintain this configuration during backfilling.
B. Separation Between Conduits: 3 inches minimum for like services, and 6 inches minimum
between power and signal ducts.
C. Terminations: Where conduit turns up out of earth, or floor slabs, change from plastic to
rigid galvanized steel conduit below grade and outside of such structures. Do not extend
any plastic conduit above grade. Make similar change from plastic to rigid galvanized
steel conduit at connections to underground pull or junction. boxes. Wrap all steel
conduits and fittings buried in earth as specified elsewhere herein, or use PVC. coated
steel conduits.
i
t
t
-.
{ UNDERGROUND ELECTRICAL DUCT
Y
f
16115-3
�, ,...,.,,. ,,„, ...... ................ r. ..,� „�„..xn,
;, :� �
,. �._ ._.„... . _ ,......r
0108-5
D. Waterproof Wall and Floor Entrances: Install a watertight entrance sealing device with the
sealing gland assembly on the inside. Anchor device into masonry construction with 1 or
more integral flanges. Secure membrane waterproofing to the device to make
permanently watertight.
E. Pulling Cord: Install 100-pound-test nylon cord in each conduit, including spares.
3.06 INSTALLATION OF UNDERGROUND STEEL CONDUIT
A. General: Install conduit according to manufacturer's written instructions. All steel conduit
in earth shall be rigid galvanized steel conduit. Wrap such conduit with 0.020-inch thick
vinyl plastic tape, half lapped to give a double thickness wrap. Remove all oil, grease and
dirt from conduit with a suitable solvent, and clean and dry conduit before wrapping. If
conduit is pre -wrapped in the shop and then cut and joined on the job, wrap all joints on
the job, overlapping pipe wrapping 3 inches on both sides of joints.
3.07 INSTALLATION OF WARNING TAPE
A. General: Identify underground conduits and ducts using underground warning tape.
Install warning tape 12-inches below grade directly above all underground electrical ducts
and conduit. Install one tape per trench.
3.08 INSTALLATION OF PULLBOXES
A. General: Install cast iron pullboxes in concrete pad with 4 inches minimum concrete on all
sides of pullbox. Set top of pullbox flush with concrete. Do not install pullbox in low areas
where water may stand.
END OF SECTION
16115-4 UNDERGROUND ELECTRICAL DUCT
c:
No Text
0108-5
SECTION 16120 - CONDUCTORS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification sections, apply to the work of this
section.
1.02 SUBMITTALS
A. General: Submit manufacturer's data on all materials according to the Conditions of the
Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all items
specified herein, including materials, construction and UL listing. Provide manufacturer's
catalog data on conductor and insulation materials.
C. Manufacturer's Instructions: Submit for review complete manufacturer's instructions.
Indicate application conditions and limitations of use stipulated by Product testing agency
specified under Regulatory Requirements.
1.03 SCOPE
A. Description: The work shall include the .furnishing of all conductors, together with all
splices, connections, terminations and identification for wiring systems rated 600 volts
and less.
1.04 REGULATORY REQUIREMENTS
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
B. UL Listing: Furnish products. listed and classified by Underwriters Laboratories, Inc. as
suitable for purpose specified and shown.
1.05 PROJECT CONDITIONS
A. Field Measurements: Verify that field measurements are as shown on the Drawings.
B. Routing of Wire and Cable: Wire and cable routing shown on the Drawings is
approximate unless dimensioned. Route wire and cable as required to meet Project
Conditions. Where wire and cable routing is not shown, and destination only is indicated,
determine exact routing and lengths required.
PART 2-PRODUCTS
2.01 CONDUCTORS (600 VOLTS AND UNDER)
A. Type: Soft drawn, annealed copper, UL listed, rated at 600 volts, continuous without
weld, splice or joint, uniform cross-section, free from flaws, scale and other imperfections.
No. 8 and larger shall be stranded; No. 10 and smaller shall be solid.
CONDUCTORS 16120-1
0108-5
B. Insulation: Branch circuits shall have type THHN or THWN-2 insulation, temperature
rated 90 degrees C, unless the type is specifically designated or specified. Service
feeders shall be type THWN-2. Feeder circuits shall be type THWN-2.
C. Circuits Subjected to High Temperatures: Type THHN or THWN-2 conductors,
temperature rated 90 degrees C, for wiring in proximity to boilers, and for motors and
devices subject to high temperature because of high ambient temperature or convection
or radiant heat.
D. Manufacturers: Okonite, Triangle, Anaconda, Simplex or approved equivalent.
2.02 JOINTS AND SPLICES
A. Stranded Copper Conductors: UL approved solderless bolted pressure connectors or
compression connectors. All connectors shall be of proper sizes to match conductor
sizes. All compression connectors shall be applied with properly sized dies and tools.
Split -bolt connectors are not acceptable.
B. Solid Copper Conductors: UL approved solderless bolted pressure connectors; or UL
approved electrical spring connectors make. All connectors shall be of proper sizes to
match conductor sizes. Split bolt connectors are not acceptable.
2.03 COLOR CODING
A. General: Use standardized color -coding of conductors throughout. All color -coding shall
be continuous for the entire length of the conductors, and shall be permanent and readily
distinguished after installation. In cases where the specified colors of insulated wire and
cable are unavailable, such conductors shall be color -coded, as specified above, by
means of slip-on colored plastic sleeves or plastic tape at all pull boxes, support boxes,
outlet boxes, panelboards, and other terminal and splicing points.
B. Neutral and Grounding Conductors: Neutral conductors shall be white or natural gray.
Grounding conductors shall be green, or green with one or more yellow stripes.
C. 120/240 Volt System: Phase conductors shall be black and red for phases A and B
respectively in the 120/240 volt system.
PART 3 - EXECUTION
3.01 EXAMINATION
A. General: Examine raceways and building finishes to receive wires and cables for
compliance with installation tolerances and other conditions. Do not proceed with
installation until unsatisfactory conditions have been corrected.
3.02 WIRE PULLING
A. Preparation: Completely and thoroughly swab raceway before installing wire. Pull no
conductors into conduits until all work of a nature that may cause injury to conductors. is
completed.
B. Pulling Lines: Provide suitable installation equipment,for pulling conductors into raceways
or conduits. Use ropes of polyethylene, nylon or other suitable material to pull in
conductors. Attach pulling lines to conductors by means of woven basket grips or by
pulling eyes attached directly to conductors.
Ulf
16120-2 CONDUCTORS
0108-5
C. Multiple Wires in a Raceway: All conductors to be installed in a single conduit shall be
pulled in simultaneously.
D. Cable Lubricant: Use an Underwriters' listed cable pulling compound for building wire No.
4 and larger. All cable lubricants shall be UL listed, and shall be certified by their
manufacturer to be non -injurious to the insulation on which they are used.
E. Existing Conduit: Remove existing wire from raceway before pulling in new conductors.
3.03 INSTALLATION OF WIRE (600 VOLTS AND UNDER)
A. General: Install conductors as indicated, according to manufacturer's written instructions
and the NECA "Standard of Installation."
B. Branch Circuits: Not more than one power or lighting circuit shall be installed in a single
conduit, except that one 3-wire circuit or one 4-wire circuit consisting of 2 different phase
wires and a common neutral or 3 different.phase wires and a common neutral may be
installed in a single conduit. This provision shall not prohibit the installation in a single
conduit of all conductors of a circuit with three- and four-way switching.
C. Wiring at Outlets and Switches: Install with at least 12 inches of slack conductor at each
outlet and wall switch.
D. Terminations: Connect outlets and components to wiring and to ground as indicated and
instructed by manufacturer. Tighten connectors and terminals, including screws and
bolts, according to equipment manufacturer's published torque -tightening values or as
specified in UL Standard 486A.
E. Sizes: No wire shall be smaller than No. 12 except for signal or control circuits.
F. Receptacle and Motor Branch Circuits: No. 12 conductors unless noted or scheduled
otherwise.
G. Joints and Splices: Make joints and splices only where necessary and only at outlet
boxes and pull boxes. All joints shall be mechanically and electrically secure. After a joint
or splice is complete, insulate it with rubber tape, and friction tape to make the insulation
of the joint or splice equal to that of the conductor. In lieu of this, vinyl plastic tape may be
used if applied in at least four layers (half lapped in two directions), with all larger splices,
terminals, sharp corners and voids being first protected by application of insulating putty.
H. Wet Locations: Conductor splices in wet locations shall be made in accordance with the
conductor manufacturer's recommendations.
Identifying Labels: Adhesive vinyl cloth or vinyl self -laminating adhesive labels; stamped
to clearly identify each circuit. Handwritten labels are not acceptable. Securely fasten
labels to all cables,_ feeders and power circuits in pull boxes, outlet boxes, wireways,
lighting, power and distribution panelboards, etc. Provide wire markers under the
provisions of Section 16195 - ELECTRICAL IDENTIFICATION
Bundling Conductors: Bundle all conductors in panelboards, cabinets and the like, using
marlin twine lacing or nylon straps made for the purpose. Bundle conductors larger than
No. 10 in individual circuits. Bundle smaller conductors in larger groups.
CONDUCTORS 16120-3
I
0108-5
K. Cable Supports and Boxes: Install cable supports and boxes for all vertical conductors in
accordance with National Electrical Code requirements. Boxes shall be of heavy
galvanized steel plate construction, not less than No. 10 USS gauge, riveted to an angle
iron frame. Removable box covers shall be secured with corrosion -resistant screws. For
cables without a metallic sheath, cable supports shall be of the split wedge type that
clamps each conductor firmly and tightens due to the weight of cable. For cables with
metallic sheath, a basket weave or equal type of support shall be provided as approved
by the cable manufacturer.
END OF SECTION
r_
161204 CONDUCTORS
SECTION 16140 - WIRING DEVICES
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division-1 Specification sections, apply to the work of this
section.
1.02 SUBMITTALS
A. General: Submit manufacturer's data on all materials according to the Conditions of the
Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all items
specified herein, including materials, construction and UL listing. Provide manufacturer's
catalog information showing dimensions, colors, and configurations.
C. Manufacturer's Instructions: Submit for review complete manufacturer's instructions.
Indicate application conditions and limitations of use stipulated by Product testing agency
specified under Regulatory Requirements. Include instructions for storage, handling,
protection, examination, preparation, and installation of Product.
1.03 SCOPE
A. Description: Furnish and install in. suitable outlet boxes, the wiring devices indicated,
complete with lamps, coverplates, etc. All shall be properly connected to conductors so
as to be operable.
1.04 REGULATORY REQUIREMENTS
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as
suitable for purpose specified and shown.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Acceptable Manufacturers: The catalog numbers listed herein are generally of Pass and
Seymour manufacture. Equivalent devices of Leviton and Eagle are also acceptable. All
other manufacturer's shall submit catalog data for engineer's approval ten days prior to
the bid date.
B. Specification Grade: All wiring devices shall be "Industrial Specification Grade", and shall
be UL listed.
WIRING DEVICES 16140-1
0108-5
2.02 COLORS
A. Light almond: All devices shall have an light almond finish where mounted in wails
finished in light colors and a brown finish where mounted in walls finished in dark colors.
2.03 RECEPTACLES
A. _ 20 Ampere Receptacles:
1. Duplex: 20 ampere, 125 volt, 2 pole, 3 wire grounding duplex: Pass and Seymour
No. 5362A (NEMA 5-20R).
2. Ground Fault Current Interrupter: 20 ampere, 125 volt, 2 pole, 3 wire grounding
duplex with self-contained ground fault circuit interrupter: Pass and Seymour No.
2091 (NEMA 5-20R).
2.04 WEATHERPROOF DEVICES
A. Duplex Receptacles: Provide the specified device in FS box with a gasketed cast
aluminum coverplate having a self closing gasketed lift cover. Pass and Seymour No.
4510.
B. GFCI Receptacles: Provide the specified device in FS box with a gasketed cast
aluminum coverplate having a self closing gasketed lift cover. Pass and Seymour No.
WPFS26.
2.05 COVERPLATES
A. General: Provide coverplates for all wiring devices, telephone, signal outlets and other
kindred devices.
B. Weatherproof Devices: Die cast aluminum with spring loaded gasketed covers to close
automatically when plugs are removed. Stainless steel springs. UL listed for use in damp
locations and wet locations, cover closed. Orient device to maintain watertightness.
Sierra 4500 series or approved equivalent.
PART 3 - EXECUTION
3.01 EXAMINATION
A. Outlet Boxes: Verify that outlet boxes are installed at proper height. Coordinate mounting'
heights with the Architectural elevations. Coordinate mounting heights with the
Architectural baseboard height. Verify that wall openings are neatly cut and will be
completely covered by wall plates.
B. Circuit Wiring: Verify that branch circuit wiring installation is completed, tested, and ready
for connection to wiring devices.
3.02 INSTALLATION
A. General: Install products in accordance with manufacturer's instructions. Install in
accordance with NECA "Standard of Installation." Install devices plumb and level.
B. Receptacles: Install receptacles with grounding pole on top. Connect wiring device
grounding terminal to branch circuit equipment grounding conductor. Connect wiring
devices by wrapping conductor around screw terminal.
16140-2 WIRING DEVICES
0108-5
3.03 FIELD QUALITY CONTROL
A. Wiring Devices: Inspect each wiring device for defects. Operate each wall switch with
circuit energized and verify proper operation. Verify that each receptacle device is
energized. Test each receptacle device for proper polarity. Test each GFCI receptacle
device for proper operation.
3.04 GFCI RECEPTACLES
A. General: At each GFCI receptacle location shown on the drawings install an actual GFCI
receptacle as indicated. No "feed -through" protection of GFCI receptacles shall be
permitted.
3.05 ADJUSTING
A. General: Adjust devices and wall plates to be flush and level.
���Iflt91T�hl>tii�l�i•�>ii;�t;�>iL�Ii<l
A. Inside Coverplate: At each wiring device identify the panel and circuit number to which
the device is finally connected in indelible ink.
[cll%SuTEel iP► M,'Telat�C�7:1M, �,
A. General: Where mounting heights are indicated on the drawings, the device shall be
installed with the centerline of the device at the indicated height. In general, devices
which are shown to be installed at counters or other millwork shall be installed above the
counter or millwork, unless noted. Wall switches shall be installed on the strike side of the
door as finally hung. Unless otherwise noted on the drawings, or directed by the
Architect, install devices at the following heights.
1. Receptacle: 18 inches.
END OF SECTION
i
r
1
_I
- z
i WIRING DEVICES
16140-3
0108-5
SECTION 16450 — GROUNDING AND BONDING
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification sections, apply to the work of this
section.
1.02 SUBMITTALS
A. General: Submit manufacturer's data on all materials according to the Conditions of the
Contract and Division 1 Specification Sections.
B.. Product Data: Submit for review complete manufacturer's catalog information on all items
specified herein, including materials, construction and UL listing. Provide data for
grounding electrodes and connections.
C. Manufacturer's Instructions: Submit for review complete manufacturer's instructions.
Indicate application conditions and limitations of use stipulated by Product testing agency
specified under Regulatory Requirements. Include instructions for storage, handling,
protection, examination, preparation and installation of exothermic connectors.
1.03 SCOPE
A. Description: Furnish and install the various grounding systems outlined herein in
accordance with the National Electrical Code.
1.04 REGULATORY REQUIREMENTS
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as
suitable for purpose specified and shown.
1.05 PROJECT RECORD DOCUMENTS
A. General: Submit under provisions of the General Requirements.
PART 2-PRODUCTS
2.01 CONDUCTORS
A. Material: Stranded copper as specified in Section 16120 - CONDUCTORS.
GROUNDING AND BONDING
16450-1
[1Id1I13
PART 3 - EXECUTION
3.01 GROUNDING RACEWAYS
A. General: Assure the electrical continuity of all metallic raceway systems, pulling up all
conduits and/or locknuts wrench tight. Where expansion joints or telescoping joints occur,
provide bonding jumpers. Where flexible metallic conduit is employed, provide a green -
insulated grounding jumper installed in the flexible conduit. Install a separate green -
insulated conductor in each non-metallic conduit. Provide grounding bushings on all
service and feeder raceways terminating within switchboards, motor control centers,
panelboards, cabinets, and all other enclosures. Provide grounding conductors from such
bushings to the frame of the enclosure and to the ground bus or equipment grounding
strap. Size grounding conductors in accordance with NEC Table 250-66.
3.02 EQUIPMENT GROUNDING CONDUCTORS
A. General: Provide a separate, green -insulated copper grounding conductor, with insulation
of the same rating as phase conductors, for each feeder and for each branch circuit
indicated. Install the grounding conductor in the same raceway with the related phase
and neutral conductors, and connect the grounding conductor to pull boxes or outlet
boxes at intervals of 100 feet or less. Where paralleled conductors in separate raceways
occur; provide a grounding conductor in each raceway. Connect all grounding conductors
to bare grounding bars in panelboards, and to ground buses in service equipment to the
end that there will be an uninterrupted grounding circuit from the point of a ground fault
back to the point of connection of the equipment ground and system neutral. Size all of
these grounding conductors per NEC Table 250-66.
3.03 CONNECTIONS
A. General: Make connections in such a manner as to minimize possibility of galvanic action
or electrolysis. Select connectors, connection hardware, conductors, and connection
methods so metals in direct contact will be galvanically compatible.
B. Terminations: Tighten grounding and bonding connectors and terminals, including screws
and bolts, in accordance with manufacturer's published torque tightening values or to
values specified in UL 486A and 486B.
END OF SECTION
16450-2 GROUNDING AND BONDING
0108-5
SECTION 16470 - PANELBOARDS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification sections, apply to the work of this
section.
1.02 - SUBMITTALS:
A. General: Submit manufacturer's data on all materials according to the Conditions of the
Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all items
specified herein, including materials, construction and UL listing. Provide complete
catalog data and drawings on all items of equipment.
C. Shop Drawings: Submit complete Manufacturer's Shop Drawings for review. Submit shop
drawings of each panelboard for review before commencing fabrication. Drawings shall
indicate number, size, interrupting rating and type of circuit protective devices;
dimensions, gauges and type of construction of cabinets, size and material of main bus
and lugs, and any other pertinent information necessary to determine compliance with the
drawings and specifications.
D. Operation and Maintenance Manuals: Submit for review all operation and maintenance
manuals for items specified herein. Submit manufacturer's installation instructions.
Indicate application conditions and limitations of use stipulated by Product testing agency
specified under Regulatory Requirements. Include instructions for storage, handling,
protection, examination, preparation, and installation of Product.
1.03 PRE -APPROVAL OF SUBSTITUTIONS:
A. General: All requests for substitute panelboards/switchboards shall be submitted to the
engineer no fewer than ten calendar days prior to the bid opening. The substitution
proposal shall be bound, manufacturer's catalog data in alphabetical order by equipment
Type, and a cross index clearly indicating all proposed substitutions. Engineer's review is
only to establish the suitability of the manufacturer and the equipment series. If approved
by the Engineer, the substitution shall be listed in an addendum. The substituted
equipment are still subject to Engineer's review as described elsewhere in this section.
B. Listed Manufacturers: Pre -approval of manufacturers listed in the products section of this
specification is not required.
1.04 SCOPE:
A. Description: Provide all labor, material, equipment, and service necessary for and
incidental to the complete electrical distribution system.
1.05 REGULATORY REQUIREMENTS:
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical Code) and
all applicable State and Local Electrical Ordinances.
PANELBOARDS
16470-1
0108-5
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as
suitable for purpose specified and shown.
C. Main Panelboard: The building main panelboard shall be listed by Underwriters
Laboratories as suitable for "Service Entrance Equipment."
1.06 PRODUCT DELIVERY, STORAGE AND HANDLING:
A. General: Deliver, store, protect, and handle Products to site according to the Conditions
of the Contract and Division 1 Specification Sections. Accept delivery of panelboards on
site and inspect for damage. Report concealed damage to carrier within their required
time period. Deliver panelboards in factory fabricated water resistant wrapping. Protect
panelboards from corrosion and entrance of debris by storing above grade protected from
the weather. Provide appropriate covering. Store and protect in accordance with
manufacturer's instructions. Handle panelboards carefully to avoid damage to material
components, enclosure and finish.
1.07 , PROJECT CONDITIONS:
A. Field Measurements: Verify that field measurements are as shown on the Drawings.
B. Location of Panelboards: Verify locations of panelboards prior to installation. Panel boards
are shown on Drawings in approximate locations unless dimensions are indicated. Locate
as required to complete electrical distribution system.
1.08 PROJECT RECORD DOCUMENTS:
A. General: Submit according to the Conditions of the Contract and Division 1 Specification
Sections.
B. As -built Drawings: Accurately record actual locations of panelboards.
PART 2 - PRODUCTS
2.01 PANELBOARDS
A. Panelboard Cabinets: Furnish and install cabinets to serve the various panelboards, of
sizes as required to house the panelboards. Cabinets shall be rigidly constructed of sheet
steel of gauges conforming to Underwriters' Laboratories Inc. requirements; corners
overlapped or welded; edges turned over to receive trim. Cabinet fronts shall be cut from
single sheet of not less than No. 12 gauge cold rolled sheet steel; fastened in place by
adjustable trim clamps which will allow plumbing; same size as the cabinet box if surface
mounted; size to overlap the box a minimum of 3/4" on all sides if flush mounted.
B. Enclosures: Enclosures shall be NEMA Type 1, 3R, 4X or 12 as indicated on the
Drawings or as required.
C. Cabinet Doors: Provide each door with a substantial flush, cylinder tumbler lock and
catch. On doors more than 48" high provide a combination three point catch and lock with
T-handle. Provide each lock with two keys, with all locks keyed alike. Provide with metal
1 directory frame mounted inside each panel door.
t _.
D. Cabinet Finish: All back boxes shall be galvanized; all exposed metal, including fronts,
- primed and finished in gray lacquer.
r
16470-2 PANELBOARDS
0108-5
E. Multiple Sections: Where a lighting and appliance panelboard contains more than 42
branch overcurrent devices, the assembly shall consist of two or more separate boxes
bolted together and covered by a common multiple door front; each box containing not
more than 42 branch overcurrent devices.
F. Branch Circuits: Where a circuit protective device is scheduled as a "spare", provide the
device complete for operation. Where such a device is scheduled as a "space" or "space
only", provide proper space and all necessary connectors for future installation of the size
of device scheduled. Where a breaker or switch is scheduled to serve a "future" load,
provide the device complete for operation. Branch circuit breakers shall be fully
interchangeable without disturbing adjacent units. Connect all circuit interrupting devices
with sequence phasing.
G. Copper Panelboard Bus: Provide each panelboard with copper busbars. Provide each
panelboard with a separate equipment copper grounding bus bar bonded to the
panelboard cabinet. Where indicated on the drawings provide panelboards with an
isolated copper grounding bus bar insulated from the panelboard cabinet.
2.02 LIGHTING AND APPLIANCEt PANELBOARDS
A. General: Panelboards shall have the number and size of bolted -in circuit breakers -as
scheduled, with main circuit breakers or lugs only on the mains as scheduled.
B. Molded Case Circuit Breakers: Bolted in circuit breakers as described in Section 16475 -
CIRCUIT DISCONNECT AND OVERCURRENT PROTECTIVE DEVICES.
C. Manufacturers: Panels shall be Square D, General Electric, Cutler Hammer manufacture
or pre -approved equal, equal to the Square D panels listed below.
1. Panelboards for 208 or 240 volt Service: Square D type NQOD with QOB, QOBH
or QOBVH circuitbreakers as required.
PART 3 - EXECUTION
3.01 INSTALLATION
A. General: Install panelboards in accordance with NEMA PB 1.1, NECA "Standard of
Installation", and the manufacturer's written instructions. Install panelboards plumb. Install
recessed panelboards flush with wall finishes.
B. Height: 6 feet to top of panelboard; install panelboards taller than 6 feet with bottom no
more than 4 inches above floor.
C. Filler Plates: Provide filler plates for unused spaces in panelboards.
D. Circuit Directory: Provide a neatly typewritten circuit directory for each branch circuit
panelboard. Revise directory to reflect circuiting changes required to balance phase
loads. Identify branch circuits with room numbers to match those finally posted on doors.
Cover directory with transparent sheet plastic. Provide an electronic copy of the final
circuit directories to the Owner with submission of Owner's Operations Manuals.
E. Nameplates: Provide engraved plastic nameplates on each panelboard to identify the
panelboard name, voltage and upstream power source. Provide engraved plastic
nameplates under the provisions of Section 16195 - ELECTRICAL IDENTIFICATION
PANELBOARDS
16470-3
0108-5
F. Main Devices: Provide engraved plastic nameplate to identify the main devices on each
distribution panelboard and lighting panelboard. Provide engraved plastic nameplates
under the provisions of Section 16195 - ELECTRICAL IDENTIFICATION.
G. Circuit Labels: Provide engraved plastic nameplate to identify the circuits on each
distribution panelboard. Provide engraved plastic nameplates under the provisions of
Section 16195 - ELECTRICAL IDENTIFICATION.
H. Grounding: Ground and bond panelboard enclosure according to Section 16450.
I. Connections: Tighten electrical connectors and terminals, including grounding
connections, in accordance with manufacturer's published torque tightening values or as
specified in UL 486A and UL 486B.
3.02 ADJUSTING
A. Load Balancing: Measure steady state load currents at each panelboard feeder;
rearrange circuits in the panelboard to balance the phase loads to within 10 percent of
each other. Maintain proper phasing for multi -wire branch circuits.
END OF SECTION
164704 PANELB.OARDS
0108-5
SECTION 16475 - CIRCUIT DISCONNECT AND OVERCURRENT PROTECTIVE DEVICES
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A: General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification sections, apply to the work of this
section.
1.02 SUBMITTALS
A. General: Submit manufacturer's data on all materials according to the Conditions of the
Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all items
specified herein, including materials, construction and UL listing. Provide data sheets
showing electrical characteristics including time -current curves.
C. Operation and Maintenance Manuals: Submit for review all operation and maintenance
manuals for items specified herein. Indicate application conditions and limitations of use
stipulated by Product testing agency specified under Regulatory Requirements. Include
all operation and maintenance manuals.
1.03 SCOPE
A. Description: The work shall include all labor, material, equipment, and service necessary
for and incidental to the complete electrical distribution system.
1.04 REGULATORY REQUIREMENTS
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as
suitable for purpose specified and shown.
PART 2 - PRODUCTS
2.01 MOLDED CASE THERMAL MAGNETIC TRIP CIRCUIT BREAKERS
A. Description: NEMA AB 1, molded case, one, two and three pole, with integral thermal and
instantaneous magnetic trip in each pole, UL listed. Two and three pole circuit breakers
with common trip and single operating handle. Handle ties between breakers are
unacceptable. Circuit breakers shall have the voltage and trip rating scheduled or
indicated on the Drawings.
B. Operation: Operating mechanism shall be over center, trip free, toggle mechanism with
quick -make, quick -break action with positive handle indication.
C. Trip Elements: Thermal magnetic trip element calibrated for 40-deg. C. ambient
temperature.
CIRCUIT DISCONNECT AND OVERCURRENT PROTECTIVE DEVICES 16475-1
[IMITIM
D. Terminations: Terminations for 10-30 ampere breakers shall be UL listed for use with 60
degree C. or 75 degree C. conductors. Terminations for breakers 35 ampere and greater
shall be UL listed for use with 75 degree C conductors.
E. Interrupting Rating: Circuit breakers shall have minimum RMS symmetrical ampere
interrupting ratings as scheduled on drawings.
F. HID Lighting Circuits: Circuit breakers serving HID lighting circuits shall be specifically
designed for HID circuits.
G. Accessories: Provide •circuit breakers with switching neutral, shunt trip, ground fault
current interrupters, or remote controlled operators as scheduled on the drawings.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Circuit Breakers: Install circuit breakers in accordance with manufacturer's instructions.
END OF SECTION
16475-2- CIRCUIT DISCONNECT AND OVERCURRENT PROTECTIVE DEVICES
0108-5
SECTION 16500 - LIGHTING
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification sections, apply to the work of this
section.
1.02 SUBMITTALS
A. General: Submit manufacturer's data on all materials according to the Conditions of the
Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all items
specified herein, including materials, construction and UL listing. Include manufacturer's
catalog data and drawings on all interior and exterior lighting fixtures with separate sheet
for each fixture, assembled by Luminaire "Type" in alphabetical order, with the proposed
fixture and accessories clearly labeled. Ballast and lamp data shall accompany fixture
submittals. Submit dimensioned drawings and performance data including coefficients of
utilization, candela distribution, spacing to mounting height ratio, efficiency and visual
comfort probability. Furnish scale drawings, catalog data, samples of finish, distribution
curves, and any other data required by the Architect/Engineer for every type fixture.
C. Manufacturer's Installation Instructions: Submit for review complete manufacturer's
installation instructions. Indicate application conditions and limitations of use stipulated by
Product testing agency specified under Regulatory Requirements. Include instructions for
storage, handling, protection, examination, preparation, and installation of Product.
D. Operation and Maintenance Manuals: Submit manufacturer's operation and maintenance
instructions for each product.
1.03 SUBSTITUTIONS
A. General: Where a lighting fixture has been scheduled on the drawings by manufacturer's
name and catalog number, it has been done in order to establish a standard. Any
substitution to the scheduled lighting fixture shall be of equal or better quality. No
substitution shall be made without the review of the engineer, who will be the sole judge
of equality. It is the contractor's responsibility to submit sufficient data for review by the
Engineer. If requested by the engineer, the contractor shall provide samples of each
proposed substitution for review. Should a substitution be unacceptable to the Engineer,
the Contractor shall provide the originally specified lighting fixture.
1.04 APPROVAL OF SUBSTITUTIONS
A. General: The contract will be on the basis of materials scheduled on the drawings without
consideration of possible substitute of "or -equal" items. Application for the acceptance of
substitute lighting fixtures will not be considered until after the effective date of the
agreement. Submit requests for substitute materials under provisions of the General
Conditions and the General Requirements. Approval for lighting fixture substitution shall
not be given prior to the bid opening.
LIGHTING
16500-1
0108-5
1.05 CATALOG NUMBERS
A. General: All features specified or scheduled for fixtures shall be provided, even if the
catalog number given in the specifications or schedule lacks the required numerals,
prefixes or suffixes corresponding to the features called for.
1.06 SCOPE
A. Description: The work shall include all labor, material, equipment and services necessary
for and incidental to the complete lighting system as shown on the drawings and
specified herein.
1.07 REGULATORY REQUIREMENTS
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as
suitable for purpose specified and shown.
1.08 DELIVERY, STORAGE, AND HANDLING
A. General: Deliver, store, protect, and handle products according to the Conditions of the
Contract and Division 1 Specification Sections. Accept delivery of lighting fixtures on site
and inspect for damage. Report concealed damage to carrier within their required time
period. Protect lighting fixtures from degradation by storing above grade protected from
the weather. Provide appropriate covering. Lighting fixtures shall remain in factory
protective shipping cartons until installation.
1.09 PROJECT CONDITIONS
A. Locations: The drawings are schematic and only indicate the approximate location of
lighting fixtures. The precise location of lighting fixtures shall be coordinated with the
architectural reflected ceiling plan and other architectural features.
B. Recessed Lighting Fixtures: Verify that there will be sufficient headroom for the
installation of recessed lighting fixtures prior to ordering lighting fixtures. Verify ceiling
system type and provide suitable plaster ring or frame if required.
PART 2 - PRODUCTS
2.01 EXTERIOR LIGHTING FIXTURES
A. General: All exterior mounted lighting fixtures shall be UL listed for wet locations where
installed in direct contact with weather and UL listed for damp locations where installed
protected from weather.
2.02 HIGH INTENSITY DISCHARGE (HID) BALLASTS
A. Description: All interior HID lighting fixture ballasts shall be encased and potted and shall
have automatic thermal protection. Outdoor HID ballasts shall be coil and core type. HID
ballasts shall be high power factor, minimum 90%. Ballasts shall comply with ANSI
C82.4.
B. Metal Halide: Peak -lead autotransformer, high power factor for all wattages.
16500-2 LIGHTING
0108-5
2.03 HIGH INTENSITY DISCHARGE (HID) LAMPS
A. Metal Halide: Phosphor coated "E" or "BT lamp.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Accessories: Install accessories furnished with each luminaire.
B. Connections: Connect luminaries to branch circuit outlets provided under Section 16110 -
RACEWAYS AND FITTINGS. Make wiring connections to branch circuit using building
wire with insulation suitable for temperature conditions within luminaire. Bond products
and metal accessories to branch circuit equipment grounding conductor.
C. Lamps: Install specified lamps in each luminaire.
3.02 REUSED FIXTURES
A. General: Where existing lighting fixtures are to be relocated, carefully remove and store
the fixture. When it is ready to be installed, thoroughly wash all dirt and dust from the
fixture and lens, hang the fixture and install new lamps. Should any such fixtures be
damaged in this process replace them with matching new ones at no cost to the owner.
3.03 FIELD QUALITY CONTROL
A. General: Operate each luminaire . after installation and connection. Inspect for proper
connection and operation.
3.04 ADJUSTING
A: General: Aim and adjust luminaries as indicated or as directed.
3.05 CLEANING
A. General: Clean electrical parts to remove conductive and deleterious materials. Remove
dirt and debris from enclosures. Clean photometric control surfaces as recommended by
manufacturer. Clean finishes and touch up damage.
3.06 PROTECTION OF FINISHED WORK
A. General: Relamp luminaries that have failed lamps at Substantial Completion.
END OF SECTION
LIGHTING 16500-3
I
0108-5
SECTION 16915 - LIGHTING CONTROL SYSTEMS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. General: Drawings and general provisions, of the Contract, including General and
Supplementary Conditions and Division 1 Specification sections, apply to the work of this
section.
1.02 SUBMITTALS
A. General: Submit manufacturer's data on all materials according to the Conditions of the
Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all items
specified herein, including materials, construction and UL listing. Provide dimensions,
size, voltage ratings and current ratings.
C. Manufacturer's Instructions: Submit for review complete manufacturer's instructions.
Indicate application conditions and limitations of use stipulated by Product testing agency
specified under Regulatory Requirements. Include instructions for storage, handling,
protection, examination, preparation, installation, and starting of Product.
D. Maintenance Data: Submit for review Manufacturer's Maintenance Instructions. Include
instructions for replacing and maintaining coil and contacts.
1.03 SCOPE
A. Description: The work shall include all labor, material, equipment and services necessary
for and incidental to the complete lighting system as shown on the drawings and
specified herein.
1.04 REGULATORY REQUIREMENTS
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories; Inc. as
suitable for purpose specified and shown.
1.05 DELIVERY, STORAGE, AND HANDLING
A. General: Deliver, store, protect, and handle Products to site under provisions of the
General Requirements. Accept delivery of equipment on site and inspect for damage.
Report concealed damage to carrier within their required time period. Protect from
corrosion and entrance of debris by storing above grade protected from the weather.
1.06 PROJECT RECORD DOCUMENTS
A. General: Submit according to the Conditions of the Contract and Division 1 Specification
Sections.
LIGHTING CONTROL SYSTEMS
16915-1
0108-5
PART 2 - PRODUCTS
2.01 REMOTE CONTROL SWITCHES (CONTACTORS)
A. Description: The remote control switches shall be of the single coil, electrically operated,
mechanically held type. Positive locking shall be obtained without the use of hooks,
latches, or semi -permanent magnets. The switches shall be listed under UL 508. They
shall be fully rated and marked for use with ballast lighting, tungsten, and general use
loads. Provide the contactor with 120-volt coil and installed in NEMA 1 enclosure.
B. Contacts: Main contacts shall be silver alloy and shall be self aligning with renewable
from the front of the panel. The switches shall be continuously rated 30 amps at 600 volts
AC and shall have an interrupting capacity of 300% of rated current at 0.4 to 0.5 power
factor. Provide the number and arrangement of contacts as shown on the drawings.
C. Manufacturers: Switches shall be ASCO 917 or approved equivalent.
PART 3 - EXECUTION
3.01 OUTDOOR LIGHTING
A. General: All outdoor lighting indicated to be controlled by existing time switch.
3.02 IDENTIFICATION
A. Nameplates: Provide engraved plastic nameplates on each contactor and timeswitch to
identify the device, the location of the lighting fixtures being controlled, and the power
source. Provide engraved plastic nameplates under the provisions of Section 16195 -
ELECTRICAL IDENTIFICATION.
END OF SECTION
16915-2
LIGHTING CONTROL SYSTEMS
09-020-MA ADDENDUM # I
City of Lubbock
PURCHASING DEPARTMENT
ROOM 204, MUNICIPAL BUILDING
1625 13TH STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2167 FAX: (806) 775-2164
http:!'/purchasing.ci.lubbock.tx.us
DATE ISSUED:
ADDENDUM #1
09-020-MA
Citibus Parking Lot Expansion
February 9, 2009
CLOSE DATE: February 24, 2009 (d 4:00 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.
The following items take precedence over specifications for the above named Invitation to Bid 09-020-MA (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.
Bidder's attention is invited to the following changes to ITB #09-020-MA.
Pre -Conference Meeting Change Notice:
Pre -Conference will be at 1:30 p.m.
Citibus Conference Room
801 Texas Avenue
THANK YOU,
,fm_asta 1__4faazEz
1
City of Lubbock
PURCHASING DEPARTMENT
ROOM 204, MUNICIPAL BUILDING
UB 1 C STREET ADDENDUM #2
LUBBOCK, TEXAS 79401
PH: (806) 775-2167 FAX: (806) 775-2164 09-020-MA
http://purchasing.ci.lubbock.tx.us
Fcibus Parking Lot Expansion
DATE ISSUED: February 9, 2009
CLOSE DATE: February 24, 2009 C 4:00 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.
The following items take precedence over specifications for the above named Invitation to Bid 09-020-
MA (ITB). Where any item called for in the ITB documents is supplemented here, the original
I_ requirements, not affected by this addendum, shall remain in effect.
Please the attached documents when submitting your bid.
1. In the section GENERAL INSTRUCTIONS TO OFFERS, please replace the following revised
pages:
PAGE 9, adds Section 33, ANTI -LOBBYING PROVISION
PAGE 10, adds Section 34, PREVAILING WAGE RATES
2. In the section GENERAL CONDITIONS OF THE AGREEMENT, CURRENT WAGE
DETERMINATIONS HAS BEEN DELETED AND REPLACED with DAVIS BACON
WAGE DETERMINATIONS EXHIBIT A, EXHIBIT B and EXHIBIT C.
3. Bidders must submit the REVISED BID SUBMITTAL FORM attached.
THANK YOU,
.Marta Alvarez
CITY OF LUBBOCK
Marta Alvarez
Purchasing Manager
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be
the bidder's resnonsibilit to advise the City of r l,l%k .,.v D..-..L__--_
----- -- ..� uavtVVl �iiauvcr[enu restricts or limits the re uirements stated
this ITB to a single source. Such notification must be submitted in writing and must be received by the
Purchasing Manager no later than five (S) business days prior to the bid close date. A review of such
notifications will be made.
1
32 BID AWARD
32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on
a bid, and to waive immaterial formalities and to accept the offer most advantageous to the
City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall
award the bid based on a lump sum.
32.2 All bids are evaluated for compliance with specifications before the bid price is considered.
Response to specifications is primary in determining the best low bid. Failure to comply
with the specifications may result in disqualification of the bid.
32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie
bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by
the Attorney General to determine possible Anti -Trust violations.
32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must
be lower than lowest bid submitted by a responsible Texas bidder by the same margin or
amount that a Texas bidder would be required to underbid the nonresident bidder in the
nonresident bidders' home state.
32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be
entered into the State of Texas and under the laws of the State of Texas. In connection with
the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act,
Equal Opportunity Employment Act, and all other applicable Federal, State, and Local
laws, regulations, and executive orders to the extent that the same may be applicable.
32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO
LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT,
AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS
SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS
INVITATION TO BID.
33 ANTI -LOBBYING PROVISION
33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT
AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES,
SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER
OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF
CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS,
UNLESS REQUESTED BY THE CITY.
33.2 This provision is not meant to preclude bidders from discussing other matters with City
t Council members or City staff. This policy is intended to create a level playing field for all
potential bidders, assure that contract decisions are made in public, and to protect the
integrity of the bid process. Violation of this provision may result in rejection of the
bidder's bid.
W
it
{F
34 PREVAILING WAGE RATES
i 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing
Wage Rates, with respect to the payment of prevailing wage rates for the construction of a
public work, including a building, highway, road, excavation, and repair work or other
project development or improvement, paid for in whole or in part from public funds,
without regard to whether the work is done under public supervision or direction. A worker
is employed on a public work if the worker is employed by the contractor or any
subcontractor in the execution of the contract for the project.
34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid
not less than the general prevailing rate of per diem wages for the work of a similar
character in the locality in which the work is performed, and not less than the general
prevailing rate of per diem wages for legal holiday and overtime work.
34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in
Texas pursuant to
and in accordance with the Texas Government Code, Section 2258.022. Bidders may
access the U. S. Department of Labor web site at the following web address to obtain the
rates to be used in Lubbock County:
t_
http://www.gpo.jzov/davisbacon/allstates.html
34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from
the web site for the type of work defined in the bid specifications.
34.5 A contractor or subcontractor who violates Texas Government Code Section
2258.023 shall pay
to the City of Lubbock $60 for each worker employed for each calendar day or part of the
day that the worker is paid less than the wage rates stipulated in the contract.
10
D"IS BACON WAGE DETERMINATIONS
22
Pane Intentionally Left Blank
23
EXHIBIT A
GENERAL DECISION: TX20080028 02/08/2008 TX28
Date: February 8, 2008
General Decision Number: TX20080028 02/08/2008
Superseded General Decision Number: TX20070028
State: Texas
Construction Types: Heavy and Highway
Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor
and Tom Green Counties in Texas.
HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not
include building structures in rest area projects).
Modification Number Publication Date
0 02/08/2008
* SUTX2004-001 11/09/2004
Rates
Fringes
Asphalt Distributor Operator ... $
9.25
0.00
Asphalt Heater Operator ........ $
11.21
0.00
Asphalt paving machine operator$
11.16
0.00
Asphalt Raker ..................$
9.51
0.00
Broom or Sweeper Operator .... :.$
8.57
0.00
Bulldozer operator ...........$
9.76
0.00
Carpenter...... ............... $
12.61
0.00
Concrete Finisher, Paving ...... $
13.26
0.00
Concrete Finisher, Structures..$
11.20
0.00
Crane, Clamshell, Backhoe,
Derrick, Dragline, Shovel
Operator .......................$
11.00
0.00
Electrician ....................$
17.00
0.00
Form Builder/Setter, Structures$
9.26
0.00
Form Setter, Paving & Curb ..... $
9.82
0.00
Front End Loader Operator ...... $
10.52
0.00
Laborer, common ................$
8.51
0.00
Laborer, Utility ...............$
10.46
0.00
Mechanic .......................$
16.85
0.00
Motor Grader Operator Rough .... $
11.75
0.00
Motor Grader Operator, Fine
Grade ..........................$
13.50
0.00
Planer Operator ................$
13.36
0.00
Roller n..�,,--,tor, r,..._u r,...i u�vl, C1.0 Uillci '1.2 C.,
Self -Propelled .................$
7.67
0.00
Roller Operator, Steel Wheel,
Flat Wheel/Tamping.............$
8.06
0.00
Roller Operator, Steel Wheel,
Plant Mix Pavement .............$
7.50
0.00
24
{
Scraper Operator ...............$
8.50
0.00
Servicer. .......................$
8.98
0.00
Slip Form Machine Operator ..... $
13.64
0.00
Tractor operator, Pneumatic .... $
i
12.00
0.00
{
` Traveling Mixer Operator ....... $
12.00
0.00
Truck driver, lowboy -Float ..... $
12.67
0.00
Truck driver, Single Axle,
Heavy.. ....................$
8.50
0.00
Truck driver, Single Axle,
Light ..........................$
8.08
0.00
Truck Driver, Tandem Axle,
Semi -Trailer ...................$
8.66
0.00
Welder........... .$
15.25
0.00
Work Zone Barricade Servicer... $
-- - -------------------------------------------------
8.28
0.00
WELDERS - Receive rate prescribed for
craft
performing
operation to which welding is incidental.
--------------------
Unlisted classifications needed for
work not
included within
the scope of the classifications listed
may
be added after
award only as provided in the labor
standards
contract clauses
(29CFR 5.5 (a) (1) (ii)).
In the listing above, the "SU" designation means that rates
listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, ;nit;al contact, including requests
- for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
-- contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
25
f
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
., 3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
EXHIBIT B
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor
Standards Act.
EXHIBIT C
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standard
_ 26
r
09-020-MA ADDENDUM #2
BID SUBMITTAL
LUMP SUM BID CONTRACT
DATE:
PROJECT NUMBER: #09-020-MA - CITIBUS PARKING LOT EXPANSION
Bid of hereinafter called
- Bidden
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 CITIBUS
PARKING LOT EXPANSION 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.
` MATERIALS:
' SERVICES:
TOTAL: ($ )
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount
shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a
written "Notice to Proceed" of the Owner and to substantially 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 $1,000 (ONE
THOUSAND), for each consecutive calendar day in excess of the time set forth herein above for completion of
this project, all as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance
with instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality
in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30)
calendar days after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he
further agrees to commence work on or before the date specified in the written notice to proceed, and to
substantially complete the work on which he has bid; as provided in the contract documents.
Bidder's Initials
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's
check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five
percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain
all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notic
e of
award of the
contract to
Enclosed with this bid is a Cashier's Check or him.
Dollars ($ Certified Check for
Dollars ($ � or a Bid Bond in the sum of
retained by the Owner as liquidated damages in the event the bidwhichs acceit is pted by the Ownreed shall be eer and t d
undersigned fails to execute the necessary contract documents, insurance certificates, and the requireddthe
bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification
of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned
demand. signed upon
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all
contract documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid
price. THEREFORE, ANY CORRECTIONS TO THE BID
PRICE MUST BE MADE ON THE BID SUBMITTAL FORM
PRIOR TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date -
Addenda No.
Date
Addenda No.
Date
M/WBE
Firm:
Date:
Authorized Signature
(Printed or Typed Name)
Company
Address
City, County
State Zip Code
Telephone: _
Fax: _
PA
1
MWM Architects, Inc.
2574-70 Street, Suite 201
WMAM Lubbock, Texas 79423
806.745.7707 Fax: 806.745.7620
architects
Citibus Bus Parking Lot Expansion
City of Lubbock February 20, 2009
162513th Street
Lubbock, Texas 79401
ADDENDUM tin 'I
MWM Architect's Project No. 0108-5
NOTICE TO ALL BIDDERS:
THE FOLLOWING SHALL BE INCORPORATED IN AND BECOME A PART OF THE
ORIGINAL DRAWINGS AND SPECIFICATIONS OF THE ABOVE REFERENCED
PROJECT DATED 01/2112009. PLEASE ACKNOWLEDGE RECEIPT ADDENDUM BY NOTING IT ON YOUR PROPOSAL. OF THIS
1) In the Contract Documents, IF THE EXISTING CONCRETE BUMPER (S)
ARE IN GOOD SHAPE, then "yes" they can be re -used after they have
been repainted. IF, ON THE OTHER HAND, THE EXISTING BUMPERS
ARE IN BAD SHAPE OR IF THEY ARE DAMAGED DURING RE-
INSTALLATION, then "no" they cannot be re -used or if damaged during
re -installation, they shall be replaced with a new concrete bumper.
2) The Estimate of Probable Cost is approximately $400,000.00
3) As -Built Drawings were not prepared when the Bus Parking Lot was
originally built. it is not known where the spare conduits go to or
terminate.
4) It is acceptable to use surface mounted for the new exterior lighting on
the existing buildings. If surface mounted conduit is utilized, then said
conduit shall be painted.
5) In the Contract Documents, remove only that portion of the existing chain
link fence that Is shown on the Drawings or required to be removed by the
Work.
8) It is the Intent of the Contract Documents that any new chain link fence
fabric that is required by the Work match the existing chain link fence.
Also, if existing chain link fence fabric is in good shape, it is acceptable to
remove and re -install said existing chain link fence fabric in the
new/realigned fence location where shown on the Drawings.
7) All new cantilevered gates shall be "steel" pipe framed type, NOT
ALUMINUM.
8) It is the Intent of the Contract Documents that the operational control of
the gates is that they will be "opened" at the beginning of the day and
"closed" at the end of the day. Vehicle loops, photo — eyes or vehicle exit
loops are not required.
9) Based on MWM's research conducted on 2/20/2009, the Power Master
Model SG 2004 Slide Gate Operator is still listed as available. As the
Specifications indicate, equal Products from other manufacturers are
acceptable.
END OF ADDENDUM NO.3
architects
Citibus Bus Parking Lot Expansion
City of Lubbock
162513Ih Street
Lubbock, Texas 79401
ADDENDUM NO.4
MWM Architect's Project No. 0108.5
NOTICE TO ALL BIDDERS:
MWM Architects, Inc.
2574-74"Street, Suite 201
Lubbock, Texas 79423
806.746.7707 Fax: 806.745.7620
February 23, 2009
THE FOLLOWING SHALL BE INCORPORATED IN AND BECOME A PART OF THE
ORIGINAL DRAWINGS AND SPECIFICATIONS OF THE ABOVE REFERENCED
PROJECT DATED 01/21/2009. PLEASE ACKNOWLEDGE RECEIPT OF THIS
ADDENDUM BY NOTING IT ON YOUR PROPOSAL.
1) The Guardrail shown in Detail 10/A1.1 is covered by Specification
SECTION 05501-METAL FABRICATIONS.
2) In the Drawings, the extent of the Guardrail shown in Detail 10/A1.1 is as
shown on Sheet SP1.1. The Electrical Drawings shall OnlY be used to
address Electrical Work.
3) In the Drawings on Sheet D1.1, the Northeast Gate shall be removed and
the resulting gap shall be tilled in with new (or re -used) chain link fencing.
4) In the Drawings on Sheet SP1.1, the curb cuts associated with the
removed gates are shown as "filled -in" with new 4,000 psi, 4 - inch thick
concrete sidewalks.
5} The existing 34 inch curb that is located along the North and West sides
of the bus wash building shall remain in place and shall D-01 be disturbed.
Once the construction proceeds, a coordination Drawing will be issued to
illustrate the relationship of the existing curb, the gap for the bi-parting
gate and the guardrail location.
6) In the Drawings, the Southeast site lighting pole and fixture shall remain
and shall not be removed or relocated.
7) In the Specifications, SECTION 02830 — CHAIN LINK FENCING AND
GATES, on Page 3, in Item 2AD, change the number "204" to "2004".
8) In the Specifications, SECTION 02830 - CHAIN LINK FENCING AND
GATES, on Page 3, at the end of Item 2.4D, add the following sentence,
"the slide gate operator shall include a "push buttons with keyed lockout
type of control". Provide polyethylene rust and dent proof cover with pad
lockable option to secure the cover."
9) Given the sizes of the new gate openings shown on the Drawings, the
existing gates cannot be salvaged and/or re -used.
10) One (1) "through" (person) gates currently exist. Relocate this gate
where directed by the Owner in the new chain link fence to be installed as
part of the Work.
11) The existing chain link fence posts shown to be removed shall be cut off
flush with the paving. The center of the existing post shall be filled with
concrete and the edges shall be caulked.
12) For clarification purposes, only those portions of the chain link fence
shown on the Drawings to be removed shall be removed. The remaining
portions of the existing chain link fencing shall not be replaced.
13) Attached please find additional answers from Hugo Reed & Associates
which addresses Civil Engineering questions and Agnew Associates that
addresses electrical questions.
END OF ADDENDUM NO.4
i
02/20/2009 17:08 PAX 8067633891. HUGO REED
BidSync. Questions on Bid #ITB 09-020-MA History
[j 0 01
Page 1 of 3
Question and Answers for Bid #ITB 09-020-MA - Citibus Parking Lot
Expansion
OVERALL BID QUESTIONS
Question 1
What is the project budget or estimate? Thank you. (Submitted: Feb 13, 2009 10:21:51 AM CST)
Answer
• Please refer to addendum #3. Thank you (Answered: Feb 20, 2009 2:28:08 PM CST)
Question 2
1) Does the entire fence need to be replaced and the old fence removed? (Submitted: Feb 18, 2009 12:28:02 PM CST)
Answer
• No. (Answered: Feb 18, 2009 12:26:21 PM CST)
Question 3
2) Powermaster gate is not available, but I do have an equivalent model. (Submitted: Feb 18, 2009 12:36:00 PM CST)
Question 4
3) Do they want alum cantilever gate as shown or a steel pipe frame cantilever per spec? (Submitted: Feb 18, 2009
12:37:14 PM CST)
I Answer
• Steel. (Answered: Feb 18, 2009 12:37:36 PM CST)
Question 5
4) Specs on chain link 1 3/e x 11gagex 6' is not stock Item. DO they what this? (Submitted: Feb 18, 2009 12:39:40 PM CST)
Question 6
What do they need for the control of the gates? How to open and close and what safety features are wanted (vehicle
loops, photo -cycles, vehicle exit loops)? (Submitted: Feb 16, 2009 12:41:23 PM CST)
Question 7
1) Do we reuse the existing parking bumpers and if so do we repaint?
2.Is there a predicted budget for the project?
3.We need to know where the spare conduits in the existing panel go to.
4. Can we use surface mounted conduit for the new exterior lighting on
the existing buildings? (Submitted: Feb 18, 2009 12:44:01 PM CST)
Answer
• Please refer to addendum #3. Thank you (Answered: Feb 20, 2009 2:28:00 PM CST)
Question 8
What will be the required specifications on the Guardrail? (submitted: Feb 19, 2009 2:59:46 PM CST)
Zuestion 9
Site plan SP1.1 shows a layout for the Guardrail, but the electrical plans E1.0 shows a different layout which calls for
nore Guardrail. Which page shows the desired layout of the Guardrail? Thank you. (Submitted: Feb 19, 2009 3:01:44 PM CST)
Question 10
Page E1.0, shows a tabulation for panel B. What do the notes 1, 2 and 3 pertain to? The "Notes" column does not
ndicate the type of wire desired. Could someone please clarify? Thank you. (Submitted: Feb 19, 2009 3:04:20 PM CST)
Juestion 11
The demolition plan, pg. D1.1, does not indicate what will be done about the northeast gate. Is that to remain in place?
it is it to be removed? Thank you. (Submitted: Feb 19, 2009 3,06:33 PM CST)
2uestion12
Will the demolished driveways in the north of the parkl9ng lot need to be replaced with sidewalk? Please elaborate.
bttps://www.bidsync.colas/DPX?ac=aucglist&auc=113981 &mdid=all&printable=Y 2/20/2009
02/20/2009 17:08 FAX 8067633891 IIUG0 REED
BidSync: Questions on Bid ##ITB 09-020-MA History
Z 002
Page 2 of 3
__ 211
lfW�3
—mot*
Thank you. (Submitted: Feb 19, 2009 3:07:39 PM CST)
Question 13
Will the concrete pavement require a 3" black base? (Submitted: Feb 19, 2009 3:14:46 PM CST) u
Alt Goy\c.rc+c ('a�iN rtb� driviacys rcuiVY.'. b�ac bast
Question 14
There is a 34" curb spanning the entire length of the north wall of the bus wash building. Is that going to be in the way
of the bi-parting gate? Does the builder need to remove some of that curb? If so, what would go back in its place? Thank
you, (Submitted: Feb 19, 2009 3:27:35 PM CST)
Question 15
What type of paint will be required for pavement markings? Thank you. (Submitted: Feb 19, 2009 3:28:29 PM CST)
U � e. TT- P- f 9 5 Z a p p 1 k e-d a+ + kc Irad-e Of I00 -lo NO Sq oa re
Question 18 -1-em+ r go doh
On sheet E1.1 the most southeast pole shows to remain, but on sheet D1,1 the same li ht sho to be removed. Which
note is correct? Thank you, (Submitted: Feb 19, 2009 3:32:04 PM CST)
Question 17
Can the 2 new lights on the large existing bus building be fed with surface mounted conduit?. it appears there is no
accessibility inside the building to install conduit. Thank you. (Submitted: Feb 19, 2009 4:14:08 PM CST)
Question 18
The specifications call for the POWERMASTER MODEL SG-204. Their website has the SG-2004. Is the SG-204 just a
typo? Thank you. (Submitted: Feb 19, 2009 4:15:25 PM CST)
Question 19
What will open the gates?. Can you elaborate?. Thank you. (Submitted: Feb 19, 2009 4:23:05 PM CST)
Question 20
Addendum #2 request to attach documents to proposal. What documents will that be? Could you please explain?. Thank
you, (Submitted: Feb 19, 2009 4:27:50 PM CST)
Question 21
On page C2, the detail for concrete repair shows a 12" removal of concrete pavement atop an 18" wide trench. This is
Impossible. How wide will you allow the builders to trench in the concrete pavement? Thank you. (Submitted: Feb 19, 2009
5: 04 :46 PM CST)V_ j1
1,\-i ex�T(M 1
Question 22 � � C4VL G Y r •�-C -� t7na V t oi�.. Sc�P j�O t'"f"
Are the depths of the asphalt and co rete pavement scheduled W removal known?. ank you. (Submitted: Feb 19,
2009 5:17:19 PM CST)
AID+ know ri
Question 23
General requirements of the specifications define three different figures for liquidated damages. Could you explain why?
Are the L.D.'s to be the sum of all three figures? Or do they apply to phases? Please explain. Thank you. (submitted: Feb 19,
2009 5:23:55 PM CST)
Question 24 Does existing concrete to be removed tain rebar? MQt k.\o ry
Can existing base mat'i be reused? At, coTi 1( YY a-f a rtaf iG mq , 1
Please clarify General Note *2 Sht C2 which is right 3" black base required or not?, � i SubW7.,
s- 6 Le co vit
Please rovide valley gutter location. (Submitted: Feb 20, 2009 7:S1:31 AM CST) l 0 See QueS-�
Question 25 Fzcw o-F OVA Gi s4 .
This question is an extension to question 19. How will the gates be prompted to open and close? Specification do not
explain if it will be by hardwired switch or radio controlled. Could you elaborate?. Thank you. (submitted: Feb 20, 2009
10:18:55 AM CST)
Question 25
In the pre -bid meeting it was mentioned that it is desired to salvage as much of the fence materials as possible. Will
those materials meet the specifications?. Thank you. (Submitted: Feb 20, 2009 1:27:18 PM CST)
Question 27
Can any of the gates on site be salvaged and reused? Thank you. (Submitted: Feb 20, 2009 1:28:09 PM CST)
https://www.bidsync.com/DPX?ac=aucglist&auc=113981 &rndid=all&printable=Y 2/20/2009
X':4 d
ly) 4113,
f
02/20/2009 17:08 FAX 8067633891 HUGO REED 003
BidSync: Questions on Bid ATB 09-020-MA History Page 3 of 3
Question 28
Will there be any through gates required for people to enter and exit the parking lot?. Thank you. (Submitted: Feb 20,
2009 1:29:38 PM CST)
_._. _ems
Question 29
How will the removal of the existing fence poles be carried out?. Will it include the removal of the footings, or just cut
the steel flush to the surface of the concrete pavement?. Could you please elaborate?. Thank you. (Submitted: Feb 20, 2009
2:01:18 PM CST)
Question 38
None of the plans show sidewalk going into areas where voids will be created when old improvements are removed. Will
there be any new sidewalk going in as new site improvements?. If so, could you distribute a site plan that reflects where
the nsidewalk would be located?. Thank you. (Submitted: Feb 20, 2009 2:10:51 PM CST)
M1 t(. S LCLW AIL W hPAa 0 jd s(Q� LA) aj� Is reWM ved
Question 31
Page C1 does not show any proposed grades in the asphalt pavement area. Can you provide a grading plan for the
pro,qosed asphalt pavement?. Thank you. (Submitted: Feb 20, 2009 2:12:59 PM CST)
https://www.bidsync.com/D?X?ac=aucqlist&auc=.l 13981 &undid=all&printable=Y 2/20/2009
ADDENDUM NUMBER FOUR
Page 1
CITIBUS BUS PARKING EXPANSION
LUBBOCK, TEXAS
Agnew Associates, Inc.
Project Number 1208040
FEBRUARY 23, 2009
**t1*tlt a
O � r�+t+
M.:.............. . :* ¢
E�EESE WFZIGNI .A
79805 ,*
+4.� itiAL
The seal appearing on this document was authorized by Reese Wright, PE 79805, on February 23, 2009. Alteration of a sealed
document without proper notification to the responsible engineer is an offense under the Texas Engineering Practice Act.
NOTICE TO ALL BIDDERS:
The following shall be incorporated in and become a part of the original Drawings and Specifications of
the above identified project. Please acknowledge receipt of this Addendum by noting it on your Proposal.
i,
ELECTRICAL 11EMS:
Item 1. On the Drawings, Sheet E1.0, Electrical Riser Diagram, change the note pointing at the Existing
Panel A from note 5 to note 4.
Item 2. On the Drawings, Sheet E1.0, replace the panel schedule for panel "B" with the revised attached
panel schedule.
End of Addendum No. Four
`
MOUNTING SURFACE
PANEL "Bye
MAINS
100A MLO
rS
1000
RECEPTACLE
RECEPTACLE 1000
SPARE
20
SPARE
SPARE
-
PHASE A: 7,600
[NOTES:
AMPS
63
PHASE A:
7266.5
AMPS
61
PHASEB: 3,200
AMPS
27
PHASE B:
3200
AMPS
27
1 PROVIDE #10 WIRING.
PROVIDE #8 WIRING.
ROUTE CIRCUIT THROUGH NEW CONTACTOR.
City of Lubbock
PURCHASING DEPARTMENT
ROOM 204, MUNICIPAL BUILDING
1625 13TH STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2167 FAX: (806) 775-2164
http:lipurehasing.ci.lubbock.tx.us
09-020-MA ADDENDUM #5
ADDENDUM #5
09-020-MA
Citibus Parking Lot Expansion
DATE ISSUED: February 23, 2009
OLD CLOSE DATE: February 24, 2009 @ 4:00 P.M.
NEW CLOSE DATE: MARCH 10, 2009 tc 3:00 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.
The following items take precedence over specifications for the above named Invitation to Bid 09-020-
MA (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.
BIDDERS ATTENTION IS INVITED TO THE FOLLOWING:
ITB #09-020-MA HAS BEEN EXTENDED UNTIL MARCH 10, 2009 C 3:00 P.M.
THANK YOU,
Jgarta -Alvarez
CITY OF LUBBOCK
Marta Alvarez
Purchasing Manager
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be
the bidder's rmpnsibility to advise the City of Lubbock Purchasing Manager if anv language.
requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in
this ITB to a single source. Such notification must be submitted in writing and must be received by the
Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such
notifications will be made.