Loading...
HomeMy WebLinkAboutResolution - 2006-R0115 - Contract - Allen Butler Construction Inc. - Paving And Drainage Improvements - 03/08/2006Resolution No. 2006-R0115 March 8, 2006 Item No. 5.14 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 with Allen Butler Construction, Inc. for the construction of paving and drainage improvements from Slide Road to Juneau Avenue, 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 Rt>h day of March , 2006. ATTEST: Reb ca Garza, City Secretary APPROVED AS TO CONTENT: Engineer APPROVED AS TO FORM: J Knight, K<Kistanttlity Attorndy as:lccdocs/Res. Contract-AllenButlerConstruction February 27, 2006 �--1P0 SUM CHECK �� BEST RATING ' LICENSED IN TEXAS DATE4!jb—(1 BY CITY OF LUBBOCK ' SPECIFICATIONS FOR 98th STREET ROADWAY AND DRAINAGE IMPROVEMENTS FROM SLIDE ROAD TO FRANKFORR AVENUE ' -� ITB #05-150-13M CONTRACT #6576 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY httpJ/pr.thereproductioncompany coin/ Phone: (806) 7163-7770 It j "A City Of Planned Progress" CITY OF LUBBOCK Lubbock Texas City of Lubbock PURCHASING DEPARTMENT ROOM 204, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH:(806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ITB#05-150-BM, Addendum #1 ADDENDUM #1 ITB # 05-150-BM 98'h Street Roadway and Drainage Improvements from Slide Road to Frankford Avenue DATE ISSUED: January 13, 2006 CLOSE DATE: February 15, 2006 @ 2:00 P.M. C.S.T. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidder's attention is invited to the attached excerpt from the City of Lubbock, Street Drainage Engineering, Standard Paving Specifications, which defines "Working Days" as it pertains to this contract. 2. Bidder's attention is invited to the attached Sign -in sheets from the pre -bid meeting. 3. Soil Investigation Reports are attached. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to BMacnairpmylubbock.us THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock 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 Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#05-150-BMAdl .doc 1 City of Lubbock PURCHASING DEPARTMENT ROOM 204, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH:(806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ITB#05-150-BM, Addendum #2 ADDENDUM #2 ITB # 05-150-BM 981h Street Roadway and Drainage Improvements from Slide Road to Frankford Avenue DATE ISSUED: January 19, 2006 CLOSE DATE: February 15, 2006 @ 2:00 P.M. C.S.T. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidder's attention is invited to the attached clarifications, CHANGES to Specifications and additional information provided by the Engineer. 2. Bidder's MUST submit the REVISED BID SUBMITTAL UNIT PRICE CONTRACT, attached. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to BMacnair(a)mylubbock.us THANK YOU, CITY OF LUBBOCK h Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock 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 Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#05-150-BMAd2.doc 1 ADDENDUM NO.2 - ENGINEERING TO: All Prospective Bidders / Plan Holders PROJECT: 98th Street Roadway and Drainage Improvements - Slide Road to Frankford Avenue DATE: January 19, 2006 PSC Job No: 01-2665-03 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans ` and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated December 12, 2005 as noted below: This Addendum (Engineering portion) consists of 3 page(s). r Roadway and Corrective Earthwork Cross Sections L Roadway and Corrective Earthwork cross sections are available for viewing or copying at the office of Parkhill, Smith & Cooper, Inc. 4222 85th Street, Lubbock, Texas, 79423, telephone number (806) 473-2200. Cross sections are for general information and not to be used for construction purposes. Revision to Plan Sheet G-3 Delete the two notes under heading "CHANGING CONDITIONS" (located in lower right quadrant of sheet) and replace with the following: "I. THE OWNER WILL NOT BE RESPONSIBLE FOR CHANGING OR DIFFERING SUBSURFACE CONDITIONS DURING CONSTRUCTION." Add the following note under heading "STREET AND R-O-W" (located on top center column): { 10. THE OWNER WILL INSTALL A TRAFFIC SIGNAL SYSTEM AT THE L INTERSECTION OF 98TH STREET AND FRANKFORD AVENUE, WHICH WILL INCLUDE TRENCH INSTALLATION OF CONDUITS BENEATH NEW ROADWAY ELEMENTS. THE CONTRACTOR SHALL GIVE THE OWNER TWO WEEKS NOTICE WHEN THE AREA IS READY FOR CONDUIT INSTALLATION AND SHALL PROVIDE THE OWNER ACCESS TO THE SITE TO COMPLETE ALL TRAFFIC SIGNAL SYSTEM l INSTALLATION WORK. NO ADDITIONAL TIME OR COMPENSATION WILL BE GRANTED FOR DELAYS CAUSED BY THE OWNER'S EFFORTS TO INSTALL THE TRAFFIC SIGNAL SYSTEM." PARKHILL, SMITH & COOPER, INC. Engineers • Architects • Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock ElPaso Midland Amarillo Odessa Revision to Plan Sheet G-1 I Delete two notes relating to construction of traffic signals that state "INSTALL TRAFFIC SIGNAL AT 93RD AND SLIDE ROAD INTERSECTION BEFORE IMPLEMENTING THIS DETOUR" and "FOR INSTALLATION OF TRAFFIC SIGNALS IMPLEMENT SHORT DURATION LANE CLOSURE IN ACCORDANCE WITH DETAIL TCP 2-4a." Revision to Plan Sheet D2-16 Delete keyed note 4 located at the approximate center of sheet 132-16. Replace with the following: "4. SEE SHEET G-7 FOR PERMISSIBLE STORM SEWER PIPE MATERIALS. SEE SPECIFICATIONS FOR REQUIRED MANHOLE MATERIALS." Correction to Plan Sheet R-16 The north arrow on this sheet points in the wrong direction. Change the north arrow so that it points 1800 from the current orientation. Revision to Plan Sheet R-25 Delete street name signs labeled 1, 2, 3 and 4 that are shown to be mounted on the signal masts. Delete Plan Sheet R-27 in entirety Delete Plan Sheets R-33 through R-46 (inclusive) in entirety Revision to Plan Sheet R-49 Delete keyed note 1 that states "NEW ELECTRICAL SERVICE NO.2 FOR NEW TRAFFIC SIGNAL CONTROLLER (120 240 V. IP). REFER TO ELECTRICAL SERVICE DATA SCHEDULE ON THIS SHEET." In table labeled "ELECTRICAL SERVICE DATA," delete data for Electrical Service No. 2. Revision to specification Section 01020 Delete paragraphs 1.33, 1.39 through 1.44 (inclusive), and 1.60. Delete sentence in paragraph 1.38 that states "For traffic signals, one complete intersection shall count as one service." PARKHILL, SMITH & COOPER, INC. Engineers • Architects • Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock ElPaso Midland Amarillo Odessa Revision to specification Section 01100 Delete item 1.3(B)(2)0) "Traffic Signals." Delete specification Section 02470 in entirety. Revise specification Table of Contents Remove "02470 Traffic Signal Systems" from Division 2 - Site Work Requirements for Non -shrink Grout Where non -shrink grout is called for in the plans and specifications, other than for concrete pavement, the grout shall meet the requirements of ASTM C 1107, Grade A, B or C, be non-metallic, and shall not contain gas generating additives, and shall not contain organic accelerators or chlorides. For concrete pavement applications, grout shall be non -shrink epoxy grout, chemical resistant, equal to Five Star DP Epoxy Grout. Requirements for Epoxy Bonding Agent Where epoxy bonding agent is called for in the plans and specifications, the agent shall be two - component epoxy system for bonding concrete surfaces. Water -based bonding agents will not be permissible. r- END OF ADDENDUM NO.2 - ENGINEERING PARKHILL, SMITH & COOPER, INC. Engineers • Architects . Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock ElPaso Midland Respectfully submitted, PARKHILL, SMITH & COOPER, INC. By:4-C41 C1 _ q t /Zoo4 Amarillo Odessa 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.ei.lubbock.tx.us ITB#05-150-BM, Addendum #3 ADDENDUM #3 ITB # 05-150-BM 981h Street Roadway and Drainage Improvements from Slide Road to Frankford Avenue DATE ISSUED: January 30, 2006 CLOSE DATE: February 15, 2006 @ 2:00 P.M. C.S.T. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidder's attention is invited to the attached clarifications, CHANGES to Specifications and additional information provided by the Engineer. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to BMacnairna,mylubbock.us THANK YOU, CITY OF LUBBOCK s Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock 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 Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#05-150-BMAd3.doc 1 ADDENDUM NO.3 - ENGINEERING TO: All Prospective Bidders / Plan Holders PROJECT: 98`s Street Roadway and Drainage Improvements - Slide Road to Frankford Avenue DATE: January 30, 2006 PSC Job No: 01-2665-03 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated December 12. 2005 as noted below: This Addendum (Engineering portion) consists of 2 page(s). Roadway and Corrective Earthwork Property transfers and potential property transfers are affecting the length of time that access will be available to portions of the 98's Street temporary construction easements. The following paragraphs apply to specific reaches of the temporary construction easements. The temporary construction easement shown south of the roadway baseline on plan sheet CE-1 from approximate Station 102+30 (convenience store west property line) to approximate Station 110+43 (eastern boundary of channel drainage easement, which drainage easement is shown on plan sheet 132-1) has a time limit after corrective earthwork is completed for the Contractor's access and use of that easement. The temporary construction easement within this stated station range shall not be used beyond 30 days after completion of the corrective earthwork within this reach. Completion of the corrective earthwork will be considered as the corrective excavation being backfilled as specified to roadway subgrade elevation within the right-of-way limits, and to finish grade elevation within the temporary construction easement Finish grade within the temporary easement shall be constructed concurrently with the corrective earthwork excavations and fills. Once finish grade is achieved within this temporary easement, the 30-day time limit will begin. The Contractor is prohibited from delaying the construction of the finish grade within this easement reach in order to delay the post -earthwork 30-day time limit. With respect to the owner(s) of the temporary easement, if the owner still allows access for re - vegetation, then the Contractor shall re -vegetate this easement reach, or accessible portions thereof. If the owner(s) of the temporary easement do not permit re-entry once the post - corrective earthwork 30-day limit has expired, then the Contractor will not be required to re - vegetate the applicable non -entry segments of this easement reach. Quantities of the bid items for seeding or sod, as applicable, will be adjusted for payment. PARKHILL, SMITH & COOPER, INC. Engineers • Architects • Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock El Paso Midland Amarillo Odessa Revision to Specification Section 02920: Lawns and Grasses Delete the sentence in paragraph 1.1 that states "Disturbed areas or submergence in lake areas that are barren of vegetation immediately prior to construction of storm sewers, inlets, outlets, tunnel access shafts, etc. are not required to be seeded or sodded". END OF ADDENDUM NO. 3 - ENGINEERING Respectfully submitted, PARKHILL, SMITH & COOPER, INC. �4 .: S�PtE.�OF�� i st c .... or f.....iLLEN R P.. McMor 52653 w 4riFs+s•c.E.�•••'NG� ten% Ril'ROIEC7:SI21NU\2fihS I11K'IVII \ADDtNDA%PSC-ADDENDA IDOL PARKHILL, SMITH & COOPER, INC. Engineers • Architects • Planners 4222 851h Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock El Paso By: f'r�G�wr110 Midland Amarillo Odessa M City of Lubbock PURCHASING DEPARTMENT ROOM 204, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX: (806)775-2164 http://purchasing.ei.lubback.tx.us ITB#05-150-BM, Addendum #4 ADDENDUM #4 ITB # 05-150-BM 981h Street Roadway and Drainage Improvements from Slide Road to Frankford Avenue DATE ISSUED: February 13, 2006 CLOSE DATE: February 15, 2006 @ 2:00 P.M. C.S.T. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidder's attention is invited to the attached clarifications, CHANGES to Specifications and additional information provided by the Engineer. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to BMacnair(c,)Mylubbock.us THANK YOU, CITY OF LUBBOCK i i Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock Purchasing Manager if anv language, requirements, etc., or anv combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#05-150-BMAd4.doc 1 ADDENDUM NO.4 - ENGINEERING TO: All Prospective Bidders / Plan Holders PROJECT: 98`s Street Roadway and Drainage Improvements - Slide Road to Frankford Avenue DATE: February 9, 2006 PSC Job No: 01-2665-03 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated December 12.2005 as noted below: This Addendum (Engineering portion) consists of I page(s). Revision to Srscification Section 01020 Measurement and Payment Add the following to paragraph 1.49, Fence Repair: Compensation for replacement of concrete curbs, concrete retaining walls, or other type of structure or feature associated with the existing fence will be considered as included in the price bid for fence repair. No separate compensation will be made, nor will compensation he made for repair that results from Contractor's actions that deliberately or negligently cause damages to concrete curbs, concrete retaining walls, or other type of structure or feature associated with the existing fence. Revision to Specification Section 01140 Work Restrictions Delete paragraph 1.7.E. Revisions to Specification 01500 Temp rQ_ary Facilities and Controls Delete paragraph 2.I .0 and replace with the following: C. Temporary Fence: I . The primary purpose of the temporary fence is to prevent accidental or casual entry of pedestrians and animals into the work site excavations in accordance with paragraph 3.4.0 of this specification. 2. Temporary fence can be a ground driven installation, wherein the line, corner and pull posts are driven into the soil, or the temporary fence can be interlocking portable panels with the panels consisting of an interlocking steel pipe frame with fence fabric attached to each panel's steel frame work. 3. Ground Driven Installation: Minimum 2-inch, 12-gauge, galvanized steel, chain -link fabric fencing; minimum six feet in height, with minimum I-5/8-inch-OD galvanized line posts. Provide and install comer and pull posts of minimum 2-3/8-inch-OD galvanized steel. Space line posts no further than 20 feet apart, with intermediate pull posts as necessary to accommodate fabric or wire stretch tension. Drive posts into ground no less than 24 inches, or deeper if necessary to accommodate fabric stretch tension. Stretch fence fabric sufficiently taut, or reduce line post spacing, to prevent more than six inches deflection in the fabric, at the mid -point between line PARKHILL, SMITH & COOPER, INC. Engineers • Architects • Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock ElPaso Midland Amarillo Odessa Addendum No. 4 — Engineering Page 2 of 3 February 9, 2006 posts, when pushed by hand at the bottom edge and/or top edge of the fabric. Alternatively, provide taut bottom wire and taut top wire, both wires threaded through the fence fabric openings. Apply tension to both wires sufficiently to meet the fabric deflection test above. Attach fabric to posts with wire ties of not less than 10 gauge diameter on not more than a two -foot spacing on each post. Use tension bars as, or if, necessary for the end, corner and pull posts. In lieu of the 1-5/8-inch-OD line posts and 2-3/8 inch OD corner and pull posts specified above, at the Contractor's option, full height to top -of -fence steel T posts may be used in conjunction with twisted wire ties or prefabricated wire clips to attach the fabric to the posts. Drive T posts into the ground a minimum of 12 inches, or greater if necessary to bury the stabilizer flange on the T post, and reduce line post spacing to no more than 15 feet. The fabric deflection test still applies where T posts are used. Should the T posts show distress, such as leaning or pull-out, when under tension from the fabric, or tension from the top and bottom wires, then T posts shall be discontinued for use as pull and corner posts. 4. Portable Panel Installation: Minimum 2-inch, 12-gauge, galvanized steel, chain -link fabric fencing; minimum six feet in height, attached to a tubular frame with the pipe or frame consisting of minimum 1-5/8-inch-OD standard weight pipe. Pipe may be black, painted or galvanized. Nominal panel size should not exceed 7 feet in overall outside dimension in height and 21 feet in overall outside dimension in length. Attach fabric at each corner to both the horizontal and vertical pipe frame rails with not less than 10 gauge wire ties. Circular steel bolted or screwed clamps may be used in lieu of wire ties. On the vertical rails, additionally attach fabric with 10-gauge wire ties or specified steel clamps at not greater than 18-inch spacing. On the top and bottom horizontal rails, attach fabric as specified on not greater than 30-inch spacing. Each panel shall positively and firmly interlock at its ends, when set in position, with each adjacent end panel. Wire ties are not permissible to join panels to one another. Each panel shall be equipped with not less than two support bases that will support the panel in the vertical position in a stable manner, taking the region's winds into account, and which will prevent a person from simply pushing the panel over onto the ground. Steel T posts as specified in item 3 above may be used to supplement the erected stability of the panels. 5. For portable panels specified in item 4 above, at the Contractor's option, the chain -link fence fabric may be deleted and replaced with welded steel mesh. Welded steel mesh shall be equal to Bekaert Weldmesh (http://www.bekaert.com/nalWeldmesh/Weldmesh.htm), 2-inch by 2-inch opening size, minimum 12-1/2 gauge wires conforming to ASTM A853, six-foot tall mesh panels or rolls. Painting, galvanizing or coating of the mesh is not required. Mesh shall be attached to the portable pipe frame at the same locations, spacings and manner as required for the chain -link fabric. Upon approval of the mesh manufacturer, attachment of the mesh to the pipe frame may be made by spot welding in lieu of wire ties or clamps. 6. Maximum space between the bottom of fence and underlying ground or pavement surface is not to exceed 2-1/2 inches. Revision to paragraph 3.3.1) -- The number of project identification signs is reduced from four to three. The Owner will determine sign locations after the preconstruction conference, and has the discretion to require the Contractor to relocate signs as construction progresses through the various phases. Delete paragraph 3.4.0 and replace with the following: C. Site Enclosure Fence 1. When excavation begins for corrective earthwork, storm sewer pipelines, potable water pipelines, or other utilities, install enclosure fence meeting the requirements of paragraph 2. LC of this specification around open excavations. 2. The enclosure fence shall be equipped with at least one lockable entrance gate. PARKHILL, SMITH & COOPER, INC. Engineers • Architects • Planners _ a 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock ElPaso Midland Amarillo Odessa Addendum No. 4 — Engineering Page 3 of 3 February 9, 2006 3. Locate where determined sufficient to accommodate construction operations and exclude people, dogs and other animals from easily entering the site except by entrance gate. Entrance gate to be locked when site is unattended by Contractor personnel. 4. Enclosure fence shall be in place and secure when site is unattended by Contractor personnel, whether at night, holidays, weekends, or other times the site is unattended. 5. The enclosure fence may be removed to accommodate construction forces and then re -installed prior to Contractor forces leaving the site (as an example: remove fence in the morning to allow work to continue, then erect in the evening prior to leaving the site). 6. Enclosure fence is not required to be in place while Contractor personnel are on site working and can control entry to the site. 7. Enclosure fence is required, when the work site is unattended, around excavations that extend below the roadway subgrade elevation more than 2 feet or excavations that have vertical excavation walls. Roadway subgrade elevation for this purpose is the finished surface against which concrete, flexible base, asphalt stabilized base, or other paving materials will be placed. 8. Enclosure fence shall be maintained in good condition, and damage from vandalism, equipment, handling, or deterioration shall be remedied by repair or replacement. END OF ADDENDUM NO.4 — ENGINEERING OF••r�k9siiii 40 R P WMILLEN j...........� r� :......-16 52683 R:XPROJECTSkWD3L665.03\CIVILIADDENDAWSC-ADDENDUM 4.DOC. PARKHILL, SMITH & COOPER, INC. Engineers • Architects • Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock El Paso Respectfully submitted, PARKHILL, SMITH & COOPER, INC. gy;��/{?7�rltie z-9-oG Midland Amarillo Odessa City of Lubbock PURCHASING DEPARTMENT ROOM 204, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH:(806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ITB#05-150-BM, Addendum #5 ADDENDUM #5 ITB # 05-150-BM 981h Street Roadway and Drainage Improvements from Slide Road to Frankford Avenue DATE ISSUED: February 13, 2006 CLOSE DATE: February 15, 2006 @ 2:00 P.M. C.S.T. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidder's attention is invited to the attached clarifications, CHANGES to Specifications and additional information provided by the Engineer. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to BMacnair@,mylubbock.us THANK YOU, CITY OF LUBBOCK i Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock Purchasing Manager if anv language. requirements, etc., or anv combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#05-150-BMAd5.doc 1 ADDENDUM NO. 5 • ENGINEERING TO: All Prospective Bidders / Plan Holders PROJECT: 98'h Street Roadway and Drainage Improvements - Slide Road to Frankford Avenue DATE: February 13, 2006 PSC Job No: 01-2665-03 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated December 12, 2005 as noted below: This Addendum (Engineering portion) consists of 2 page(s). Revision to Specification Section 02533 Acceptance Testing for Storm Sewers Delete paragraph 1.3.C.4. There is no cast -in -place non -reinforced concrete pipe on this project. Paragraph 2A.C. Delete the sentence in this paragraph and replace with "For 42-inch and larger diameter pipe, apparatus for testing one joint at a time shall be furnished by the Contractor and used for single joint testing." Paragraph 3.3.E.1. Delete the sentence in this paragraph and replace with "Air testing for sections of pipe shall be limited to lines less than 42 inches average inside diameter". Paragraph 3.3.E.3. Delete the first sentence in this paragraph and replace with "For pipe sections less than 42 inches in diameter:" Revision to Plan Sheet Dl - I On plan sheet DI-1, there is a note in the profile view above Station 103+00 regarding the tie to an existing 30-inch nominal diameter pipe. Add the following language to this note: `The tie to this existing pipe shall be by manufacturer's gasketed coupling mechanism, whether separate coupling or integral bell joint. The coupling materials and joint performance shall meet the specified permissible materials, joint performance and internal pressure as that specified for Line T-62A." PARKHILL, SMITH & COOPER, INC. Engineers - Architects - Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock El Paso Midland Amarillo Odessa Addendum No. 5 — Engineering Page 2 February 13, 2006 END OF ADDENDUM NO. 5 — ENGINEERING OF t 1 � it : ' � •. 5t �% / ... I R P WMILLEN �ra. t..:......,. 52683 E Nc3�`G��" t° N.<<U` 2 R.WROJECTSL'0031?665.03 CIVILWDDENDATSGADDENDUN 5.DOC PARKHILL, SMITH & COOPER, INC. Engineers • Architects • Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock ElPaso Respectfully submitted, PARKHILL, SMITH & COOPER, INC. By: Midland Amarillo Odessa City of Lubbock PURCHASING DEPARTMENT ROOM 204, MUNICIPAL BUILDING 1625 13Ta STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX: (806)775-2164 http://purchasing.ci.lubbock.tx.us ITB#05-150-BM, Addendum #6 ADDENDUM #6 ITB # 05-150-BM 98`h Street Roadway and Drainage Improvements from Slide Road to Frankford Avenue DATE ISSUED: February 14, 2006 CLOSE DATE: February 15, 2006 @ 2:00 P.M. C.S.T. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bid Item 47 quantity is CHANGED from 77,287 square yards to 56,678 square yards. 2. Bid Item 49 quantity is CHANGED from 47,931 square yards to 14,040 square yards. 3. Please REPLACE the page in the Revised Bid Submittal Unit Price Contract with the attached page and make the necessary adjustments in SUBTOTAL FOR ROADWAY, BID ITEMS #36 - #72 and in the TOTAL BID, ITEMS #1 - #99 inclusive. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to BMacnairna,mylubbock.us THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibilitYto advise the City _o_f_Lubbock _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 Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#05-150-BMAd6.doc 1 CITY OF LUBBOCK INVITATION TO BID TITLE: 98th STREET ROADWAY AND DRAINAGE IMPROVEMENTS FROM SLIDE ROAD TO FRANKFORD AVENUE ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 05-150-BM PROJECT NUMBER: 90093.8304.20000 CONTRACT PREPARED BY: PURCHASING & CONTRACT MANAGEMENT DEPARTMENT 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 wmw NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS NOTICE TO BIDDERS NOTICE TO BIDDERS ITB #05-150-BM Sealed bids addressed to Victor Kilman, Director of Purchasing & Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing & Contract Management, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on 15th February, 2006, 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: "98th STREET ROADWAY AND DRAINAGE IMPROVEMENTS FROM SLIDE ROAD TO FRANKFORD AVENUE" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Director 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 the Director of Purchasing & Contract Management for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 o'clock p.m. on February 15, 2006, and the City of Lubbock City Council will consider the bids on March 9, 2006, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. 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 on January 11, 2006 at 10:00 o'clock a.m., in Training Room L01, 1625 13th Street, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S _ EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT http://pr.thergproductioncompany.com/, Phone: (806) 763-7770. Additional sets of plans and specifications may be obtained at the bidder's expense. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Director 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 VICTOR KILMAN, DIRECTOR PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish 98th STREET ROADWAY AND DRAINAGE IMPROVEMENTS FROM SLIDE ROAD TO FRANKFORD AVENUE per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 p.m. CST, February 15, 2006 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 #05-150-BM, 98th STREET ROADWAY AND DRAINAGE IMPROVEMENTS FROM SLIDE ROAD TO FRANKFORD AVENUE" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Victor Kilman, Director of Purchasing & Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing & 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 receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 10:00 a.m., January 11, 2006 in Training Room 1,01 1625 13th Street Lubbock Texas All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at http://www.RFpdepot.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 http://www.RFPdoot.com and will become part of the proposal package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of 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, 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. 8 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 111 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. 9 BID SUBMITTAL REVISED BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: 92�/ — L ITB#05-150-BM, Addendum #2 PROJECT NUMBER: #05-150-BM - 98th STREET ROADWAY AND DRAINAGE IMPROVEMENTS FROM SLIDE ROAD TO FRANKFORD AVENUE Bid of ALLC; N Rv .l lac. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the constriction of a 98th STREET ROADWAY AND DRAINAGE IMPROVEMENTS FROM SLIDE ROAD TO FRANKFORD AVENUE 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 ftirnish 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. _ Estimated Item Quantity No. & Unit Description of Item Total Amount 1. 1 LS Mobilization/Demobilization including insurance, performance and payment bonds, move-in/move-out costs, project sign, preparation of NOI, acid NOT, complete. MATERIALS:: ►WaY $3�), fi"1kijLS( c7 %, 0!`j, LABO 1pQ �4at16t11 ge m ttCj Lit i u ��v S2, jU xt " " ), 979 /LS( 3'! 97�, �� ) TOTAL 57 �� Qo) BID ITEM #L hi tit �t/ $ /LS .S (Unit Price Amounts shall be shown i oth words and numerals. In case of discre y the amount shown in words shall govern.) 2. 1 LS Traffic Control, complete, in place. MATERIALS: Jury Ccxr THovsluvl 01v� Nvtionej) Fb Lt F.,t 1 "-k, $fig, ►45. °=' /LS( LABOR: 7u-,e`,y7Y F.x�2%Huvs4,,,�� Twu F{vNoa F�aTyF„` �w $ �iF,d55.°'/LS( TOTAL !0 BID 'ITEM #2: M T T,, HU y u C �j t r ANC ta/J l'tt7JiANl� J!L 1 `ytit12tid 1dam a t d,'ttx1.��lZS( i�+/OO,� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials ir13n05-1 so-13MM2.doe ITB#05-150-BM, Addendum #2 ustrmated . _ Item Quantity No. & Unit Description of Item Total Amount 3. 1 LS Erosion and Sedimentation Control, including necessary materials and coordination for compliance with storm water regulations and ordinances, furnished and installed, continuously monitored, complete and in place. MATERIALS: _V1rTEtnl TNoySAut� t hr,�— uvv S F,v_ t '(v �� vc t Cvek/ry c $ IS, 575. 'lLS( ��^ k� o0 LABOR: �"tFte�.v TH0,6A-,0 r'✓C ( "Otz�i S&'/61 r� > t/• I ou S 7S, TOTAL BID ITEM #3: �H ► a ry 01VC I40%) ,ANt� O"vE i�„N �, - t% 92t:�� rTY .' too $ 31lsd''r /LS( 3 11 t.SO, �0 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 4. 41,400 SY Seeding, including necessary materials for seeding, fertilizing, watering, ground preparation, and maintenance, furnished and installed, complete in place. MATERIALS: �C2� ?o $ Q• a� /SY(-. t I , 178. LABOR: LZr=-ems '. ao $ D. a /SY( , TOTAL SS/ BID ITEM #4: Z-ea, ' -too Ss (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 5. 2,200 SY Sod, including necessary materials for sod, fertilizing, watering, ground preparation, and maintenance, furnished and installed, complete in place. o MATERIALS: wo '• ado $ �O /SY( Zf, Yp, °3 ) �� LABOR: �wo roo ^� $ o(. au /SY( 4 '0W. 'r ) TOTAL __. BID ITEM #5: �a� 2 �o//�� $_ y: 4' /SY( `�� 680< Q� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) SUBTOTAL BID, ITEMS #145 rW �¢� iL' � lob MATERIALS0 tx`t 4' rJSZ-1 ) LA R: a K t014 o� ) SUBT0TALI ,n �' `kQ BID ITEMS #I- h 5: ldt tmd��gc� * of $ 5 171�8 (Unit Price Amounts shall be shown in both words and n 1 Inc of discrepancy, the amount shown in words shall govern.) ) r Bidder's Initials IT13405-150-13MAd1doc �a r-stnnauea Item Quantity No. & Unit Description of Item Total Amount LINE T STORM SEWER 6. 900 LF 30-Inch Approved Base Bid Type Storm Sewer Pipe, ftimished and installed at contractor's option of method, complete, in place. / MATERIALS: Two N�Na2tc� �Lva=n� '. Jav $--ao% 3g /LF 3( 16, ba• q-1, ) 37 LABOR:_ T RJA'oZat� S� veN �a� $ ao1 ; r /LF( 166, tn, TOTAL _ BID ITEM #6: ro�2 i i� �J¢F>5 I t�y2TC'Q�l 7' % $ 75 /LF( 37 3, ,Z 75, ° 0 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 7. 7,245 LF 24-Inch Approved Base Bid Type Storm Sewer Pipe, furnished and installed at contractor's option of method, complete, in place. MATERIALS: �wu ��NozB� S&-Vem .' 3 //oo $ o?, 3e /LF( I 5oa)46 Y '= ) 37 LABOR:_ Twy Nv vD/L� A Sc=y ry �eo 37 So - 3`1S. ) TOTAL BID ITEM #7:_ ► ook 1 •, `yi-VItot� , e TCc. ' � $ l �, �S /LF( -3, u o*, 863, Ls ) (Unit Price Amoun s shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 8. 250 LF 24-Inch Approved Base Bid Type Storm Sewer Pipe, furnished and installed in a tunnel or bore, complete, in place. y 10 o� MATERIALS:— Twu 1�v-u� fl0 SG-JetO IH•etr`E /oa d73. •— LABOR: �, Nya.n241 Sc �rwTy (H2or ' ���, /LF(, ISO, TOTAL _ BID ITEM #8: rv,, /0 oo $_ S`�6. `- /LF( 13 6 , So o, ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 9. 81 LF 24-inch Approved Base Bid Type Storm Sewer Pipe (Line A stub -out at Juneau Avenue), furnished and installed at contractor's option of method, complete, in place. MATERIALS: �wo �ivt.aeEn C16N7 41111. $ ac.s_� /LF( 16,9)�.S _. LABOR: Two H. vooeEO Ibrt-r ? 95�� >5 SS TOTAL ��-'-' BID ITEM #9: %�cr. Hv,vogeD SEve"Teef, toL $ *17, fO /LF( 33 S`tr/ �° ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials ITB"05-150-BMAd2.doc lutn #2 ITB#05-150-BM, Addendum #2 Estimated Item Quantity No. & Unit Description of Item Total Amount 10. 8,476 LF Trench Safety System and Tunnel or Bore Access Shaft Excavation Protection, complete, in place. ' S3� MATERIALS: �ZE� oo $_ (). 53 /LF( LABOR: �r=/t�, ' 5��� $ O.'— /LF( 4 4o7. ) TOTAL BID ITEM #10: O&I 7 05 IJ' $ =5 /LF( 8, U ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 11. 15 EA Type 1 Manholes, furnished and installed, complete, in place. MATERIALS:_ r"'c- lHovsAN4 S0> �i�No2ey (u,2 S' s° s� rr Sevr:-' �$ S, b3�. -- /EA( ��, Sri � ) LABOR: IVl Ho.,s.avt� S,x PUND i lktaTY Se��ry $ S,G37. TOTAL '�� ►�y laS.;� li; BID ITEM #11: eyEn) Tlt��sM/[) c.e �Np/t'e0 �c,r r $ Itr Z�S. ' /EA( ) -- (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 12. 250 LF Steel Casing in tunnel or bore, 48-inch nominal diameter, furnished and installed, complete, in place. MATERIALS: 51), r,UA/00-tO St%'rC ? ro� i irk t 5cv LABOR: TOTAL BID ITEM #12: t�r�E 'ffu�sgn,t� %wv Fi��,Drt@O TNrRri'jlfh'�ts z g j, Z33: /LF( 3y $� k-3lr s^`� ) _ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) SUBTOTAL LINE T STORM SEWER — BID ITEMS #6412 i wrc, rvt rC[.a • �/ S c_.•c,vreC',✓ "%rruxa..iJ t-c u� fiv„�r.�� MATERIALS: 1=, F TY S& Jt�-,,j `TV 3 /, �, , or s 33lot 7, ESZ 3.3 Ti ,, '"(%newt Se ac nf , LABOR: N,NcTy TNnt,-� i b2/ J 13, bLA SUBTOTAL LINE T STORM SEWER BID ITEMS #6- #12: f;�j& I -We ry r-o,,z Ttfow�,1-t) W.&t` $ ' 03o6,9. 5s (4,o34 (Unit Price Amounts shall bhown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) Bidder's Initials ITBP05-150-13MAd1doc ITB#05-150-BM. Addendum #2 Estimated Item Quantity No. & Unit Description of Item Total Amount LINE B STORM SEWER 13. 730 LF 24-Inch Approved Base Bid Type Storm Sewer Pipe, furnished and installed at contractor's option of method, complete, in place. MATERIALS IWAunGU,za SfJqjVX '-4 -6fl Ioo $ab'731 lbfLFr1J�/3��_) LABORi, o "uricihct �'��'t� 3//oa 3$ /LF( qo } TOTAL 1151 BID ITEM #13:t oU�tt (�1��Lll-�pUv`�•¢� t� !!p b $ )�i, `��� /LF( �° I ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 14. 730 LF Trench Safety System and Tunnel or Bore Access Shaft Excavation ,�� i Protection, complete, in place. MATERIALS: I Kre '�. t�.I �Q tp,s "'!(o b $ 3 , � q /LF( q . t C ) LABOR: e /%� t !d/1,0 c8G'(� $ /LF(� �9 ) TOTAL 35 BID ITEM#14: &0 tt, � ��� $ 7• 3S /LF( C3�5 .5, ) (UMit rice Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 15. 1 EA MATERIALS & Type 2 Manholes, furnished and installed, complete, in place. $ `W002�i /EA( l to P--CO_ ) TOTAL ---d �- Q `, + C BID ITEM #15: 111��1y�11 .e- 61bu5cW z& tnCV,_a � � it o $33(b0_ /EA( 3310cD ) (Unit Price Aniount&Aall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 16. 1 EA Lake Inlet for Line B, complete, in place. i5 15 MATERIALSCOR.'I�I nin�tIrt� �ittttdhct pn�r.,°o $ `l�f l�o - /EA( ('� i t LABOR:FOP-6 h�n� DuearIj aj, I a r ad X. $�/a.©i5 /EA( �lI MUTOTAL /S ) J y{ BID ITEM #16: ln� lho►t5�n�' �� 71..'sq,�aq0 o Unit Price Amount 4 3" /EA( q�aD ) ( hall shown in both words and numerals. In case of dis ancy, the amount shown in words shall govern.) 4- Bidder's Initials IT13405-150-13lvlAd1doc Estimated ITB#05-150-BM, Addendum #2 Item Quantity No. & Unit Description of Item Total Amount SUBTOTAL LINE ,Bi STORM SEWER - BID ITEMS #13416 MATERIALS-toNkncP�zeQ nitiw een sanel iw�e�utldAec�Ci ��g4gb toy- LABOR: 1ttanw�c�h 1Rc�scY.v� ��w12�h2 c���( �'�o�1s (M l) SUBTOTAL LINE B STORM SEWER ab 30 BID ITEMS # 13- # 16 ,� a Ott et(`� �tttc hl uf jiy�N � Nf 4 . %j dk d $_ 469116 9%) (Unit Price Amounts shall be shown in both •ds and numerals. In case discre < < theo*Vhown in words shall govem.) ifaJ LINE V STORM SEWER 17. 637 LF 36-Inch Approved Base Bid Type Storm Sewer Pipe, furnished and installed at contractor's option of method, complete, in place. q p 5U 50 MATERIALS: U vt �C iDb $ J5'�. d /LF( I(>tja`� ) LABOR: '5 6D $�5�. 5v /LF( 100 X7 ) TOTAL BID ITEM #17--� 14e. m c. , 11bb $ 3j 5 co /LF A 65 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall g vem.) 18. 637 LF Trench Safety System and Tunnel or Bore Access Shaft Excavation Protection, complete, in place. MATERIALS: wo t)% J D b LABOR: �� 11 3 )db $ IO /LF 5TOTAL 3 f ) a5��6 BID ITEM #18: 1-14t- �`li}�0.1f°� (Unit trice Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ) 19. 1 EA Type 1 Manholes, furnished and installed, complete, in place. MATERIALS: Bout W �Uylc�U�e� YI�[,Seve+, !va $ Aq /EA( -! 16l ) 4�1-` V LABORAJ�l4h0 "aA VVn 7,st) $9%$7 J /EA(g187 50 ) TOTAL 11 102 0 BID ITEM #19 Stye f� V e R'�6' $�316 �/EA(I (Unit Price An' nts shall be shown in both words and numerals. In case o iscrepancy, the amount shown in words shall govern.) Bidder's Initials IT13405- 150-B MAd2.doc Estimated Item Quantity No. & Unit 20. 1 EA IT13#05-150-13M, Addendum #2 Description of Item Total Amount Concrete Outlet for Line V, (Headwall and Wingwall) complete, in place. MATERIALS: uJ a IAY> tr� ,}� /bo /EA( d60C ) LABOR OU- ,Yt 0 /EA( ) a50 0� ) TOTAL BID ITEM #20: �WO 1 ho ��i� ut ty�pd (Unit Price Amounts shall be shown in both words and numerals. In case of dis en; FIRM, the amount shown in words shall govem.) SUBTOTAL LINE V STORM SEWER — BID ITEMS #17420 0 tm& lkd i-u3-eide-T6 u!54 nA FcurPg vjA.V4 fh; R 6eo( �t `'r.� l ya tCtALS: bo MATE $1 bnt 0W14? 1' t s 13 13 LABOR: We�r?e`j Diu„ D 6d H�u•c(i`i% �trI tv$j 1a u 3I (� 1�3 ) SUBTOTAL LINE V STORM SEWER BID ITEMS #17- #20:ia:ouk„,�cl}rvencoru �i�41} l�ur�p,t S'�"we $act ST7y LS ( �, g� ti ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall ovem.) LINE W STORM SEWER 21. 4,915 LF 36-Inch Approved Base Bid Type Storm Sewer Pipe, famished and installed at contractor's option of method, complete, in place. 13 MATERIALS: � �oo $ ��• 13 /LF( �7b58 , ) LABOR:(11�/LF(i8 6 q8 9 � � ) TOTAL — 75 , BID ITEM #21: 1 YtY'f e n d 4W,-e Yt- 11� 506 /LF(45.7 % ICA8 ) (Unit Price Amounts shall be shown in both words and num s. In case of discrepancy, the amount shown in words shall govern.) 22. 250 LF 36-Inch Approved Base Bid Type Storm Sewer Pipe, furnished and installed in a tunnel or a bore, complete, in place. MATERIA e TOTAL BID ITEM #22LAO lhpwaA & qk y��'jQ jpf (Unit Price Amounts shall be shown in both words and numerals. In ITfi"05-I50-B1uLAd?.doc 5j /LF( qG 2q 5 `� ) 00 /LF( )q i ,SqS ) `�� - oo en 1 ve- b$_ / 5?5 /LF(3q �3, ?50 ) discrepancy, the amount shown in words shall govern.) Bidder's Initials Estimated ITB#05-150-BM, Addendum #2 Item Quantity No. & Unit Description of Item Total Amount 23. 5,165 LF Trench Safety System and Tunnel or Bore Access Shaft Excavation Protection, complete, in place MATERIALS: o /LF( 13 s 3a 3 ) LABOR: Tw<, ' boo c3 /LF( 13�5�'3 9s ) TOTAL BID ITEM #23: �t�c Z�� J �? zs (Unit Price Amounts shall be shown in both words and numerals. Inc-- of discrepancy, the a tount+shown in word shall R 7) 1 • ) 24. 11 EA Type 1 Manholes, furnished and installed, complete, in place. MATERIALS:_ _ Ablye- IHoySawo gate- t `Vtin2eD -,Slav Sc-av S $ y jQ� . /EA( jnj, ob j, ) LABOR: AJ,Nc- T oos9,yt� DnIG fivtio�ar-a L ��k� SEven, ' S00 $ `T, 187. /EA( /0t11 aCa •'� ) - TOTAL T BID ITEM#24: �,�HTe'i�J /t{,sus!►n.0 �K2eZr uv.,..)SL-z�. Y� $�JI-e, 375,`/EA( aoa (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 25. 250 LF Steel Casing in tunnel or bore, 60-inch nominal diameter, furnished -, and installed, complete in place. MATERIALS: �tyE Tkovsq,v �k(.��H�,.,�2cb Tw��v„ $ , LABOR: ONE T1„us,anjo /ft2�� ���.peeh Tws �t ��° $ I.3Q,Y' /LF( 3, $ laS,°"` ) TOTAL BID ITEM #25: wv-t-t-AK }n o SI x N,,,004 � Tw6„r,r I; ' � $ oZ, f,� S. "-/LF( (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.) SUBTOTAL LINE W STORM SEWER— BID ITEMS #2142� Q,vc: Mru.,,.,i 90LAt, H✓nd.rA a,rtY K,* 4-t,.,, ...,( MATERIALS: qvy,j Tt,-�f '71,,ec I W%a" $ �,tf�21o�633_! ( (i 4,%.,t,33, �� ) 0/1 t M"(4-, I--�.,Z �c.nd�n.� twc—r Y 5 tip l tae.y( LABOR:— SUBTOTAL LINE W STORM SEWER Y BID ITEMS #21- #25: -TLA, M. (1i",-A �^� f( ,y(r ►-I- $ o�J S53,L1�•`-r a �S3 �70, 9-0 ) (Unit Price Amounts shall be shown in both wor s and numerals. In case of discrepancy, the amount shown in words shad go ev m.) 'rN 2 z TH-,s4,t - Two q,k,•J - ,x��y % "'/.0 4L— Bidder's Initials ITB#05-150-BMAd2.doc ITB#05-150-BM, Addendum #2 Estimated Item Quantity No. & Unit Description of Item Total Amount LINE X STORM SEWER 26. 185 LF 30-Inch Approved Base Bid Type Storm Sewer Pipe, fiirnished and installed at contractor's option of method, complete, in place. MATERIALS: ftL iaxulrt ;5eU `P /!Od $ 15J1 5p /LF ai I J' ( 5 0 U 5l 5-0) LABOR: 1 t `eat h c''� l 5� TOTAL h ci BID ITEM #26: 1 i1rfe �v�t�l� �;e h 1l as CC (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) -- 27. 185 LF Trench Safety System and Tunnel or Bore Access Shaft Excavation Protection, complete, in place. (L MATERIALS: IL 1� t C ,� c�, c ��It LABOR: jw� 19 /0 $ .% 3 /LF( t i 8 5 5 1 TOTAL 25 BID ITEM #27: �pp (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ) -} 28. 1 EA Lake Inlet for Line X�, complete, in place. � MATERIALS iie� u� nnri (�{y � 111thd*,ed se upon, t t;J e l� /� ao $ (rtn 7J 4p/EA( LABOR:Seoe►�4sUCi��t�►tir�ttie�5eutn�kn�t�t/e`FNaD $ 7 �L�/EA( 28 15) TOTAL Wa BID ITEM#28:LAieen thDkSG en i,th DO $rj'j`Op%EA( (Unit Price Amounts shall be shown in both words and numerals. In case of di repancy, the amount shown in words shall govern.) SUBTOTAL LIME X STORM SEWER— BID ITEMS #26-#28 IZ r �ao MATERIALSIR �5�veottSAind tour Urt aecQnit �$-- 3 iaaEs . a ( 4gg . i a ) LABOR: iril5e oy�t�nc{ Der 0t,h�� od n i nQ 11 eta�i� l��o $ 3-1 Act g .13 ( `i qqp SUBTOTAL LINE X TORM EWER BID ITEMS #26- #28 itOWC u5an Nirte ti upA pinp s �$"qqb,-7y�$ ( ggqg 6, a5 ) (Unit Price Amounts shall town in both words and nunkrals. In case of di epancy, the amount shown in words shall govem.) IIIIII� Bidder's Initials ITB#05-150-BMAd2.doc ITB#05-150-BM, Addendum #2 Estimated Item Quantity No. & Unit Description of Item Total Amount LINE Y STORM SEWER 29. 165 LF 30-Inch Approved Base Bid Type Storm Sewer Pipe, furnished and installed at contractor's option of method, complete, in place. MATERIALS: e SH vkp— LABOR: (` SX1b $J �75 UriG�](� ;-t S�' y��t� TOTAL �r�<� b� �5BID ITEM #29.- � $ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 30. 165 LF Trench Safety System and Turmcl or Bore Access Shaft Excavation Protection, complete, in place. MATERIALS: , 1 �) r7 �fill1'C� �D 0 $�5 /LF(Q , LABOR: W D TOTAL a� BID ITEM#30:g� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 31. 1 EA Lake Inlet for Line Y, complete, in place. MATERIALS• tl h 14 YIL�Ae "/OLD $2 ,, � /EA( bq G�� o►,�d 4 't LABOR: $ TOTAL BD ITEM #3 1.9 1 YA-- � 111�` t Yu�� i w"X /dv $1bi%EA(� 0� (} ) (Unit Price Amounts shall be shown in both words a numerals. In case of discrepancy, the amount shown in words shall govern.) SUBTOTAL LINE Y STORM SEWER — BID ITEMS #29431 MATERIALS: o f u� t +r j l U It n o� %Vtw� rent : �uu.> Q 1 d S_1 1 7� �) LABOR: ► o Lijj o►sc: 4�� $')L SUBTOTAL LINE Y TORM SEWER BD ITEMS #29- #31 rl i S i �g cOl%) J (1ia q la 1 •5 ) (Unit Price Amounts sh e shown in both words and numerals. In case o �screpancyy,e amount shown in words shall govern.) n 0 !� Bidder's Initials 1TB:.'05-150-13MM2.doc Estimated IT13#05-150-13M, Addendum #2 Item Quantity No. & Unit Description of Itetn - Total Amount LINE Z STORM SEWER 32. 259 LF 30-Inch Approved Base Bid Type Storm Sewer Pipe, furnished and installed at contractor's option of method, complete, in place. MATERIALS: {1.,Q tA.i � �'�09 /LF( �,.35 LABOR: /LF TOTAL + ` BID ITEM #32� i-e C I� VLAit �nu I� )`, (Unit Price Am nt.. t 11 be shown in both words an. It se otdiscrepancy, the amount hown in words shalf go ) 33. 259 LF Trench Safety System and Tunnel or Bore Access Shaft Excavation Protection, complete, in place. MATERIALS: i Luc) 61JC>� �a! 1r7y $ • (� oZ /LF( �1L6 CJ 8 ) 11 JJ Q LABOR: W O r�>�s 3� d U $ oS • �3 /LF( TOTAL '' a-5 ( BID ITEM #33: 1" i;�t Ck ) - yob 55' ✓25 (Unit Price Amounts shall be shown m both words and numerals. In case of discrepancy, the amount shown in word/LFs shall govem.) 34. 1 EA Type 1 Manholes, furnished and installed, complete, in place. MATERIALS:EAft,Pin�inK n ��1TF/h �uvtc��e� toy $ �L1ii�t'/EA( I ?Db 0� LABOR.-VJW4*it? t At tk �,p" Hv, r �� ,� a`� l—, i 1 vt A A o� — .. , .1,.. of TOTAL --- ' BID ITEM #34:1VJell Y1ire (Unit Price Amounts-s;rill be shown in both words and numerals. In case of discrepant he amount show in swords shall govem.) ) 35. 2 EA 7 Concrete Outlet for Line Z (Headwall and Wingwall), complete, in place. MATERIALS: Twb r'�nJSAND �>U(: v �p T iJ�o� f too, =/EA, T 4; 200 ) LABOR: t w� Trtoc�s No ®n)E 0"Voa.�6 ? Npic,> TOTAL ©, tvp BID ITEM #35: /EA (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall g vem.) 9 Bidder's Initials IT13#05-150-6MAd1doe Estimated IT13#05-150-13M, Addendum #2 Item Quantity No. & Unit Description of Item Total Amount SUBTOTAL LINE Z STORM SEWER — BID ITEMS #32-#35 MATERIALS: Si xTy /H ZEE T o,)SANv )V t„E-ry 5,0 $ & cr 3. Of LABOR: St x TY -Ti toe TN."g.V) �J„ WrY 1 c-u2,� ' t��� $ " 3� oY 3 t-I b 3,11 ) SUBTOTAL LINE Z STORM SEWER BID ITEMS #32- #35: oti,,�j�f $ %i, ( 3,75K so,� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ) N v vDRv D t= .1-- trey `T11RL'C— i 7 ��sb ROADWAY 36. 89 STA Prepare right-of-way, including clearing, grubbing and removal of all items that are in conflict with proposed improvements and not included in specific bid items, per 100-foot centerline station moo/ MATERIALS: Ft F Ty 0 /STA( q- I f Sq, o 0 ) LABOR: /STA( YStl c�� ) TOTAL BID ITEM #36: QA), f�v�upgab N ' �ev $ )t?p ° /STA( 8wo. °= (Unit Price Amounts 11 be both words an numerals. In c) -_ i ase of discrepancy, the amount shown in words shall govern.) 37. 3,910 LF Remove Concrete (Curb and Gutter), including neat removal of existing curb and gutter and proper disposal of concrete. MATERIALS: �wu S �oo �32 LABOR: i 5 o /c;J $ a.. iy /LF( c/ 09 7 )S ) TOTAL BID ITEM #37: �(VE . tv� S c� 0 $ . /LF( ) --• (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 38. 215 SY Remove concrete flatwork, including neat removal of existing concrete and proper disposal. MATERIALS: V ty LABOR: i v v tt S ��� $ 4, /SY( y 6 7 so ) TOTAL VwE BID ITEM 08: 1?_0 (Unit Price An:ouns shall be shown in both words and numerals. Incase of discrepancy, the amount shown in words shall govern.) #-- Bidder's Initials ITB# 05-150-13NMAd1doc Estimated ITB#05-150-BM, Addendum #2 Item Quantity No. & Unit Description of Item Total Amount 39. 771 SY Remove Concrete (Sidewalk), including neat removal of existing sidewalk and proper disposal of concrete. MATERIALS: oy 2 ' '• SD 100 $ t , /SY( LABOR: �o„ ft - s�av /SY( 3, 4C y =° TOTAL BID ITEM #39: N�Ne '. t�� $ /SY( (�;�39. °O (Unit Price Amounts shall be shown in both ) words and numerals. In case of discrepancy, the amount shown in words shall govern.) 40. 21,455 SY Remove Stabilized Base and/or Asphalt Paving, including neat removal of existing paving materials and proper disposal or disposition. MATERIALS:- Oly` t ID�o $ I, 6 /SY( LABOR: D rU t= t ��� $ e 11 /SY( 01 TOTAL �- r BID ITEM #40: iwa 1 °y $-- a, 33 /SY( t1'9_ 510's 'S ) (Unit Price Amin shall be shown both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 41. 16 EA Existing valve box adjustment to finished grade, including all necessary accessories, furnished and installed, complete and in place. MATERIALS: �Cyriviy I�tv` ' w% oe /oo $ %5, /EA( 102C)O, oo ) LABOR:_ S $ %S< ° J /EA( I, 100, °= ) TOTAL _ N� BID ITEM #41: Oi G $ 1.So, °o /EA( a, 4t�o, (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 42. 29 EA Adjust existing manhole to finished grade, including all necessary accessories, furnished and installed, complete and in place. � N� MATERIALS: Oru Hv tiorta t� Two � ry ty� �$_ U 5. /EA( 3. C AS. ° � ) LABOR: Tw�,vrY I'vc tv� l TOTAL Nv BID ITEM #42: TwQ F�„N;,A-Ga FrFTy ' So,°=' /EA( 7,d S0, yo ) (Unit Price Amounts shall be shown m both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ) Bidder's Initials ITB: 05-I50-BMAd1doc Estimated IT13#05-150-13M, Addendum #2 Item Quantity No. & Unit Description of Item Total Amount 43. 39,141 CY Excavation for roadway, to lines and grades shown on plans, complete, in place. r4 ,y ) MATERIALS: Two '• °' $ 02• r9 /CY( LABOR: Two °`' �718 iy /CY( 718. �5 ) TOTAL , F 3/ 1 BID ITEM #43: °� 2 '. �-0 , �3 � �` $ /CY(�s (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall gove . 1i ) 44. 2,085 CY Channel excavation to lines and grades shown on the plans, complete. MATERIALS: 1 ,ve ? '%/oa /CY( r'y, bYb. °S ) LABOR: FtVC- ? t3/°o ,; 5' P °s $ /CY( log b rd ) TOTAL Zre� BID ITEM #44: Tt ry ' ' 11, c t v (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 45. 2,399 CY Embankment for roadway, including borrow material as required, placement and density control to lines and grades shown on plans, complete and in place. t 8� MATERIALS: ��wo ' boo L°o /9.0 7 LABOR: T �°o b ' $ a.. /CY( 6117/7, �v ) TOTAL rr too ' BID ITEM #45: 1 toy /!aL) s 5° (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 46. 500 CY Over excavation, including removal and replacement of unsatisfactory soils as directed by the Owner, complete and in place. MATERIALS: F t vC ���� $ Sa °a /CY(_�1$ap, .� LABOR: rt.i= $_ 5- ' /CY( a Soy TOTAL N, —° BID ITEM #46: TE, �n° e (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) it Bidder's Initials IT13405-150-13MAd2.doc Estimated ITB#05-150-BM, Addendum #6 Item Quantity No. & Unit Description of Item 47. 56,678 SY Total Amount Subgrade Preparation to ; 2 inch depth, including shaping an d density control of subgrade to lines and grades shown on the plans, complete and ready for placement of paving materials. IVIA Ti ERIALS: �e+2� LABOR: 0'J n� j,b TOTAL $ /SY( BID ITEM #47: ON - `v /Ju OJ C7$I oo ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, ! 48. 11,562 SY the a$mou shown in words shall govern.) Subgrade preparation to 6-inch depth, including shaping and density control of subgrade to lines and grades shown on the plans, complete and ready for placement of paving materials. _ MATERIALS: ZC2o o� TOTAL $ BID ITEM 448: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, ) 49. 14,040 SY the amount shown in words shall govern.) Flexible Base (6"), including necessary materials grading, density controlled placement, and prime coat in place. application, completelngannd MATERIALS: l 41ze 7 LABOR: ! ~eEE $ 3 ,v NV --- o 0 3 °- /SY(a p of TOTAL ) BID ITEM #49: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.c ) 50. 34,265 SY ) Asphalt Stabilized Base (9"), including necessary materials and density controlled placement, complete and in place. MATERIALS:-SllKrE&AJ t Z%ep LABOR:�----- TOTAL $_/�, Z L /SY( -SSS.77 E BID ITEM #50: (Unit Price Amounts shall be shown in both wm, $ ) 3� µ3 95 ords and nuerals. In case of discrepancy, the amount shaven in words shah govern.)t , ) Bidder's Initials IT8#05-150-BMAd6. doc 2 Estimated ITB#05-150-BM, Addendum #2 Item Quantity No. & Unit Description of Item Total Amount 51. 45,828 SY Asphalt Concrete Pavement (1.5"), including necessary materials and density controlled placement, complete and in place. MATERIALS: Two ? do 43 LABOR: T" ? TOTAL - BID ITEM #51: E v t= 86 Y.. Set o s (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words sh� govvem.)ja ) 52. 17,507 SY Portland Cement Concrete Paving8" ( ), including necessary materials and placement, complete and in place. MATERIALS: wetiTy �H2eE IY�o i3 yr $ -)3,' /SY( �0 134 ) LABOR: -T"c- Ty T (t-12Lc ,', r�50 ,3 $ a3, /SY( qo4, 936 4i ) TOTAL r Zb BID ITEM #52: Fartry tx ? r°v m� tit �b /SY( O, 87,3, � - - (Unit Price Amounts shall be shown in bothrds and numerals. In case of discrepancy,the $ oy'r (7 ) amount shown in words shall govern.) 53. 6,613 LF Concrete Curb and Gutter, including necessary materials and placement of stand-alone or monolithic curb and gutter, complete and in place. MATERIALS: S� $ . — /I F( o3`1 7S So ) LABOR: $ 4.'t' /LF( d9y 7S TOTAL BID ITEM #53: N�NG_ (Unit Price Amounts Nam / roo $/LF( shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 54. 40 LF Concrete sawtooth curb and gutter, including necessary materials and placement of stand alone or monolithic sawtooth curb and gutter, complete and in place. MATERIALS: r,).x ' S�1)oa ' LABOR: I v� 2 Sv tc0 $.'—" TOTAL BID ITEM #54: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) Ail— Bidder's Initials ITB405-150-13MAd2.doe Estimated ITB#05-150-BM, Addendum #2 Item Quantity No. & Unit Description of Item Total Amount 55. 25 CY Concrete Riprap, including necessary materials for placement of concrete riprap, including toe wall foundation, complete and in place. MATERIALS:_ IVtNEty T,o �oo $ �io�.S'o /CY( o1,3Ia LABOR: )VI"eTy /CY( a t 31 a TOTAL No BID ITEM #55:_ 0,,j6 N-No!eA C,Gti TY rI VL ' �o ) $ j id e n (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ) 56. 1,854 SY Concrete Sidewalk, including necessary materials for placement of concrete sidewalks, complete and in place. MATERIALS: Tray > I ZXI I L LABOR: T $ /a, r3 /SY( i 1d 7 TOTAL ) -- BID ITEM #56: TwEtvrY Z�Q J (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the a$mount�hown in words shall go 3 7. S 43 P rtl ) 57. 24 EA Sidewalk Ramp, including necessary materials for placement of sidewalk ramps, complete and in place. MATERIALS: TH(2E1; N..�.,2=� Sr=vENr 1 V� : N" l6. 37 0� LABOR: T42Ec. Hv D2l ,) SLvt ,..r �i s/(: ' N% to, $_ 37Sa"-g /EA( oaf, `= ) TOTAL BID ITEM #57: . _ H-jv" N` CveN �2�0 1``rr ��� $ 7So. `= /EA( 15 oy©, 0� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ) 58. 669 SY Concrete Driveways or Alley Approach, including necessary materials for placement of concrete driveways or alley approach, complete and in place. MATERIALS: �rraej LABOR: t 1FTG&ej /SY l0 53 6,'s TOTAL ) 5O -- BID ITEM #58: T"tQry 006 $ 31. So /SY al,vx3 (Unit Price Amounts shall be shown in both words and numerals. -In-' of discrepancy, the amount shown in words shall govern.) ) Bidder's Initials ITB#05-150-B tvlAd2. doe Estimated ITB#05-150-BM, Addendum #2 Item Quantity No. & Unit Description of Item Total Amount 59. 398 Sy Concrete Valley Gutters and Spandrels, including necessary materials and placement of valley gutters and spandrels, complete and in place. MATERIALS: 1` t FTEEn1 i f LABOR: F��r�75�� /SY�t�GY s� ) TOTAL s� BID ITEM #59: TH�nTy DNa �ao _ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount nt`sho�o in words ds shall g em.3 7 ) 60. 24 LF Curb Inlet Storm Sewer Pipe, approved including necessary materials, furnished and instal ed, complete eand in place. _ MATERIALS: 0R)E Hvjl)a)x'4 pj,"t r Srx i LABOR: 0`iJ(i- _ 14-6,0axD /t/'WG7—( St x ; 8'gl,, TOTAL BID ITEM #60: .T4, v vo2.�0✓�tti - $�3 jH e7Y �t ce�=c` �3, r (Unit Price Amounts slialI be shown m both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 61. 1 EA Curb Inlet with check valve, including necessary materials, firrnished and installed, complete and in place. FVEr MATERIALS: ��t(z F.Z �-tv4,5� .i �ryE-TLIF-" �^ j1 }� t LABOR: Hta ry EA( t Jul �auskv, Q� �IvMt�P�Tc1T.�JrY t- vE i /, $ 3 t2S� =/`� i 2S• "" _ TOTAL ) BID ITEM (Unit Price Amounts shall be shown in both words and numerals. In case `c-�EA( ordiscrepancy, the amount shown in words shall govern) 62. 7,341 LF Reflective Pavement Markings (4") (White) (Thermoplastic), including necessary materials, furnished and installed, complete and in place. _ MATERIALS: /V;� 3 3�0 $ ,� /LF( 02,) 4 y 5, LABOR: /V. ? 2?,/Ov $ OF d 7- /LF c( ea. 0-7 TOTAL ' ) BID ITEM #62: (Unit Price AmN��0° 6l ' $ n' /LF( 4 ounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ` ) Bidder's Initials ITB#05-150-BMAd2.doc Estimated ITB#05-150-BM, Addendum #2 Item Quantity No. & Unit Description of Item Total Amount 63. 202 LF Reflective Pavement Markings (8") (White) (Thermoplastic), including necessary materials, furnished and installed, complete and in place. MATERIALS:_ Zia,) ' ` j j $ D. t' /LF( 3b ) LABOR:_ '2v ' S�ic� $ 0. ES /o TOTAL BID ITEM #63: �Nc' = �� ,t 3 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the a$toun� hown in /LF( shala ern.) ✓ 64. 349 LF Pavement Markings (12") (White) (Thermoplastic), including necessary materials, famished and installed, complete and in place. MATERIALS: r ONt 36 LABOR: ONE /LF 17�3 57 ( ) TOTAL ZY BID ITEM #64: tZ '. ��� a (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 65. 372 LF Pavement Markings (24") (White) (Thermoplastic), including necessary materials, furnished and installed, complete and in place. MATERIALS: we %/ov s b LABOR: F ve '. t71 t 00 $ 5,. bb TOTAL �I BID ITEM �eJ rl #65: - C-virtu . $ 7. ' /LF( i (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A 66. 17,051 LF Pavement Markings (4") (Yellow) (Thermoplastic), including necessary materials, famished and installed, complete and in place. MATERIALS:_ aex .' / 0o $ 0. 3S /LF( a LABOR: err ' too $ a 1 /LF( 4, b 0 3, 7 7 ) TOTAL t, BID ITEM #66: -Z6zo ! �� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4(1 � Bidder's Initials IT13405-150-13MAd1 doc Estimated ITB#05-150-BM, Addendum #2 Item Quantity No. & Unit Description of Item Total Amount 67. 245 LF Pavement Markings (12") (Yellow) (Thermoplastic), including necessary materials, furnished and installed, complete and in place. 31 MATERIALS: /LF( 341o, ss } LABOR: ONE ' i3o $ �, /LF(7d. �S TOTAL ) BID ITEM #67: t H2t G ' too 33 _o (Unit Price Amounts shall be shown in both words mud nuntcrals. In case of discrepancy, the $ oun3t shown in words shall govern.) ) 68. 29 EA Pavement Markings (Arrow or Word)(Thernioplastic), including necessary materials, furnished and installed, complete and in place. 10- MATERIALS: E -G h ry Two Sf LABOR: L 16 rt Ty Two $ g',A /FA( aZ 3 yd so TOTAL BIDITEM#68: iity_r: N,.tvo2c-6 SIxry �Ve 7 too (Unit Price Amounts shall be shown m both words and numerals. In case of discrepancy, the amount shown in words sshall1fw 7 8 S. 69• 329 EA MATERIALS: /w o Reflectorized Raised Pavement Markers (Type I-Q, including necessary materials, ftimished and installed, complete and in place. _ a . t-� /EA( 01 C ya � LABOR: O,VE $ �/100 /. 65 /EA( TOTAL t BID ITEM #69: 13 �J. ��� $ �• — �A( 1 � 351;, �� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 70• 305 EA Reflectorized Raised Pavement Markers (Type II -A -A), including necessary materials, furnished and installed, complete and in place. MATERIALS: T11 $ c� ,. � � /EA( LABOR: OVE �Iou $_ �. 65 /EA( So3, �s ) TOTAL , BID ITEM #70: F t I �o� ,, LL 13 o� $_ T /EA( 1,a-1 S?. bs ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) /%-- Bidder's Initials IT13.k05-150-13MM2.doc ITB#05-150-BM, Addendum #2 Estimated Item Quantity No. & Unit Description of Item Total Amount 71. 10 EA Small Sign Assemblies, including necessary materials, furnished and installed, complete and in place. MATERIALS: Two Hv,vpR.tiA St:= at r F,i5 lEA( a 150• LABOR: _ ) /EA( a 750, o0 TOTAL ) t N� BID ITEM #71: �r v i= �..a,�� 2�d P TY (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the a$ ount shown in /EAword(shall govern.) 72. 427 LF Retaining wall, including materials, excavation, backfill and all items necessary and incidental to installation, complete and in place. MATERIALS:_ FFTy $ So. /LF( a I, 3 Sty c_ ) t N� LABOR: Ft(_ Ty TOTAL ILF dl 3 50,W ) No BID ITEM #72: ONE j4vNO2E 0 ? /so $ loo< /LF (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) SUBTOTAL R DWAY — BID IT IS #36472 1VMTERIALS: tic 41) $. I quV h`d'I �1(I , �l�g7, sl ) LABOROkth"�50� 9E6,s1 SUBTOTAL ROADW Y � 1Jurt.tr�{�!�js��TGi,�.t,6c-,.a� i p ) BID ITEMS #36- #7;�Vrb l'`�L !t 2:5i 161d951, &Sq t 3 ( 1?? ) (Unit Price Amounts shall be shown in both words and numerals. In case bNiscrepancy, the amount shown in words shall govern.) CORRECTIVE EARTHWORK 73. 156,023 CY Corrective Earthwork, including excavation, shoring, utility protection, density -controlled backfill, and necessary borrow material to accomplish consolidation of former utility excavation backfill. MATERIALS: Si>< 3 'too $ %' .3� /CY( 9`1�i � Pt ) LABOR: S x '. ,d� $ 6, sv /CY( 5 5 b 5 S 6,17 ) TOTAL 7� BID ITEM #73: wtt_va= ' l/co $ �. •''-1 /CY( 1, 91.11413, �t ) (Unit Price.4meu:as shall be shown in both words and nuincrals. In case of discrepancy, the amount shown to words shall govern.) IT13905-150-13MM2.doc �k_ Bidder's Initials Estimated ITB#05-150-BM, Addendum #2 Item Quantity No. & Unit Description of Item _ Total Amount 74. 3,660 CY Gravel layer for geogrid, including material, hauling, placement, compaction, and grading to the lines and grades shown on the plans, complete and in place MATERIALS: TN t 2 T�e�, ? l m,, � LABOR: Eli, a -rer`,v $4 t' TOTAL BID ITEM #74: (Unit Price Amounts shall be shown inboth words and numerals. In case discrepancy, erno�0 of ) of the amount shown in words hall g 75. 29,765 SY Geogrid, including materials and placement to the lines and grades -< shown on the plans, complete and in place. _. MATERIALS: Two ' 3�so 5 $- /SY( LABOR: Twb '. � ��� $_ a • 31� /SY( %$, 45 9 s"a ) TOTAL bV BID ITEM #75: /SY( (Unit Price Amounts shall be shown in both words and numerals. In case ) discrepancy, of the amount shown in words shall govern.) 76• 973 LF Fence repair, including materials and installation, complete in place. MATERIALS: Ajtrvl ! y7100 $ t < �� /LF( LABOR: TOTAL BID ITEM #76: %V 7 ,N�t- N v �� (Unit Price Amounts shall be shown in both /LF( 15,a65 words and numerals. In case of discrepancy, the amount shown in words shall govern.) 77. 3 EA Trees, including materials and installation, complete in place. MATERIALS:_ K& TFtJ5/1Na 1�✓J v,,t,ljt,� {-,t'Iy > N j += " _ LABOR: 0.1; TN�,sAn,v Two "h"v�21� ht T I No $ �, ZS°' , /EA( 3 7S0 03, TOTAL ) BID ITEM #77:_ I,,,o T WIAIZ Price F,,,U HvvD&eo �< Nio /EA(shalhgo oo. o f (Unit Amounts shall be shown in both words and numerals. In case of discrepancy, the a$ni nintShown words govern.) ) 1 t Bidder's Initials ITB405-150-BMAd2.doc Estimated Item Quantity No. & Unit 78. 245 EA MATERIALS: Tw ITB#05-i50-BAf,Addendum 92 'jescrlption of Item Total Amount Irrigation systm erepair, materials includingi ,stal.1 a t complete in place. _and -I.ion, $ al 3g 93/A( 5Yi6c2 LABOR: f"��r �1,� ) TOTAL sio JO /EA( t oZ , j,&&, sO ) b3 BID ITEM #78: �=vE,v1"y ve •' �a , (Unit Price. shad be shown in both words and numerais. In case of discrepancy, the a$mou�t�__--oG in words shall y rn�� SUBTOTAL CORRECTIVE EARTHWORK - BID ITEMS #73 - #7g ONC MIGr.1011 0,1t H,,. cED Ttit zry T "iH 7c 5 v� MATERIALS: 1:wc UvN9u6 b 0tv&1Vhu.Ij1-j 67� NvN�l2l9 F nrr tko✓S oar (13 �F�, ? i 3,� `f/, JS ) LABOR: Z uJSUBTOTAL COCTIVE EARTHWO $ 1140 05 1 140 BID ITEMS #73- #78: �""' '�"""^' Two )� T FuvR Nv t �2t�) t ,,2rY S ' i �b , (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the nto n-hown4n words shalagovern.) 3%q ROADWAY ILLUMINATION'� - 79• 41 EA Illumination assemblies, including pconnecting conductors and all other items necessary or incidental to a complete installation, complete in place. MATERIALS: �wJ Tifo1SAN Tk Nv„a¢ra Fo2r Ftit; ; z� /°o a,31+5�( S6 �S_J LABOR ©NC TH0VS q,w 0,, _ N,,, [� . eo t: a2er 5�,, ry�2 ? �oa � 1 11'h, $o TOTAL /EA 4 Q ) 66, -20 ) BID ITEM #79: J 42cE (Unit Price Amounts shall be shown in both wo ds and numerals. In case of discrepancy, the amount shown in words shall govern.) 80• 1 LS Cable, conduit and ground boxes, including materials, excavation backf II, connections and all other necessary and incidental items for a complete working roadway illumination installation, complete in place. MATERIALS:.-vev lMa�sau� ,7w� N�A.a2ea THr,ery-. , ; ;$ a). a36, _. LABOR:— �t/ TOTAL 10' /LS , 46to BID ITEM #80: S&Ve11r7 Stx T�sA,� E��rcr �I Fv ' (Unit Price Amounts sha11 be shown in.... words and nume als.In£ase of di s repa't y, t mo��s ghown in wo d,st all 66 o`o to �ovem.) I� J Bidder's Initials Bn05-i 56-B W-Adldoc it Estimated ITB#05-150-BM, Addendum #2 Item Quantity No. & Unit Description of Item Total Amount 81. 1 LS Electrical service, including panels, conduit, conductors, disconnects, breakers, fuses, excavation, density -controlled backfill, and all other items necessary and incidental to providing electrical service for roadway -�- illumination, complete in place. MATERIALS: Ih2FE TH>'vsgn�J S,x Fi�,,u2t;���� ta 3 LABOR: 01VG (lfaus-*jD Seue- NON 2a, Fez �-7o5, ° /LS( 1705, 0-1) TOTAL BID ITEM #81: rite,. T e7uSgN0 Ti '+ 2�c- I��tioaet� %J,ue� i ���� $ .S.35EJ,=`'/LS( S, 39 0. `—° ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) SUBTOTAL ROADWAY ILLUMINATION - BID ITEMS #79 - #81 MATERIALS: i%n�c N�unttea /t, - SG-4 ,u i140" v0 SL- �,,,,R'• r $- 07 07f. — ( � a % 7� _. Lo ,lo � D � J LABOR: 11tn_ M k.# a!HwVIP- H%J"0nt:0 C,614Ljti,v81. � SUBTOTAL ROADWAY ILLUMNATION BID ITEMS #79- #81: %w Nu,.o/zO� T N S,kTH—i." 1:,,,e N N,ytcj $,ja(2 55b, SS6 °Q (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in wards shall govern.) ) F�Gry S,X "v/raa WATER UTILITIES 82. 100 LF Potable water pipeline (I 6-inch), including materials, excavation, embedment, density -controlled backfill, pressure testing, disinfection, bacterial testing and all other items necessary and incidental to the work, complete in place. MATERIALS: V 7 g� ) LABOR: TOTAL -75 BID ITEM #82: 41 ) oo — >, 5" _v (Unit Price ArrijAnttLslu be shown inboth words and numerals. In case of discrepancy, the amount shown in words shall govem.) ) 83. 4,710 LF Potable Water Pipeline (12-inch), including materials, excavation, embedment, density -controlled backfill, pressure testing, disinfection, bacterial testing and all other items necessary and incidental to the work, fi complete in place. CP MATERIALS: h 2 2 ° LABOR: c 2 O TOTAL $-Z lLF( -x BID ITEM #83: $ 5r� ND /LF( �-/ 3`� (Unit Price Amjttnt all e shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ) Bidder's Initials IT13405-150-13MAQ.doc Estimated IT13#05-150-13M, Addendum #2 Item Quantity No. & Unit Description of Item Total Amount 84. 50 LF Potable Water Pipeline (10-inch), including materials, excavation, embedment, density -controlled backfill, pressure testing, disinfection, bacterial testing and all other items necessary and incidental to the work, complete in place. MATERIALS:_(WfsLt-h Z)N �`� /OD $_ ( J /LF( LABOR: U) on le 0- 1) 53 /LF( TOTAL d . BID ITEM #84: 5 v (Unit Price Amounts shall b hown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 85. 120 LF Potable Water Pipeline (8-inch), including materials, excavation, embedment, density -controlled backfill, pressure testing, disinfection, bacterial testing and all other items necessary and incidental to the work, _- , complete in place. MATERIALS: (G,r 01)h� 3��0 $ 3� /LF( Ao 6 tl �✓ U 1 LABOR ) 3�� vo 3 $ bU � $ ! � /LF( chi b,5 ) TOTAL BID ITEM #85: -I5 7 5 u� aD Flo $ /LF -, (Unit Price Amounts shall be�nown in both words and numerals. In case of discrepancy, the amount shown in words Shan govern.) ) --� 86. 620 LF Potable Water Pipeline (6-inch), including materials, excavation, embedment, density -controlled backfill, pressure testing, disinfection, bacterial testing and all other items necessary and incidental to the work, _ complete in place. MATERIALS: ub /LF( LABOR: 1 0 TOTAL Q BID ITEM #86: i ki le14 651 �p � /py $ ��s� (Unit Price Amounts sh /LF(��_) 1 e shown in both words and numerals. In case of i discrepancy, the amount shown in words shall govern.) Bidder's Initials ITB#05-I50-13MAdIdoc ITB#05-150-BM, Addendum #2 Estimated Item Quantity No. & Unit Description of Item Total Amount 87. 1,040 LF Potable Water Pipeline (4-inch), including materials, excavation, embedment, density -controlled backfill, pressure testing, disinfection, bacterial testing and all other items necessary and incidental to the work, complete in place. MATERIALS: $ i �` 7 J /LF( LABOR: .z✓<r �t� N ? $ 1 `� L° /LF( TOTAL BID ITEM #87: T ,�,�ry 1�/�ivt r /t�� $ �5, —' /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 88. 1 EA Butterfly valve in vault (I 6-inch), including materials, excavation, embedment, density -controlled backfill, pressure testing, disinfection, bacterial testing, and all other items necessary and incidental to the work, complete in place. r MATERIALS: rl H � Tfiv.�s 9ruc� 6 �+2 ����2Et) �W(:'CVt t ��.., $ 3�Z. �' /EA( 3 �/ , ��' ) a i LABOR: rr [2Er s.r tin) F—. ,Q sv g �,��� ,6 Twecy( = $ 4`t�, /EA( 3 `f IZ , `� ) --. TOTAL , 7- � F� r� $ ) BID ITEM #88: x TH� wE�v �o„ S qv �GLaS /EA( �8QS. �o --- (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 89. 6 EA Inserted valve (12-inch), including materials, excavation, embedment, density controlled backfill, pressure testing, disinfection, bacterial testing, and all other items necessary and incidental to the work, complete in place. MATERIALS: Se f� t i �.e�+ `$JVuz% _oIEA( !�J'7 25-0 do ) LABOR: t { � $ 7 43 i S /EA( 1/ -7 2 Sci "` ) TOTAL BID ITEM #89: $ /S 75 /EA( S D O n� ) (Unit Price Amo6nts shall be shown in both won erals. In case of discrepancy, the amount shown in words shall govem.) 90. 2 EA Inserted valve (10-inch), including materials, excavation, embedment, density controlled backfill, pressure testing, disinfection, bacterial testing, a/ndd all other items necessary and incidental to the work, complete in place. MATERIALS: $ 73-� `_/E& / `/ %a,9 0® ) LABOR: o, .` •36-0. - TOTAL BID ITEM #90: o-h r�� o .D �c �n �� a v $ �!�/ 700 /EA( y 0 o� ) (Unit Price Onounts shall be shown in both words and numerals. In case of discrepancy, t a ount shown in words shall g vo ern.) Bidder's Initials ITB#05-150-BMAd2.doc Estimated ITB#05-150-BM, Addendum #2 Item Quantity No. & Unit Description of Item Total Amount 91. 1 EA Inserted valve (8-inch), including materials, excavation, embedment, density controlled backfill, pressure testing, disinfection, bacterial testing, and all other items necessary and incidental to the work, complete in place. MATERIALS: �&i4 4.- lu a -' $ Y200 1�'/EA( 1-%2 GD es ) LABOR: TOTAL BID ITEM #91:f�---' (Unit Price Anwua`; ;I;a1Loe c °..� $ $y(bb /EA( .1106 hown in both words and numerals. [n ) case of discrepancy, the amount shown in words shall govem.) 92. 2 EA Inserted valve (6-inch), including materials, excavation, embedment, density controlled backfill, pressure testing, disinfection, bacterial testing, and all other items necessary and incidental to the work, complete in place. MATERIALS: -111'0 _6--V a t� $ 36 75 /EA( -% 3 5-i9 — 27 n,L f 1/•"t-e / cO $ �(O (�f 1DA( / 7 s r� __..-+ ) TOTAL BID ITEM #92: 1,2ee.�� P (Unit Price Amounts shall 7DD be shown in both wo d morals. In case of discrepancy, the amount shown in words shall govern.) ) 93. 1 EA Gate valve (12-inch), including materials, excavation, embedment, density controlled backfill, pressure testing, disinfection, bacterial testing, and all other items necessary and incidental to the work, complete in place. s MATERIALS: /EA( / 0 559 41" TOTAL pd/EA( /ps D0 � BID ITEM #93:� ct�c �a l ac' $ 2%00vo /EA( 2- t (Unit Price Amounts shall be shown both words and numerals. ht case of discrepancy, the amount shown in words shall govern.) ) 94. 2 EA Gate valve (8-inch), including materials, excavation, embedment, density controlled backfill, pressure testing, disinfection, bacterial testing, and all other items�necessary and incidental to the work, complete in place. MATERIALS: a-e �i iL e� r . " �a 0 Zen - e <"9 p4 /r- J ,n1-.n ° LABOR: V �, Lr kL �' , 00 time c $ S2 S /EA( / 0 S-d a 0 ) TOTAL -_, BID ITEM #94: v (Unit Price Amounts shall be shown in bott�ivopHs ai mm�erats. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials ITB#05-150-13MM2.doc ITB#05-150-BM, Addendum #2 Estimated Item Quantity No. & Unit Description of Item Total Amount 95. 13 EA Gate valve (6-inch), including materials, excavation, embedment, density controlled backfill, pressure testing, disinfection, bacterial testing, and all otheritemsnecessary and incidental to the work, complete in place. MATERIALS: z�� tizr �IZc its $ 2 <� 3 �5/EA(I �S ) LABOR: we n S / ,� c�lr r.% � u� $_c 3 /EA( 57 V TOTAL BID ITEM #95:_ 7 2-7 s /EA( -7 (Unit Price Amounts shall be shown in both w rds a d numerals. In case of discrepancy, the amount shown in words shall govem.) 96. 5 EA Gate valve (4-inch), including materials, excavation, embedment, density controlled backfill, pressure testing, disinfection, bacterial testing, and all other items necessary and incidental to the work, complete in place. MATERIALS: 1,/,� _ a d« -, wtr .c t Do $ 315 /EA( l 5- 7 S ) LABOR: $31 5 /EA( / S 7 ) TOTAL BID ITEM #96: a 6,30 1 5 d n� G` ors �l4t t r% n (�, 0� $ /EA( 3 ) (Unit Price Amounts shall be shown in both words and n6crals, In case of discrepancy, the amount shown in words shall govern.) 97. 3 TON Potable Water Pipeline Fittings, furnished and installed, complete in place. MATERIALS: LABOR: g2oe? oo' 7an $ ,'" /TON( /�,G 00 ` ) TOTAL / BID ITEM #97:c / / / .ln.ti ht �rf��/ "/ $ �`%0�'-/TONG OC��n ) (Unit Price Amountssfiall Lk s wn in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 98. 32 EA Valve box, new including materials, installation for the various sizes of valve boxes necessary for various sizes of gate valves and inserted valves, and adjustment to final grades, complete in place. MATERIALS: d o 00 Lim, cso� $ 3 S /EA( /© 0 90 ) LABOR:�� / /EA( Z0090c) TOTAL d a BID ITEM #98: $ 30 c /EA D l6 O (Unit Price Amounts shall be shown in both words an numerals. In case of discrepancy, the amount shown in words shall gov rn.) Bidder's Initials ITB#05-150-BMAd2.doc ITB#05-150-BM, Addendum #2 Estimated Item Quantity No. & Unit Description of Item Total Amount 99. 2 EA Remove, salvage and reinstall fire hydrant, complete in place. MATERIALS: ,A Q vt l~�a� d • 61 e� e u� $ 7 `jJ7 o LABOR: dL ��, �t t �` �a� u 5vU $ 791 �0- /EA( / S7 TOTAL _ BID ITEM #99: �+ )IJ J (Unit Price Amounts shall be shown in b6th words Andfrauncrals. In case of disircpancy, the amount shown in words shall govern.) SUBTOTAL WATER UTILITIES — BID ITEMS #82-#99 MATERIALS: $ (i , 4 t ) T""', LABOR: SUBTOTAL WATER UTILITIE, r BID ITEMS #82-#99: , Ile �IJIn 'tot e x.'k �:uvt (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govcm.) TOTAL BID — ITEMS #1 - #99 - INC USIVE MATERIALS: e-I CE' �,.^�i�cA, rr `*, oho{ l 3"1.3�J3 4373,8 ) 'N .�t' r. k/""` LABOR:-: $`�3�5 3 7, 373,53 •�° TOTAL B :`� G� ' � �iy7 (Unit Price Amounts shall be sb)wft4n both words and numerals. In case of discrcl1ancy, the amount shown in words shall govJm.) 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 480 (FOUR HUNDRED EIGHTY) working 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 $1,100 (ONE THOUSAND ONE HUNDRED) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. Bidder's Initials ITB#05-150-BMAd2.doc The undersigned Bidder hereby declares that he has visited the site of the work and has careful] examined ITB#05-150-BM, Addendum #2 the plans, specifications and contract documents pertaining to the work covered by this bid, and he further a commence work on or before the date specified in the written notice to proceed, and to substantial) complete work on which he has bid; as provided in the contract documents.agrees e Y the _ Bidders are required, whether or not apayment or certified check issued by a bank satisfactory o t eCity of ubbo k, or at bid sbond required, a submit s cashier's check --- payable without recourse to the order of the City of Lubbock in an amount not less than fiveo amount of the bid submitted as a guarantee that bidder will enter into a from a reliable surety company, percent (5/0) of the total and execute all necessary bonds rf re u_,. a contract oh t ( required) within ten 0 0) days after notice of award of the l required j contract surance to��cies, Enclosed with hum. this bid is a Cashier's Check os_�_ ttfied Dollars ($ Check for �" ���"` 3 " Dollars ($ —) or a Bid Bon in the sum of retained by the Owner as liquidated damages in th t'theaccepted by the Owner and the which it is bid is ac eed shall be collected and undersigned fails to execute the necessary contract documents, insurance certificates a nd 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. the required bond (if _ P and. 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 Bidde rs. _ Pursuant to Texas Local Government Code 252.043(a), a / competitive sealed bid that has been opened may not be Date: 1 JS /0 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. Authorized Signature �t�hlvr( -.2 (Seal if Bidder is a Corporation) (Printed or Typed Name) TEST: 13 Company I"t Secretary R4 S. 4GsN �2ciifCJ Address Bidder acknowledges receipt of the following addenda: �4Nr�ry C� sBntK City, � County Addenda No. I Date 1/t3/ / xi 793Q, - . Addenda No. Date---- ,-- - State I Zip Code Addenda No. 3 Date Telephone: 906 Fax: Vie} - Addenda No. If Date � 3j 6 - - �_ 5 Zit 3J6 2/lt/o( M/WBE Firm:E Woman Hispanic American Bl.+c�Anje�_ri(�-:ajj AsiaAmerican Native American Other (Snecitv) ITB#05-150-BMAd2-doc BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That we, Allen Butler Construction, Inc. (hereinafter called the Principal), as Principal, and WASHINGTON INTERNATIONAL INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of Arizona, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of Texas as Surety, are held and firmly bound unto City of Lubbock, Texas (hereinafter called the Obligee) in the just and full sum of Five Percent of Greatest Amount Bid---------------------------------------------------------------- Dollars ($-------(5%)------------- ) lawful money of the United States of America, for the payment of which well and truly to be made, we hereby bind ourselves and each of our successors and assigns, jointly and severally, firmly be these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden Principal as aforesaid, is about to hand in and submit the Obligee a bid or proposal for the 98th Street Roadway and Drainage Improvements from Slide Road to Frankford Avenue in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefore. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void: otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 15th day of February 20 06 Allen tl r on ction, Inc. By WASHINGTO INTERNATIONAL IWtANCE CO. ANY By _ BDB 600201 Kevin J. Du Attorney In Fact NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASH NGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: Kevin J. Dunn, Cara D. Hancock and Harold D. Binggeli jointly or severally — - ---Its true and -lawful Attomey(s)-in-Fact; to make, execute, seal and -deliver, -for and -on -its -behalf and -as -its -act and deed; bonds-orother-writings — obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TEN MILLION (10,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24m of March, 2000: "RESOLVED, that any two of the President, any Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached" g11111117//ry� ��h e BY g SFAI. i __ Steven P. Anderson, President & CLlef Executive Olncer of Washington Interaatlonal tnrarance Company & COMM + t973 ' Vim President of North American specialty Insurance C SEAL �P•nr . 6 hAA.PA. ' A man '��p4111111N BY21� �+erh*.tnNv� David 111. Lyman, Vice President of Waihington Interastional Insurance Company & Vice Presldeat or North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 9th day of Auger 2005 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page SS' On this 9th day of August 20 05 , before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "aOF IC�IAL SEAU sUSM r No"pok Sim o(ww Susan Ansel, Notary Public ycmat sionEvms7r� 01 rm2. 1 I, James A. Camenter , the duly elected Assistant Seoc "tav of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 15 tlday of February, 2006. James A. cupenter, vice President & Assistant secretary orwashinaton inte+vtionat Insurance company & North American Specialty insurance Company 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. LIST OF SUBCONTRACTORS Minority Owned Yes No THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH INSURANCE CERTIFICATES FOR EACH SUB -CONTRACTOR PURSUANT TO SECTION 28G OF THE GENERAL CONDITIONS. 34 CITY OF LUBBOCK ITB#05-150-BM, Addendum #2 INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal 1, the „ndersioned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lu be able to, within ten (10) business days after being notified of such award by the City of Lubbock, filrnboh a valid insura cc certificate to the City meeting all of the requirements defined in this bid/proposal. A Contractor, (Signature) A Contractor (Print) CONTRACTOR'S FIRM NAME: A << GN v TLL� Ca,v1 �2.✓c Tt � .,� (Print or Type ) CONTRACTOR'S FIRM ADDRESS: Name of Agent/Broker: bk i H,),p, I - .) t •`tj[t y1C>, Address of Agent/Broker: PU ie0 s IU City/State/Zip: �,, �,gn� k T 7 G 4 5 Agent/Broker. Telephone Number: Date: R f l _-Z 11 NOTE TO CONTRACTOR Lthe time requirement specified above is not met, the City has the right to reject this bid/proposal and award ntract to another contractor. If you have any questions concerning these requirements, lease corector of Purchasing; & Contract Management for the City of Lubbock at (806) 775-2165. p contact BID #05-150-BM - 98th STREET ROADWAY AND DRAINAGE IMPROVEMENTS FROM SLIDE ROAD TO FRANKFORD AVENUE ITB#05-150-BMAd2.doc SAFETY RECORD QUESTIONNAIRE ITB#05-150-BM. Addendum #2 (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 Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition criteria for accurately determining the safety record of a bidder prior to award' contracts. Pursuant to mg bids on City contracts. and The definition and criteria for determining the safety record ofa bidder fnr t2.5 CQ..srro.ati 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 by environmental, mechanical, operational among other , supervision or any other cause or factor. Specifically, the City may consider, things: � be it related or caused a. Complaints to, or final orders entered by, the Occupational Safety and Health Rev against the bidder for violations of OSHA regulations within tile iew Commission(OSHRC, e past three (3) years. ) b. Citations (as defined below) from an Environmental Protection Agency within the past five 5 g y (as defused below) for violations ( ) 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 ) Texas Natural. Resource Conservation on (TNRCC) (predecessor to the TCEQ), the "Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife DepartmentQty (TCEQ), the Structural Pest Control Board (SPCB), agencies of local governments respnsible forPenfo)rcing enviromnental protection or worker safety related laws or regulations, and similar regulatory agencies states of the United States. g ices Of suspension/revocations of state or Citations licenses registrations,orotfies violation, a notices pending l complaints, indictments, or convictions, administrative orders, draft orders, finalsorders, and dj judicial final judgments. C. Convictions of a criminal offense within the 10 ten past p ( )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 responsibili of the bidder and his or her ability to perform the services or goods required by the bid doe ty environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. safe 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 following three (3) questions and submit them with their bids: answer the -QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such fit -in, corporation, partnership or institution, received citations for violations of OSHA within the past three O 3 YES NO— year years? If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with it bid submission, the following information with respect to each such citation: s Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and ITB#05-150-13MAdIdoc ITB#05-150-BM, Addendum #2 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— �C' If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO__ If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final di assessed. sposition of offense, in any, and penalty 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 m full _ g y permission, and that any misreprese ns or omissions may cause my bid to be rejected. /nature Title — — MN05-150-13MM2.doc ITB#05-150-BM, Addendum #2 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (q-102 Conunon Rule and OMB making sub -awards under covered aransaircular ns to parties that are suspended suspended or debarred. Covered transactions include r ties ) prohibits non -Federal entities from contracting with or incipals re of $25,000 and all non -procurement transactions e. p ment contracts for goods or servior debarred ces equal tof whose ror in excese ( g., sub -awards to sub -recipients), s Contractors receiving individaa( awards of $25,000 or more and all sub -recipients 1 and its principals are not suspended or debarred by a Federal agency. P Host certify that their organization Before an award of $25,000 or more can be principals are not suspended or debarred b made to your finn, y a Federal agency. You must certify that your organization and its I, the undersigned agent for the firin named below, certify that neither this suspended or debarred by a Federal agency. s firm nor its principals are COMPANY NAME: / CL : lv 3 T l: 2 C a'vSTn.ic T,o..i -7- `t Signature of Company Official: -- Date Signed: -� �( Printed name of company official signing above:_ rM#05-150-BMAd2.doc No Text Bond No. 204 56 03 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Allen Butler Construction, Inc. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and North American Specialty Insurance Company (hereinafter called the Surety sll, as Surety(shusa are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Ozuntes xm ion �ev ouruoiun - red Dollars ($ 14, 746, 41� 12*ful money of the United States for the payment w ereo , le"si rincipaF 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 8th day of March 20 00to. Bid #05-150-BM - 98th Street Roadway and Drainage Improvements from Slide Road to Frankford Avenue - Lubbock, Texas. 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 this27th day of March , 20 06 North American Specialty Insurance Company Surety By: (Title) Kevin J. Dunn, ttorney-In-Fact Allen Butler Construction, Inc. (Company Name) By: Allen Butler (Printed Name) Zia&a4d (Signature) President (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J . Dunnan agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. North American Specialty Insurance Company - Surety *By. (Title) Kevin J. D/h,Attorney—In—Fact Approved as to Form - City of Lubbock - By: _ ,i homey * 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 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: Kevin J. Dunn. Cara D. Hancock and Harold D. Bingg jointly or severally Its true and lawful Attorneys) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of- FIFTEEN MILLION ($15,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24a' of March, 2000: "RESOLVED, that any two of the President, any Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." squnrr ,.; �����luUtY fpiiq dvgr�1•*�tONA( �''r. =Qi SEAL I o Steven P. Andeerrson, President & Chief Executive officer of Washington International Insurance Company & sW i•T�?,i 1973 errs: m Vice President of North American Specialty Insurance Company apC SEAL �� •• hAMP9'.r' ,.��� i-�a/ t'�f.,. ARIZON�,.� ,�y By�`_� *,10ss?`?`,`: David M. Layman, Vice President of Washington International Insurance Company & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 27rh day of March 2006 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page SS: On this 27th day of March 20 66, before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OFFICIAL SEAL" SUSAN AKSt=1 " NotaryPutlic,Staleal04S Susan Ansel, Notary Public Idp cWtirigsioll E pins 716d1Ef08 I, James A. Carpenter ,the duly elected Assistant ecretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 2 7 t1lay of Mar ch , 20 06. James A. Carpenter, Vice President & Awslant Secretary of Washington Intemational Insurance Company & North American Specialty Insurance Company STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that Allen Butler Construction(} ereinafter called the Principal(s), as Inc. Principal(s), and North American Specialty Insurance Company (hereinafter called the Surety), as Surety are held and firmly o d unto the City of Lubbock (hereinafter called the Obligee), in the amount of es x dSey8R_r__## 'd^ d Dollars ($14,746,414)214.wful money of the United States for the payment w ereo , e s i rincipal 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 8th day of March , 20 06 , to Bid #05-150-BM - 98th Street Roadway and Drainage Improvements from Slide Road to Frankford Avenue - Lubbock, Texas. cind 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 27th day of March 2006 . North American Specialty Insurance Company Surety *By-�.....— (Title) Kevin J. D n, Attorney -In -Fact Allen Butler Construction, Inc. (Company Name) By: Allen Butler (Printed Name) (Signature) President (Title) No Text 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. North American Specialty Insurance Compan} Surety * By: -- Title) Kevin J. D n, Attorney -In -Fact Approved as to form: City of Lubbock By: 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 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: Kevin J. Dunn. Cara D. Hancock and Harold D. Binggt jointly or severally Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTEEN MILLION ($15,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24d' of March, 2000: "RESOLVED, that any two of the President, any Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." CCTT' rF•.' By 14..c�ir (XIS L_ '' SEAI. O E Steven P. Anderson, President &Chief Executive Officer of Washington International Insurance Company & SEAL = s 1073 : m a Vice President of North American Specialty Insurance Company - TSB ' e��s` {y� ARUONIV By David M. Layman, Vice President of Washington International Insurance Company & Vice President or North American Specialty insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 27rh day of March 2006 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page SS: On this 27th day of March 20 06, before me, a Notary Public personally appeared Steven P. Anderson President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OFFICIAL SEAL" G SUSAN ANSEL X "" Notary PtM1c,Sialeoi11k,4S Susan Ansel, Notary Public mycommis*ll Excites 7J6Pm I, James A. Carpenter the duly elected Assistant ecretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this27 thday of March , 20 06 . James A. Carpenter, Vice President & Assistant Secretary of Washington international Insurance Company & North American Specialty Insurance Company IMPORTANT NOTICE In order to Obtain Information or Make a Complaint: You may call Washington International Insurance Company and/or North American Specialty Insurance Company at the following toll -free number: 800/338-0753 or You may write to them at the following address: 1200 Arlington Heights Road #400 Itasca, IL 60143 You may also contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 800/252-3439 You may write the Texas Department of Insurance at the following address: P O Box 149104 Austin, TX 78714-9104 CERTIFICATE OF INSURANCE ACORQ CERTIFICATE OF LIABILITY INSURANCE 1 DATE (MMIDDNYYY) 03/24/2006 PIWDUCER (806)78S-1988 FAX (806)785-21SS Arthur J . Gallagher Risk Management Services, Inc. P.O. Box S3910 Lubbock, TX 794S3-3910 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED A en But er Construction, Inc. #24 S. Lakeshore Drive Ransom Canyon, TX 79366 INSURERA: Bituminous Casualty Corp INSURERB: Bituminous Fire & Marine INSURERc: Arch Insurance Company(US Risk) INSURERD: Texas Mutual Ins. Co. INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRADD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY CLP3221321B 12/01/200S 12/01/2006 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 100,000 TCLAIMS MADE FTI OCCUR MED EXP (Any one person) $ 5,000 A S�L4276 Add'l Insd. PERSONAL & ADV INJURY $ 1,000,000 X GL3088 Waiver GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X PRO LOC JECT AUTOMOBILE LIABILITY CAP3502326B 12/01/200S 12/01/2006 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 BODILY INJURY $ ALL OWNED AUTOS B SCHEDULED AUTOS (Per person) BODILY INJURY $ X HIRED AUTOS NON -OWNED AUTOS (Per accident) X TE9901 Addl Insd . NX PROPERTY DAMAGE (Per accident) $ X TE2046 Waiver GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ 1 ANY AUTO EAUTO OTHER THAN EA ACC $ $ . ONLY: AGG EXCESS/UMBRELLA LIABILITY ULP0002917-01 12/01/200S 12/01/2006 EACH OCCURRENCE $ S,000,000 X OCCUR CLAIMS MADE AGGREGATE $ C $ $ DEDUCTIBLE X RETENTION $ 10,00 $ WORKERS COMPENSATION AND TSF0001074270 12/01/2005 12/01/2006 X I WC sTA ,Uj oTH- D EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ _ 1,000,000 OFFICERIMEMBER EXCLUDED? BLkNKET WAIVER WC420304A If yes, describe under E.L. DISEASE - POLICY LIMIT $ 1,000,000 SPECIAL PROVISIONS below OTHER Leased ented/A CLP3221321B 12/01/200S 12/01/2006 $250,000 per item, $600,000 �quipment Occurrence DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS 8th Street Roadway & Drainage Improvements from Slide Rd to Frankford Ave., Addendum #1 B# 05-150-BM lanket Additional Insured on all Policies except WC and Waiver of Subrogation on all policies here required by written contract with respect to work performed by the named insured(s). Named Insured's general liability is primary & non-contributory where required written contract or agreement. City of Lubbock Purchasing Department Room 204, Municipal Building 162S 13th Street Lubbock, TX 79401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Ron Stroman, CIC/ASG W� i'J�1/tvl„wti ACORD 25 (2001/08) FAX: (806)772-2164 OACORD CORPORATION 1988 ma IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it -- affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) 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. K REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 3 CONTRACT CONTRACT #6576 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 8th day of MARCH, 2006 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and ALLEN BUTLER CONSTRUCTION, INC. of the City of 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 #05-150-BM - 98th STREET ROADWAY AND DRAINAGE IMPROVEMENTS FROM SLIDE ROAD TO FRANKFORD AVENUE $14,746,414.24 - 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. ALLEN BUTLER CONSTRUCTION, INC bid dated FEBRUARY 2, 2006 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: ALLEN BUTLER CONSTRUCTION, INC. By: _ OJJLI"�" PRINTED E: TITLE:,�/�� COMPLETE ADDRESS: CITY OF ATTEST: City gecretary (OWNER): 7v=: Owner's Representative APPROVED AS TO FORM: Attorney 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. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit ALLEN BUTLER CONSTRUCTION INC. who has agreed to perform the work embraced in this contract, or their legal representative. 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 R. KEITH SMITH ASSISTANT CITY ENGINEER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance 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. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still _. may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, it's Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) 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 L , work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUC_TION PLANT " The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish _ Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be 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. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. -- If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, 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. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of 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 --r 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. 7 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 $1,000,000 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 $2,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. 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 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 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. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; -- (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to .the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor 10 G. does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 11 (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The lain 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 (Izttp //ivww twcc.state.tx.arslhvcccontactsJttml) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 12 (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and - (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its 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 Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,100 (ONE THOUSAND ONE HUNDRED) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for _3 substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. 14 IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except 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 their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the perfon-nance 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. 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 notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or 18 (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the 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 (1) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a 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 --s 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 Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, person2 protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or otlic petroleum products or byproducts and/or asbestos. 21 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 1 EXHIBIT B Paving and Highway Constniction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 2 EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 3 SPECIFICATIONS 98TH STREET ROADIVAY AND DRAINAGE IMPROVEMENTS CITY OF LUBBOCK, TEXAS 'TECHNICAL SECIFICATIONS In accordance with Section 131.166 of the Texas Engineering Practice Act and Board Rules, the professionals listed below are responsible for the specification sections that are listed to the left of their professional seal. Where more than one professional is shown for certain specification sections, then those professionals share joint responsibility for those specification sections. r Special Conditions, Sections 01020, 02085, 02301, 05500 Sections 01027, 01028, 01039, 01100, 01140, 01310, 01322, 01330, 01400, 01420, 01500, 01576, 01600, 01700, 02082, 02084, 02231, 02260, 02317, 02320, 02371, 02425, 02426, 02430, 02441, 02448, 02533, 02631, 02632, 02635, 02637, 02638, 02920, 11296 Sections 01555, 02221, 02300, 02318, 02470, 02741, 02751, 02764, Appendix B 01266503 TECHNICAL SPECIFICATIONS 12/05 OF .: qp.......,7 1 i`:...R ;P. MCMILLEM :* <It' ,; 52 68 3 Lam: o'. .t 4: c,.► S f4i`cS >C E VAcytC�.. ii-'/0 AL 98TH STREET ROADWAY AND DRAINAGE IMPROVEMENTS T CITY OF LI JBBOCK, TEXAS TECHNICAI, SECIFICATIONS In accordance with Section 1.31.166 of the Texas Engineering Practice Act and Board Rules, the professionals listed below are responsible for the specification sections that are listed to the left of their professional seal. Where more than one professional is shown for certain specification sections, then those professionals share joint responsibility for those specification sections. Section 03300 Section 02665 Section 02930 01266-503 12/05 TECHNICAL SPECIFICATIONS 98TII STREET ROADWAY AND DRAINAGE IMPROVEMENTS CITY OF LUBBOCK, TEXAS TECHNICAL SECIFICATIONS In accordance with Section 131.166 of the Texas Engineering Practice Act and Board Rules, the professionals listed below are responsible for the specification sections that are listed to the left of their professional seal. Where more than one professional is shown for certain specification sections, then those professionals share joint responsibility for those specification sections. Sections 01.356, Appendix A Section 02301 (Geotechnical Review Only) 01266503 TECHNICAL. SPECIFICATIONS 12105 S it f JASON L. SWOFFORD s ���,................... 8791 1...::;. q i2-19-D�j l: ''. ` Y .. *.'� CUNT J. HAw / ' 9......k 5386 TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION SpecialConditions..................................................................................................................... 9 DIVISION 1- GENERAL REQUIREMENTS 01020 Measurement and Payment...................................................................................................... 14 01027 Applications for Payment.......................................................................................................... 2 01028 Change Order Procedures.......................................................................................................... 3 01039 Coordination and Meetings....................................................................................................... 2 01100 Summary of Work..................................................................................................................... 2 01140 Work Restrictions...................................................................................................................... 5 01310 Progress Schedules....................................................................................................................2 01322 Photographic Documentation....................................................................................................2 01330 Submittal Procedures................................................................................................................. 5 01356 Storm Water Pollution Prevention Plan(SWP3)....................................................................... 3 01400 Quality Requirements................................................................................................................4 01420 References................................................................................................................................. 5 01500 Temporary Facilities and Controls............................................................................................ 5 01555 Barricades, Signs and Traffic Handling.................................................................................... 2 01576 Waste Material Disposal............................................................................................................ 2 01600 Product Requirements............................................................................................................... 2 01700 Contract Closeout...................................................................................................................... 2 DIVISION 2 - SITE WORK 02082 Pre -cast Concrete Manholes and Vaults.................................................................................... 6 02084 Frames, Grates, Rings and Covers............................................................................................ 3 02085 Adjusting Manholes and Valve Boxes...................................................................................... 3 02221 Removing Existing Pavements.................................................................................................. 02231 Tree and Plant Protection.......................................................................................................... 5 02260 Excavation Support and Protection........................................................................................... 4 02300 Earthwork..................................................................................................................................9 02301 Corrective Earthwork.............................................................................................................. 11 02317 Excavation and Backfill for Utilities.......................................................................................10 02318 Borrow.......................................................................................................................................3 02320 Utility Backfill Materials........................................................................................................... 6 02371 Rock Riprap Protection............................................................................................................. 7 02425 Tunnel Excavation and Primary Liner...................................................................................... 9 02426 Storm Sewer Pipe in Tunnels.................................................................................................... 2 02430 Tunnel Grout............................................................................................................................. 6 02441 Microtunneling and Pipe -Jacked Tunnels................................................................................. 9 02448 Pipe and Casing Augering for Sewers....................................................................................... 4 02470 Traffic Signal Systems.............................................................................................................. 5 02533 Acceptance Testing for Storm Sewers..................................................................................... 11 01266503 TABLE OF CONTENTS PAGE - 1 12/05 02631 Storm Sewers............................................................................................................................. 5 02632 Cast -in -Place Headwalls and Wingwalls................................................................................... 2 02635 Centrifugally Cast Fiberglass Pipe............................................................................................ 5 02637 Filament Wound Fiberglass Pipe............................................................................................... 6 02638 Reinforced Concrete Pipe..........................................................................................................4 02665 Water Works, Piping, Valves and Fittings..............................................................................11 02741 Hot -Mix Asphalt Paving.........................................................................................................14 02751 Portland Cement Concrete Pavement......................................................................................12 02764 Pavement Joint Sealants............................................................................................................ 5 02920 Lawns and Grasses.................................................................................................................... 7 02930 Exterior Plants........................................................................................................................... 6 DIVISION 3 - CONCRETE 03300 Cast -In -Place Concrete............................................................................................................14 DIVISION 4 - MASONRY Not Used DIVISION 5 - METAL 05500 Metal Fabrications.....................................................................................................................4 DIVISION 6 -10 Not Used DIVISION 11- EQUIPMENT 11296 Elastomeric Check Valves......................................................................................................... 2 DIVISION 12 -16 Not Used APPENDIX A Storm Water Pollution Prevention Plan Skeleton APPENDIX B Roadway Embankment, Roadway Excavation and Corrective Earthwork Volumes 01266503 TABLE OF CONTENTS PAGE - 2 12/05 SPECIAL CONDITIONS 98T" STREET ROADWAY AND DRAINAGE IMPROVEMENTS SC-1 SUBSTANTIALLY COMPLETED Add the following to paragraph 9, substantially completed, of the General Conditions of the Agreement: The work shall not be considered substantially completed as long as items of work listed in Exhibit A, Bid Submittal, remain to be completed. SC-2 CONTRACTOR'S LAYOUT OF WORK Add the following to paragraph 10, Layout, of the General Conditions of the Agreement: The Contractor's responsibility for laying out all work shall include, but not be limited to, surveying services and equipment as needed for horizontal and vertical location and control of the work. A list of vertical and horizontal control points or bench marks in the project vicinity will be furnished to the Contractor. SC-3 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE Add the following to paragraph 11, Keeping of Plans and Specifications Accessible: The Contractor will be furnished ten (10) copies of the plans and specifications. Additional sets of plans and specifications may be purchased by Contractor at Contractor's expense. SC-4 LINES AND GRADES Add the following to Paragraph 13, Lines and Grades: I Lines and grades are indicated in the drawings for the Contractor's layout of the work, therefore the Owner's Representative has furnished lines and grades to the Contractor. SC-5 SUPERINTENDENCE AND INSPECTION Add the following to paragraph 15, Superintendence and Inspection, of the General Conditions of the Agreement: The Owner's Representative may also appoint contracted individuals and business entities to serve in the capacity of subordinate engineers, supervisors or inspectors. Such subordinate inspectors are defined as Resident Project Representatives (RPR). For the purpose of this paragraph, ENGINEER is defined as a contracted licensed engineer, or engineering firm, subordinate to Owner's Representative. RPR is the ENGINEER'S agent during construction, will act as directed by and under the supervision of ENGINEER, and will confer with ENGINEER regarding RPR's actions. RPR's dealings in matters pertaining to the on -site work shall in general be with ENGINEER and 01266503 SPECIAL CONDITIONS Sc- 1 12/05 CONTRACTOR keeping OWNER'S REPRESENTATIVE advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of CONTRACTOR. RPR shall generally communicate with OWNER'S REPRESENTATIVE with the knowledge of and under the direction of ENGINEER. SC-5.1 Liaison: Serve as ENGINEER's liaison with CONTRACTOR, working principally through CONTRACTOR's superintendent and assist in understanding the intent of the Contract Documents, and assist ENGINEER in serving as OWNER's liaison with CONTRACTOR when CONTRACTOR's operations affect OWNER'S on -site operations. Assist in obtaining from OWNER additional details or information, when required for proper execution of the Work. SC-5.2 Shop Drawings and Samples: Receive samples which are furnished at the site by CONTRACTOR, and notify ENGINEER of availability of samples for examination. Advise ENGINEER and CONTRACTOR of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the ENGINEER. SC-5.3 Review of Work, Rejection of Defective Work, Inspections and Tests: Conduct on -site observations of the Work in progress to assist ENGINEER in determining if the Work is in general proceeding in accordance with the Contract Documents. Report to ENGINEER whenever RPR believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and - advise ENGINEER of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate personnel, and that CONTRACTOR maintains adequate records thereof, and observe, record and report to ENGINEER appropriate details relative to the test procedures and startups. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to ENGINEER. SC-5.4 Reports: Furnish ENGINEER periodic reports as required of progress of the Work and of CONTRACTOR's compliance with the progress schedule and schedule of Shop Drawing and sample submittals. 01266503 SPECIAL CONDITIONS SC - 2 12/05 Consult with ENGINEER in advance of scheduled major tests, inspections or start of important phases of the Work. Report immediately to ENGINEER and OWNER upon the occurrence of any accident. SC-5.5 Payment Requests: Review applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendations to ENGINEER, noting particularly the relationship of the payment requested to the schedule of values or unit price bid items. Work completed and materials and equipment delivered at the site but not incorporated in the Work. SC-5.6 Limitations of Authority: Resident Project Representative: Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by ENGINEER. Shall not exceed limitations of ENGINEER's authority as set forth in the General Conditions of the Agreement or the Contract Documents. Shall not undertake any of the responsibilities of CONTRACTOR, subcontractors or CONTRACTORS superintendent. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. Shall not accept Shop Drawing or sample submittals from anyone other than CONTRACTOR. Shall not authorize OWNER to occupy the Project in whole or in part. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by ENGINEER. SC-6 CONTRACTOR'S DUTY AND SUPERINTENDENCE Add the following to paragraph 16, Contractor's Duty and Superintendence, of the General Conditions of the Agreement. The person representing the Contractor (i.e., superintendent) shall be considered the single, authorized point of contact between the Owner's Representative and the Contractor. Designations of different persons of contact, or contact designations that divide, or attempt to divide, the Contractor's accountability and responsibility under the contract documents shall be grounds for 01266503 SPECIAL CONDITIONS SC-3 12/05 suspending the operations of the Contractor without recourse on the part of the Contractor. The Contractor's designated superintendent shall be physically and locally present until such time as the Owner issues notice of final completion. SC-7 CHARACTER OF WORKERS Add the following to paragraph 18, Character of Workers, of the General Conditions of the Agreement: The provisions regarding the character of workmen shall also include persons of female gender wherever the words "man" or "men" are used. The provisions for character of workmen shall be construed to include, but not be limited to, the Contractor's superintendent, Contractor's subcontracted work forces, subcontractor superintendents, laborers, and supervisors. When such workmen are discharged from the work, such workmen shall not be associated with the work in any capacity or function whatsoever. SC-8 CONSTRUCTION OBSERVATION General Condition Paragraph 21 is retained in its entirety. Add the following to General Condition Paragraph 21, Observation and Testing: The Contractor shall make available, or leave in place, for the Owner's observing or testing party equipment for the safe ingress and egress pertaining to the item of work. Such equipment shall include, but not be limited to, oxygen monitors, toxic gas monitors, flammable gas indicators, hoists, harnesses, ladders, excavation shoring, lighting, and ventilation. Failure to make sufficient equipment and monitors available for Owner's observation of the work shall be prima facie evidence that the work does not comply with the Contract Documents, specifications, or drawings. SC-9 CONTRACTOR'S INSURANCE Add the following to paragraph 28, Contractor's Insurance, of the General Conditions of the Agreement: The insurance certificates furnished shall name the City of Lubbock, Parkhill, Smith & Cooper, Inc., Hugo Reed & Associates, Inc., S&W Foundation Contractors, Terra Testing, Inc., and Kleinfelder, Inc. as additional insureds. SC-10 DEFINITIONS For the following paragraphs of these Special Conditions, ENGINEER shall be defined as the Owner's primary consultant which is Parkhill, Smith and Cooper, Inc. (PSC) and consultants to PSC, namely Hugo Reed and Associates, Inc., Terra Testing, Inc., S&W Foundation Contractors, - . and Kleinfelder, Inc. SC-11 DOCUMENT OWNERSHIP Contractor, and any Subcontractor or Supplier or any other person or organization performing or furnishing any of the work under a direct or indirect contract with Owner (i) shall not have or acquire any title to or ownership rights in any of the drawings, specifications or other documents 01266503 SPECIAL CONDITIONS SC - 4 12/05 (or copies of any thereof) prepared by or bearing the seal of Engineer, and (ii) shall not reuse any of such drawings, specifications, other documents or copies on extensions of the project or any other project without written consent of the Owner and ENGINEER and specific written verification or adaptation by ENGINEER. SC-12 SUBSURFACE SOIL INVESTIGATION The ENGINEER conducted subsurface soil investigations through Terra Engineers, Inc. (a.k.a. Terra Testing, Inc.). The Terra Engineers reports are STR 1584-B dated August 6, 2003, STR 1612 dated August 6, 2004, STR 1659A dated July 29, 2005 and STR 1659B dated August 8, 2005.One photocopy of the report will be made available to each bidder for information purposes, but none of these reports are a part of the Contract Documents. These subsurface investigations, samples and reports were prepared for design purposes, and any reliance on the samples and report data by the Contractor is at the sole risk of the Contractor. Any conclusions, interpretations or opinions based on samples and report data are the sole province of the Contractor. Neither the Owner nor the ENGINEER assume any liability or responsibility for the various differing subsurface materials that may be encountered, whether or not shown in samples or soil investigation reports. Contractor may not rely upon or make any claim against Owner or ENGINEER with respect to: ■ the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or ■ other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or ■ any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. SC-13 UNDERGROUND FACILITIES For the purpose of this Special Provision, Underground Facilities shall be defined as all pipelines, conduits, ducts, wires, cables, manholes, vaults, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the General Conditions of the Agreement: ■ OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and 01266503 SPECIAL CONDITIONS SC - 5 12/05 • The cost of all the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for: (i) reviewing and checking all such information and data, (ii) locating all Underground Facilities shown or indicated in the Contract Documents, (iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities as provided in paragraph 21 of the General Instructions to Bidders and repairing, to the satisfaction of the facility owner, any damage thereto resulting from the Work. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby of performing any Work in connection therewith (except in an emergency as required to prevent injury, loss of life, or damage to property), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGINEER. SC-14 SUBSTITUTES AND "OR -EQUAL" ITEMS SC-14.1 Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or -equal" item, or no substitution is permitted, other items of material or equipment of other Suppliers may be accepted by Engineer under the following circumstances: SC-14.2 "Or -Equal": If in ENGINEER'S sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or - equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. SC-14.3 Substitute Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph SC-13.2, it will be considered a proposed substitute item. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Requests for the review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The 01266503 SPECIAL CONDITIONS SC - 6 a 12/05 application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute. SC-14.4 CONTRACTOR'S Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR's expense. SC-14.5 Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph SC-14.3. SC-14.6 Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs SC-13.3 and SC-13.5. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without ENGINEER's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee of other surety with respect to any "or -equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs SC-13.3 and SC-13.5 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. 01266503 SPECIAL CONDITIONS SC - 7 12/05 SC-15 RECORD DOCUMENTS CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWNER. Failure to maintain and safeguard these required documents shall be grounds for the Owner to issue a non-compliance directive to the Contractor and withhold all payments until such non-compliance is remedied. SC-16 SUBMITTAL REVIEW One initial submittal of shop drawings, samples, "or -equal" items and other required submittals and one resubmittal of the same item will be reviewed by the Engineer at no cost to the Contractor. Subsequent reviews for resubmittals of the same item will be reviewed at a cost to the Contractor of $100.00 per man-hour. Such cost shall be deducted from progress payments to the Contractor and result in a reduction of total contract price. SC-17 PARTIAL PAYMENTS Add the following to paragraph 42, Partial Payments, of the General Conditions of the Agreement: Partial payments requested by the Contractor may include materials delivered, but not yet incorporated into the project. If payment is requested on the basis of materials and equipment not incorporated in the work but delivered and suitably stored at the site, or at another location agreed to in writing, then the application for payment shall also be accompanied by a bill of sale or invoice warranting that the equipment and materials are free and clear of all liens and evidence that the materials and equipment are covered by the appropriate property insurance and other arrangements to protect the Owner's interest therein. Materials and equipment shall not be considered for partial payment if stored where the Owner can not confirm the quantities or otherwise seize and secure the equipment and materials in the event that the Contractor defaults on the work. Materials and equipment that are eligible for partial payment will be carried as "Materials on Hand" on the partial pay estimates and then moved from "Materials on Hand" to completed items of the work once those materials and equipment are incorporated into the work. Partial payments for completed items of work will reflect adjustments for prior partial payments made to the Contractor, for the same completed items of work, for "Materials on Hand". Partial payments for "Materials on Hand" shall be subject to the five -percent retainage. Only actual invoice amounts and actual freight invoice amounts for delivered items to the locations stated above will be eligible for partial payment as "Materials on Hand". Materials on hand shall be limited to materials manufactured at a manufacturing facility such as precast reinforced concrete pipe, fiberglass pipe, precast manholes, manhole frames and covers, check valves, grates, signal masks, light poles, and so forth. Items not considered as materials on hand are those items which require further processing for use in the project such as cements, aggregates, asphalts, fill materials, concrete, riprap, topsoil, sod, seed, earthen materials, paint, glass beads, raised pavement markers, etc. The final determination of whether a substance or item qualifies as materials on hand is the sole province of the Owners representative under General Conditions Paragraph 14. 01266503 SPECIAL CONDITIONS SC - 8 12/05 SC-18 SUBSTANTIAL COMPLETION General Condition paragraph 43 is retained in its entirely. Add the following to General Condition Paragraph 43: Contractor's written notice of substantial completion shall be rejected and not considered when items of work listed in Exhibit A, Bid Submittal, are not complete. SC-19 FINAL COMPLETION General Condition paragraph 44 is retained in its entirety. Add the following to General Condition Paragraph 44: Contractor's written notice of final completion shall be rejected and not considered when any items of work remain to be completed. END SPECIAL CONDITIONS 01266503 SPECIAL CONDITIONS SC - 9 12/05 DIVISION I SECTION 01020 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1 SCOPE A. This section covers the method of measurement and payment of the items required for the construction of the project. The unit price, lump sum price or lot price as applicable, bid on each item stated in the Bid Form shall include furnishing all labor, superintendence, machinery, materials, equipment and incidentals necessary to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans and called for in the specifications for which no separate payment is made shall be included in the bid price on the various pay items. Payment on the various items will be made as provided by the General Conditions of the Agreement and Special Conditions of the Agreement. 1.2 MOBILIZATION AND DEMOBILIZATION A. Payment will be made at the lump sum price bid for Mobilization and Demobilization for the project. This lump sum price to be paid prior to substantial completion will be a maximum of 5% of the total amount bid for the project. Any amount bid above the 5% of the total bid for the project will be eligible for payment upon substantial completion of the entire project. Partial payment can be requested under this item. A request for 25% of the amount that is eligible for payment at the beginning of the project (i.e., 25% of the amount equal to 5% of the total bid amount) can be made upon approval of the storm sewer pipe submittal, the storm sewer pipe laying schedule, and initial traffic control installation between Slide Road and Chicago Avenue. A request for the remaining portion of the total amount that is eligible for payment at the beginning of the project can be made in a maximum of 25% increments for the following three months. Partial payments for mobilization are subject to the retainage amount specified in the contract documents. 1.3 TRAFFIC CONTROL A. Payment will be made at the lump sum price for Traffic Control measures furnished and installed including, but not limited to, installation and removal of temporary paving, signage, barricades, channelization devices and work zone pavement markings. Partial payment will be made on a pro-rata basis based on the schedule submitted by the Contractor. The lump sum price bid for traffic control will be divided by the months of work shown in the Contractor's schedule to arrive at a monthly progress payment for traffic control. A month shall be considered as 30 days in length and fractions of a month will be rounded to a full month. The monthly payment will be adjusted with each updated Contractor schedule submitted and the monthly progress payment re -calculated over the life of the schedule. Such re -calculations based on Contractor's updated schedule shall be applied retroactively to previous progress payments already made, and adjustments to future progress payments incorporated each month. The sum of the partial payments made for Traffic Control shall not exceed 95%, subject to the specified retainage, of the lump sum price bid for Traffic Control until such time as the work is complete and accepted by the Owner, including ancillary grading and vegetation establishment. No partial payment 01266503 MEASUREMENT AND PAYMENT 01020 - 1 12/05 shall be made for partial Traffic Control measures. Payment shall not be made under this item where the Engineer determines that there was a lack of evidence that Traffic Control was used, or if the Engineer determines that the measures installed do not meet the requirements of the plans and specifications. No additional compensation will be allowed where Traffic Control is required because of work being remedied due to not meeting plans and specifications. 1.4 EROSION AND SEDIMENTATION CONTROL A. Payment will be made at the lump sum price bid for Stormwater Pollution Prevention Plan measures, furnished, installed, and properly maintained. Partial payment can be requested for this item. This partial payment will be determined by the Contractor's schedule in the same manner as that used to determine partial payments for Traffic Control. No payment will be made for measures that are not in compliance with the TPDES permit. In such circumstance, this amount will be reduced by a percentage of the project that was installed with the noncompliant measures. If this reduction is made, then the amount ultimately paid under this item will be less than 100% of the amount bid. 1.5 VEGETATION RESTORATION (SEEDING AND SODDING) A. Payment will be made at the unit price bid for vegetation restoration by seeding or sodding as specified, furnished, installed and properly maintained. This item shall include but not be limited to the seed or sod, the proper preparation of the soil, and the adequate watering and fertilization until the vegetation is established, and specified temporary vegetative cover. The quantity eligible for payment shall be the number of square yards of seeding or sodding, furnished, installed and maintained in accordance with the plans and specifications. Temporary vegetative cover shall be considered subsidiary to the permanent seed or sod payment. Partial payment can be requested for this item. After the installation of the final vegetation restoration measures, a request can be made for up to 60% of the total payment accrued. After the Engineer determines that the vegetation has been established, a request for the remaining 40% can be made. No additional payment will be made under this item for work that is being replaced due to noncompliance with the contract documents or for inadequate maintenance. Seeding or sod for Contractor disturbed areas outside of the work area will be required to be completed for storm water permit compliance, but shall not be eligible for payment. 1.6 STORM SEWER LINES IN TRENCH OR TUNNEL A. Payment will be made at the unit price bid for the listed diameters of storm sewer pipe, furnished and installed by any allowable method. The quantity of pipe eligible for payment shall be the actual linear footage of pipe furnished and installed in accordance with the plans and specifications, including pipe lengths, bends, tees and pipe reducers, if any, to accommodate check valves. This item shall include all items associated with the installation of the storm sewer pipe that do not have a separate pay item identified. This includes but is not limited to the storm sewer pipe, the trench excavation, the compacted backfill, any special bedding or backfill, tunneling or boring pit excavation and backfill, pavement demolition, pavement repair, pavement recycling, pavement markings, hauling, site security, protection of existing utilities, tunnel excavation, tunnel liner plate, tunnel grout, testing of lines, project cleanup and any changing surface and/or subsurface conditions. Measurement shall be made to the nearest foot from manhole center to manhole center, or to the pipe end if no manhole, without deduction for diameter of manhole. Where 01266503 MEASUREMENT AND PAYMENT 01020 - 2 12/05 tee branches are indicated, measurement will be from the center line of the main pipe to the end of the tee branch. B. Where called for on the plans, the price for short segments of larger diameter pipe and reducer sections of pipe shall be considered to be included in the unit bid prices bid for the applicable line segment. C. Where pipe is placed on a horizontal curve, and the Owner and Contractor agree, the plan length of curve from point of curvature to point of tangency may be used to define the payment length along curved portions of storm sewers. If Owner and Contractor do not agree to plan length for curve distance, then Contractor shall furnish field surveys that tie points of curvature, points of tangency, degree of curve, and deflection angle to the actual field installation. This curve length must agree with field -measured distance. D. Incremental partial payment factors will be applied to unit bid price as follows for the stage of construction where the project crosses paved areas for trench or open cut method: Trench excavated, but pipe not installed 0.2 Trench excavated and pipe installed 0.45 Pipe installed and trench backfilled to street subgrade 0.55 Pipe installed and trench backfilled to street subgrade, leakage test completed 0.60 Street base installed 0.70 Street surface course installed 0.95 Cleanup from paving operations 1.00 E. Incremental partial payment factors will be applied to unit bid price as follows for the stage of construction where the project crosses paved areas for trenchless method: Tunnel or bore excavated, but pipe not installed 0.2 Tunnel or bore excavated and pipe installed 0.45 Pipe installed and tunnel or bore space grouted 0.55 Access shafts backfilled to street subgrade, leakage test completed 0.60 Street base installed at access shafts 0.70 Street surface course installed at access shafts 0.95 Cleanup from paving operations 1.00 F. For project conditions crossing upaved areas, the incremental partial payment factors applied to the unit bid price will be as follows for the stage of construction for trench or open cut method: Trench excavated, but pipe not installed 0.2 Trench excavated and pipe installed 0.45 Pipe installed and trench backfilled to topsoil subgrade 0.55 Pipe installed and trench backfilled to topsoil subgrade, leakage test completed 0.60 Topsoil installed 0.85 Grading and cleanup completed 1.00 G. For project conditions crossing unpaved areas, the incremental partial payment factors applied to the unit bid price will be as follows for the stage of construction for trenchless method: Tunnel or bore excavated, but pipe not installed 0.2 Tunnel or bore excavated and pipe installed 0.45 Pipe installed and tunnel or bore space grouted 0.55 01266503 MEASUREMENT AND PAYMENT 01020 - 3 12/05 Pipe installed and access shafts backfilled to topsoil subgrade, leakage test completed 0.60 Topsoil installed at access shafts 0.85 Grading and cleanup completed 1.00 H. Where storm sewer pipe is being placed as part of an entire street construction or reconstruction project, and paving and base preparation are paid under separate items in the bid schedule, the incremental partial payment factors applied to the unit bid price will be as follows: Trench or Open Cut Method Trench excavated but pipe not installed 0.20 Trench excavated and pipe installed 0.45 Pipe installed and trench backfilled to roadway subgrade 0.80 Pipe installed, trench backfilled to subgrade, leakage test completed 1.00 Trenchless Method Tunnel or bore access shafts excavated 0.10 Tunnel or bore excavated but pipe not installed 0.55 Pipe installed and annular space grouted 0.80 Pipe installed, grouted, leakage test completed 0.90 Tunnel or bore access shafts backfilled to subgrade plus pipe installed, grouted, leakage test completed 1.00 I. For curb inlet storm sewer approved type pipe, furnish Class III ASTM C76 precast reinforced concrete pipe meeting the joint requirements of specification Section 02638 or fiberglass reinforced pipe, stiffness Class 46, meeting the requirements of specification Section 02635 or Section 02637. 1.7 TRENCH AND TUNNEL OR BORE ACCESS SHAFT SAFETY SYSTEM A. Payment will be made at the unit price bid for Trench and Tunnel Access Shaft Safety System, furnished and installed. The quantity eligible for payment shall be the actual linear footage measured for installed portions of storm sewer pipe. No deduction will be made for manholes or pipe in tunnel. Trench and Tunnel or Bore Access Shaft Safety System must be in accordance with the plans and specifications to be eligible for payment. Payment will not be made under this item where the Engineer determines that there was a lack of evidence that a Trench and Tunnel or Bore Access Shaft Safety System was used, such as no trench box, no sloping of trench walls, no trench shoring and so forth. If no worker protection is furnished and installed, then quantity will be considered zero linear feet, and no payment will be made to the Contractor under this item. 1.8 MANHOLES (ALL TYPES) A. Payment will be made at the unit price bid for manholes of each type furnished and installed. This item shall include but is not limited to the manhole base, the riser sections, excavation, any special bedding and backfill, pavement demolition, recycling and repair, the ring and cover, any grade rings, any special item required for watertight manholes, check valves where applicable, all other appurtenances, the connection of the manhole to the main line and any lateral lines, and other incidental work. The quantity eligible for payment shall be the total number of manholes furnished and installed in accordance with the plans and specifications. 01266503 MEASUREMENT AND PAYMENT 01020 - 4 3 12/05 1.9 STEEL CASING A. The length of casing of the various sizes to be paid for will be determined by measurement along the center lines of the casing installed, measurement being made from the end of casing to end of casing. Furnishing and installing casing of the various sizes called for will be paid for at the unit price bid per linear foot for furnishing and installing the casing complete in place and for which compensation is not otherwise provided in other bid items. The unit price bid shall be complete compensation for furnishing and installing the casing in place including back - filling, testing, grouting and shall include any and all incidental work not otherwise in- cluded in the bid items or otherwise provided for in the specifications. The casing diameters called for are based on precast reinforced concrete pipe, bell -and - spigot type with rubber gasket joints carrier pipe. Tunnel liner plate of the same diameter can be substituted with the approval of the Engineer. If flush joint carrier pipe is approved under storm sewers in tunnel or bore, then casing diameter can be reduced provided a 4-inch annular space is maintained around the carrier pipe circumference. Steel casing shall meet the requirements of specification Section 02448. Steel tunnel liner plate shall meet the requirements of specification Section 02425. 1.10 LAKE INLET STRUCTURES A. Payment will be made at the unit price bid for each lake inlet structure furnished and installed. This item shall include but is not limited to the excavation required for the inlet structure, the excavation required for the associated permanent erosion control, the excavation required for any final grading, the bedding and backfill, the reinforced concrete with form liners, access rings and covers, gratings and hatches, check valves as applicable, all other appurtenances, permanent erosion control including rock riprap and geotextile fabric, concrete riprap or slab with toe walls, and connection to the storm sewer pipe. The quantity eligible for payment shall be the number of lake structures furnished and installed in accordance with the plans and specifications. Concrete riprap or concrete slab with toe walls, when associated with a lake inlet, shall be included in the price bid for lake inlet structures. 1.11 HEADWALLS AND WINGWALL A. Payment will be made at the unit price bid for each headwall and wingwall furnished and installed. This item shall include but is not limited to the excavation required for the headwall and wingwall structure, the excavation required for the associated permanent erosion control, the excavation required for any final grading, the bedding and backfill, the reinforced concrete with form liners, all other appurtenances, permanent erosion control including rock riprap and geotextile fabric, and connection to the storm sewer pipe. The quantity eligible for payment shall be the number of headwall and wingwalls furnished and installed in accordance with the plans and specifications. 01266503 MEASUREMENT AND PAYMENT 01020 - 5 12/05 1.12 PREPARE RIGHT-OF-WAY A. Quantity eligible for payment will be the plan quantity. No field measurement will be made of the 100-foot centerline stations. Payment will be made at the unit price bid per centerline station of right-of-way preparation. The unit price bid shall include all labor, equipment, and incidentals necessary to clear, grub and remove all items that are in conflict with proposed improvements and not included in the bid items. No separate payment will be made for disposing of excess material. 1.13 CURB AND GUTTER REMOVAL A. Measurement will be made of the linear feet of curb and gutter actually removed. Payment will be made at the unit price bid per linear foot of curb and gutter removed. The contractor shall ensure that the Owner has the opportunity to measure the linear feet of curb and gutter prior to removal. If curb and gutter is removed without measurement by the Owner, no payment will be made for that removal.. The unit price bid shall include sawing, hauling, labor and equipment, incidental asphalt paving repair, and legal disposal for removal of the curb and gutter. 1.14 CONCRETE FLATWORK REMOVAL A. Measurement will be made of the area, in square yards, of concrete slab actually removed. Payment will be made at the unit price bid per square yard of concrete slab removed. The contractor shall ensure that the Owner has the opportunity to measure the area of concrete slab prior to removal. If concrete slab is removed without measurement by the Owner, no payment will be made for that removal. The unit price bid shall include sawing, breaking, hauling, labor and equipment, and legal disposal for removal of the concrete slab. Concrete valley gutters and concrete alley returns shall be defined as concrete flatwork. 1.15 CONCRETE SIDEWALK REMOVAL A. Measurement will be made of the area, in square yards, of concrete sidewalk flatwork actually removed, accessibility ramps included. Payment will be made at the unit price bid per square yard of concrete sidewalk flatwork removed. The contractor shall ensure that the Owner has the opportunity to measure the area of concrete flatwork prior to removal. If concrete flatwork is removed without measurement by the Owner, no payment will be made for that removal. The unit price bid shall include sawing, breaking, hauling, labor and equipment, and legal disposal for removal of the concrete sidewalk flatwork. 1.16 ASHALT PAVING REMOVAL A. Quantity eligible for payment will be the plans quantity, in square yards, of asphalt surfacing and stabilized base shown for removal. Payment will be made at the unit price bid per square yard of asphalt surfacing and stabilized base removed. The unit price bid shall include sawing, separating for salvage, break up into specified maximum size, hauling to City of Lubbock Stockpile location as specified, labor and equipment, and any incidental asphalt paving repair. 01266503 MEASUREMENT AND PAYMENT 01020 - 6 r 12/05 1.17 EXISTING VALVE BOX ADJUSTMENT A. Measurement will be made of the actual number of existing water valve boxes adjusted to final grade. The price bid per each shall include materials, labor, excavation, backfill and all other necessary and incidental items to adjust existing water valve boxes to final grade. Existing water valve box is considered to be existing in -situ within the project limits prior to beginning construction. 1.18 EXISTING MANHOLE ADJUSTMENT A. Measurement will be made of the number of existing manholes adjusted to final grade. The price bid per each manhole adjusted shall include materials, equipment, labor, excavation, backfill and all other items necessary and incidental to manhole adjustments to final grade. Existing manhole is considered to be existing in -situ in the project limits prior to beginning construction. 1.19 EXCAVATION FOR CHANNEL OR ROADWAY A. No measurement will be made of the volume of channel or roadway excavation. Payment will be made at the unit price bid per cubic yard for the plan quantity. The unit price bid shall be complete compensation for channel and roadway excavation, complete. 1.20 EMBANKMENT FOR ROADWAY A. No field measurement will be made of the volume, in cubic yards, for roadway embankment. Payment will be made at the unit price bid per cubic yard for roadway embankment for the plan quantity. The unit price bid shall be complete compensation for embankment for roadway, complete, in place. 1.21 OVEREXCAVATION A. Overexcavation shall be paid at the unit price bid per cubic yard for the removal of unsatisfactory soils, as measured in the field. Overexcavation must be concurred with by the Owner and the Engineer prior to its occurrence. Such payment shall be full compensation for labor, equipment, hauling, disposal, furnishing suitable backfill materials, compaction and all other items associated with overexcavation. If no overexcavation is required on the project, then the final quantity for this item will be zero. 1.22 SUBGRADE PREPARATION A. Measurement will be made of the area, in square yards, of subgrade preparation for each thickness of subgrade preparation specified. Payment will be made at the unit price bid per square yard for the thickness specified. The unit price shall be complete compensation for the subgrade preparation to lines and grades shown on the drawings, complete in place, and shall include shaping, density control and any incidental items required to complete the work. 01266503 MEASUREMENT AND PAYMENT 01020 - 7 12/05 1.23 FLEXIBLE BASE A. Measurement will be made of the area, in square yards, of flexible base. Payment will be made at the unit price bid per square yard. The unit price shall be complete compensation for the flexible base to lines and grades shown on the drawings, complete in place, and shall include shaping, density control and any incidental items required to complete the work. 1.24 ASPHALT CONCRETE PAVEMENT AND ASPHALT STABILIZED BASE COURSE A. Measurement will be made of the area, in square yards, of asphalt surface course or asphalt base course actually constructed. Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, tack and prime coats, and all incidentals necessary to complete the work. 1.25 PORTLAND CEMENT CONCRETE PAVING A. Measurement will be made of the area, in square yards, of concrete street paving actually constructed. Concrete street paving will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, reinforcement, forming, curbing, finishing, jointing, sealing, and all incidentals necessary to complete the work. 1.26 CONCRETE CURB AND GUTTER OR CONCRETE SAWTOOTH CURB AND GUTTER A. Measurement will be made of the linear feet of curb and gutter actually constructed as measured along the face of curb. Curb and gutter will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, forming, finishing, jointing, reinforcement and all incidentals necessary to complete the work. Fillets or spandrels in areas of concrete paving shall be paid as Portland Cement Concrete Paving. 1.27 CONCRETE RIPRAP A. Measurement will be made of the area, in square yards, of riprap actually constructed. Riprap will be paid for at the unit price bid per square yard for each specific type. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.28 CONCRETE SIDEWALKS A. Measurement will be made of the area, in square yards, of sidewalks actually constructed. Sidewalks will be paid for at the unit price bid per square yard for each specific type. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. 01266503 MEASUREMENT AND PAYMENT 01020 - 8 12/05 1.29 SIDEWALK RAMPS A. A count will be made of the sidewalk ramps actually constructed. Sidewalk ramps will be paid for at the unit price bid per each for each specific type. The unit price bid shall include furnishing and installing all materials, reinforcement, forming, finishing, jointing, surface treatments, and all incidentals necessary to complete the work. 1.30 CONCRETE DRIVEWAYS AND ALLEY APPROACHES A. Measurement will be made of the area, in square yards, of alley approaches and driveways. Alley approaches and driveways will be paid for at the unit price bid per square yard for each specific type. Curb on alley approaches and driveways will be included in the area measured for the slab and will not be paid as a separate item. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, curbing, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work. 1.31 CONCRETE VALLEY GUTTERS AND SPANDRELS A. Measurement will be made of the area, in square yards, of valley gutters and spandrels actually constructed. Valley gutters will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, curbing, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work. Low water crossings if shown on the plans as concrete pavement shall be measured and paid as Portland Cement Concrete Pavement. 1.32 CURB INLET WITH CHECK VALVE A. A count will be made of the curb inlet and associated check valve of various types and sizes actually installed. Curb inlet with check valve will be paid for at the unit price bid per each. The unit price shall be complete compensation for the installation of the curb inlet, complete in place, and shall include all materials, forming, finishing and all incidental work necessary to accomplish the work. 1.33 ELIMINATE PAVEMENT MARKINGS A. The linear feet quantity of the actual pavement markings removed will be measured for payment for the marking width ranges indicated. The unit price bid for eliminating pavement markings shall be full compensation for the elimination method used, equipment, materials, labor and necessary and incidental items. Removal of raised pavement markers will not be paid for directly and shall be considered subsidiary to the various bid items. Payment for eliminating pavement markings shall apply only to pavement markings in existence prior to construction and outside of payment demolition and pavement salvage areas. Elimination of Contractor's temporary pavement markings for traffic control purposes during construction shall not be paid under this item, but shall be considered subsidiary to traffic control bid item. 01266503 MEASUREMENT AND PAYMENT 01020 - 9 12/05 `- 1.34 REFLECTIVE PAVEMENT MARKINGS A. Striping — Measurement will be made of the linear feet of pavement markings of various widths and colors actually installed. Pavement markings will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to complete the work. B. Arrows and Words — A count will be made of the number of arrows and/or words actually installed. Payment will be made at the unit price bid per each arrow and/or word installed. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to complete the work. 1.35 REFLECTORIZED RAISED PAVEMENT MARKERS A. A count will be made of the number of raised reflective pavement markers actually installed. Payment will be made at the unit price bid per each reflective pavement marker installed. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to complete the work. 1.36 SMALL SIGN ASSEMBLIES A. A count will be made of the number of road sign assemblies actually installed. Payment _. will be made at the unit price bid per each road sign assembly installed. The unit price bid shall include furnishing and installing all materials, sign, post, plaque, accessories, excavation, filling, backfilling, and all incidentals necessary to complete the work. 1.37 RETAINING WALL A. The length of retaining wall will be measured along the centerline of the retaining wall actually constructed. Payment at the unit price bid per linear foot of retaining wall shall be full compensation for a complete installation in place including materials, excavation, density controlled backfill, curing, finishing and all items necessary and incidental to the work. 1.38 ELECTRICAL SERVICE A. A count will be made of the number of electrical services actually installed. Electrical services will be paid for at the unit price bid per each. The unit price bid shall include furnishing and installing all materials, accessories, and all incidentals necessary to complete the work. For traffic signals, one complete intersection shall count as one service. For roadway illumination, each service called for on the plans shall count as one service. 1.39 TRAFFIC POLE ASSEMBLY A. A count will be made of the number of traffic pole assemblies of various types furnished and delivered to the site ready for installation. Payment for traffic pole assemblies will be made at the unit price bid per each. 01266503 MEASUREMENT AND PAYMENT 01020 - 10 12/05 1.40 TRAFFIC POLE ERECTION A. A count will be made of the number of traffic pole assemblies installed. Payment will be made at the unit price bid per each. The unit price bid will be complete compensation for erecting the traffic pole assemblies, complete in place, and will include all materials, foundation, and all incidental work necessary to compete the work. 1.41 PEDESTRIAN POLE A. A count will be made of the number of pedestrian poles actually installed. Payment will be made at the unit price bid per each for pedestrian pole furnished and installed. The unit price bid shall include furnishing and installing all materials, foundation, associated wiring, conduits, accessories, and all incidentals necessary to complete the work. 1.42 SIGNAL HEAD A. A count will be made of the number of signal heads actually installed. Payment will be made at the unit price bid per each signal head installed. The unit price bid shall include furnishing and installing all materials, accessories, and all incidentals necessary to complete the work. 1.43 PEDESTRIAN SIGNAL AND PUSH BUTTON A. A count will be made of the number of pedestrian signal and push button actually installed. Payment will be made at the unit price bid per each pedestrian signal and push button installed. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to complete the work. 1.44 CONTROLLER FOUNDATION A. A count will be made of the number of controller foundation actually installed. Payment will be made at the unit price bid per each controller foundation installed. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to complete the work. 1.45 CONDUIT, CABLE AND GROUND BOXES A. Payment will be made at the lump sum bid for each system or lot of conduit, cable and ground boxes installed. The lump sum bid shall include furnishing and installing all materials, excavation, filling, backfilling, boring, and all incidentals necessary to complete the work. 1.46 CORRECTIVE EARTHWORK A. From Station 100 + 96.05 to Station 164 + 30.00 Within this station range shown on the plans, the quantity for payment will be the plans quantity in cubic yards provided the grades and cross sections for excavation are achieved. Deductions will be made for not achieving the full extent of the cross sections and grades shown on the plans. Additional quantity will not be considered for exceeding the excavation limits unless prior concurrence is received from the Owner on a case -by -case basis. 01266503 MEASUREMENT AND PAYMENT 01020 - 11 12/05 B. From Station 164 + 30.00 to Station 186 + 50.00 Within this station range, the actual volume of excavation in cubic yards will be measured for payment quantity. C. Payment at the unit price bid per cubic yard shall be full compensation for corrective earthwork, complete, including excavation, density controlled backfill, borrow, equipment, labor and other items necessary and incidental for complete construction. 1.47 GRAVEL LAYER FOR GEOGRID A. Payment for gravel layer for geogrid shall be at the unit price bid per cubic yard. Quantity for payment will be plans quantity in cubic yards. Payment at the unit price bid shall be full compensation for materials, hauling, placement, compaction, grading and all other items necessary and incidental to the work. 1.48 GEOGRID A. Payment for geogrid will be at the unit price bid per square yard for the square yards of geogrid actually installed, complete in place. No extra quantity will be included for geogrid that repairs damaged geogrid areas. Such payment shall be full compensation for the work, complete, in place, including materials, freight, storage, placement and all other items necessary and incidental to the work. 1.49 FENCE REPAIR A. Payment for fence repair will be made for actual linear feet of fence actually installed, as measured parallel and adjacent to the fence, at the unit price bid per linear foot of fence repair. Fence repair, at any particular location, shall be made with new materials of the same type of materials, grade of materials, dimensions, and alignment as the original fence. Such payment shall be full compensation for materials, labor, installation, excavation, fill, and all other items necessary and incidental to the work. No fence removal or repair is specifically called for on the project. It is recognized that some fence repair may be necessary for reasons beyond the Contractor's control. However, no payment will be made for fence repair that results from Contractor's actions that deliberately or negligently cause fence damages. 1.50 TREES A. The number of trees actually installed will be counted and paid at the unit price bid for each tree. Such payment shall be full compensation for materials, hauling, planting, fertilizing, labor, equipment and all other items necessary and incidental to the work. 1.51 IRRIGATION SYSTEM REPAIR A. A count will be made of the number of sprinkler heads to be installed or relocated. Payment will be made at the unit price bid per each of sprinkler heads installed, salvaged and/or replaced. The contractor shall ensure that the Owner has the opportunity to count the sprinkler heads prior to adjustment. If sprinkler heads are adjusted without allowing the count by the Owner, no payment will be made for that adjustment. The unit price bid shall include excavation, filling, backfilling, Class 200 PVC piping, fittings, risers, nozzles, controllers, wiring and all incidentals necessary to complete the work. 01266503 MEASUREMENT AND PAYMENT 01020 - 12 _. y 12/05 1.52 ILLUMINATION ASSEMBLIES A. Payment will be made at the unit price bid for each illumination assembly for the number of illumination assemblies actually installed. Payment shall be full compensation for materials, poles, fixtures, foundations, connecting conductors, labor, equipment and all other items necessary and incidental to the work, complete in place and operating. 1.53 POTABLE WATER PIPELINES A. The length of water pipelines of various sizes, type and classes to be paid for will be determined by measurement along the center lines of the pipe installed, measurement being made from existing water pipelines, at a new tap, to opposite end tap or end of pipe. No deduction will be made for valves and fittings. B. Furnishing and installing pipe of various sizes, types and depths specified and shown on the drawings will be paid for at the unit price bid per linear foot, complete in place. The unit price bid shall be complete compensation for furnishing and installing the pipe, �e including all trenching, embedment, density -controlled backfill, testing of lines, disinfection and shall include any and all incidental work not otherwise included in the bid items or otherwise provided in the specifications. 1.54 BUTTERFLY VALVE IN VAULT A. Payment will be made at the unit price bid for each butterfly valve combined with a vault, complete, actually installed for the size indicated. Such payment shall be full compensation for the butterfly valve in vault including valves, vaults, piping, excavation, density -controlled backfill, pressure testing, disinfection, bacterial testing and all other items necessary and incidental to the work. 1.55 INSERTED VALVE A. Payment will be made at the unit price bid for each inserted valve actually installed of the size indicated. Such payment shall be full compensation for materials, labor, equipment, proprietary fees, excavation, density -controlled backfill, disinfection, testing and all other items necessary and incidental to the work. 1.56 GATE VALVE A. Payment will be made at the unit price bid for each new gate valve actually installed of the size indicated. Such payment shall be considered full compensation for all necessary and incidental items required for a complete installation in compliance with the plans and specifications. 1.57 FITTINGS A. The weight of fittings shall be based on the cast iron or ductile iron mechanical joint and flanged fittings as listed in Tyler Pipe Utilities Mini -catalog including accessories. Payment for all work in this section will be included in the unit price per pound for fittings as shown in the proposal. Such payment shall be complete compensation for the complete performance of the work in accordance with the drawings and specifications, including excavation, blocking, embedment, density -controlled backfill and shall include any and all 01266503 MEASUREMENT AND PAYMENT 01020 - 13 12/05 incidental work not otherwise included in the bid item or otherwise provide for in the specifications. 1.58 VALVE BOX, NEW A. Payment will be made at the unit price bid for each new valve box for the number of new valve boxes actually furnished and installed. This item applies only to new valve boxes associated with new valves installed for this project. Valve boxes associated with existing valve box adjustments are subsidiary to the unit price bid for "Existing Valve Box Adjustment". Payment for new valve box shall be full compensation including excavation, materials, density -controlled backfill, labor, valve box pipe risers, equipment and all other items necessary and incidental to the work. 1.59 FIRE HYDRANT (REMOVE, SALVAGE AND REINSTALL) A. A count will be made of fire hydrants removed, salvaged for reinstallation and reinstalled. Fire hydrants will be paid for at the unit price bid per each. The unit price will be complete compensation for removing and reinstalling fire hydrants and shall include all materials, labor, excavation, backfilling, disinfection, testing, and all incidental work necessary to complete the work. Such payment shall be considered full compensation for the work item. 1.60 DEDUCTIONS AND ADDITIONS INDICATED ON DEDUCTION AND/OR ADDITION LINES OF THE BID FORM A. Where an addition or deduction to the total bid price has been placed on the Bid Form by the Bidder, such deduction or addition shall be applied to the partial payments on a pro-rata basis as follows: 1. For each partial payment, the progress money amount for work performed to date before retainage will be divided by the total project bid price, addition or deduction amount exclusive. 2. The fraction obtained will be applied to the addition or deduction amount to calculate the addition or deduction pro-rata to date at the time of the partial payment. 3. The resulting pro-rata addition or deduction to date will be applied to the amount representing the work to date. 4. Any addition or deduction remaining at the close of the project shall be applied to the final partial payment upon Owner's final acceptance of the work. 5. No addition or deduction indicated by the bidder shall subsequently be used to change the unit prices entered on the bid form. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01020 01266503 MEASUREMENT AND PAYMENT 01020 - 14 _ 12/05 SECTION 01027 APPLICATIONS FOR PAYMENT PART 1- GENERAL 1.1 SECTION INCLUDES A. Procedures for preparation and submittal of Applications for Payment. 1.2 RELATED SECTIONS A. Agreement: Contract Sum/Price and unit prices. B. General Conditions: Progress Payments and Final Payment. C. Section 01020 — Measurement and Payment. D. Section 01028 - Change Order Procedures: Procedures for changes to the Work. E. Section 01330 - Submittal procedures. F. Section 01700 - Contract Closeout. 1.3 FORMAT A. EJCDC 1910-8-E - Application for Payment including continuation sheets when required, or Owner forms, or Owner -approved form of the Contractor. B. For each item, provide a column for listing: Item Number; Description of work; Scheduled Value, Previous Applications; Work in Place; Authorized Change Orders; Total Completed; Percentage of Completion; Balance to Finish; and Retainage. 1.4 PREPARATION OF APPLICATIONS A. Present required information in typewritten form. B. Execute certification by signature of authorized officer. C. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment as specified in Section 01700. 1.5 SUBMITTAL PROCEDURES A. Submit four copies of each Application for Payment. B. Submit an updated construction schedule with each Application for Payment. Payment will not be made until an up-to-date schedule is received. C. Payment Period: Submit at intervals stipulated in the Agreement. 1.6 SUBSTANTIATING DATA A. When Engineer requires substantiating information, submit data justifying dollar amounts in question. 01266503 APPLICATIONS FOR PAYMENT 01027 - 1 12/05 B. Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01266503 APPLICATIONS FOR PAYMENT 01027 - 2 12/05 SECTION 01028 CHANGE ORDER PROCEDURES PART 1- GENERAL 1.1 SECTION INCLUDES A. Submittals. B. Documentation of change in Contract Sum/Price and Contract Time. C. Change procedures. D. Stipulated Price change order. E. Unit price change order. F. Time and material change order. G. Execution of change orders. H. Correlation of Contractor submittals. 1.2 RELATED SECTIONS A. Document - General Contract Conditions. B. Section 01027 - Applications for Payment. C. Section 01330 - Submittal Procedures. D. Section 01600 - Product Requirements. E. Section 01700 - Contract Closeout. 1.3 SUBMITTALS L A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms: EJCDC 1910-8-B Change Order, Owner's form, or other form approved by Owner. 1.4 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. Provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. 6. If subcontracted, provide subcontractor documentation according to General Contract Conditions and this specification. Show Contractor markup on subcontractor changes. D. Support each claim for additional costs, and for work done on a time and material basis, with - additional information: 1. Origin and date of claim. 01266503 CHANGE ORDER PROCEDURES 01028 - 1 12/05 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. Show Contractor markup on subcontractor work. 1.5 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications and a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. 1.6 CONSTRUCTION CHANGE AUTHORIZATION A. Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in Work. 1.7 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by Engineer. 1.8 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.9 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. 01266503 CHANGE ORDER PROCEDURES 01028 - 2 12/05 D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.10 EXECUTION OF CHANGE ORDERS A. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.11 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise _ sub -schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01266503 CHANGE ORDER PROCEDURES 01028 - 3 12/05 SECTION 01039 COORDINATION AND MEETINGS PART 1- GENERAL 1.1 SECTION INCLUDES A. Coordination. B. Progress meetings. C. Preconstruction meeting. 1.2 RELATED DOCUMENTS A. Drawings, General Contract Conditions, Special Provisions and Division 1 - General Requirements apply to work of this Section. 1.3 COORDINATION A. Coordinate scheduling, submittals, and work of the various Sections of the Specifications to assure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 PRECONSTRUCTION MEETING A. Engineer will schedule a meeting with the required attendees. B. Attendance Required: Owner, Engineer, Contractor and major Subcontractors. C. Agenda: 1. Distribution of executed Contract Documents. 2. Submission of list of Subcontractors, list of products and progress schedule. 3. Designation of personnel representing the parties in Contract and the Engineer. 4. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 5. Schedules. 6. Scheduling activities of construction testing lab. 7. Use of premises by Owner and Contractor. 8. Owner's requirements. 9. Construction facilities and controls provided by Owner. 10. Survey layout. 11. Security and housekeeping procedures. 12. Procedures for testing. 13. Procedures for maintaining record documents. 14. Inspection and acceptance of equipment or improvements put into service during construction period. 15. Other items as deemed necessary by Owner or Engineer. 01266503 COORDINATION AND MEETINGS 01039 - 1 12/05 D. Engineer will record minutes and distribute copies to participants. 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum bi-weekly intervals. B. Engineer will make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Engineer will record minutes and distribute copies to participants. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01266503 COORDINATION AND MEETINGS 01039 - 2 12/05 SECTION 01100 SUMMARY OF WORK PART 1- GENERAL 1.1 SECTION INCLUDES A. Work covered by Contract Documents. B. Contract. C. Work sequence. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and other Division 1 Specification Sections, apply to this Section. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Project consists of South Lubbock Drainage Improvements. 1. Project Location: Lubbock, Texas. 2. Owner: City of Lubbock, Texas. B. Work Summary 1. Project consists of approximately 1.5 miles of corrective earthwork, 1.5 miles of roadway improvements, 1.5 miles of 24-inch, 1510 feet of 30-inch and 1.1 miles of 36-inch gravity flow stormwater pipeline and inlet/outlet structures. 2. The work includes: a. Concrete pavement. b. Hot -mix asphaltic pavement. C. Asphalt stabilized base. d. Flexible base. e. Subgrade Preparation. f. Curb and gutter. g. Demolition. h. Sidewalks. i. Pavement markings. j. Traffic signals. k. Signs. 1. Traffic control. M. Subsurface excavation and backfill. n. Curb inlet. o. Rigid wall and/or flexible wall pipe installation for storm sewer. p. Manhole installation. q. Lake and basin inlet structures. r. Outlet headwalls and wingwalis. S. Grading and erosion protection around inlets. t. Seeding and sod. 01266503 SUMMARY OF WORK 01100 - 1 `" 12/05 3. Requirements: a. Tunneling or boring and jacking for pipe is required for: 1) All depths to bottom of pipe bedding greater than 45 feet. 2) All major city right-of-way crossings. 3) All major utility crossings. 4) All other locations identified in the drawings. b. Dewatering of lakes to elevations below post -project elevations shown on the drawings will not be permitted. C. Open trench excavation not backfilled to grade will be limited to 200 linear feet along the trench axis unless otherwise approved by the Owner. d. Notify the Engineer at least 14 calendar days prior to starting excavation work in each storm sewer segment coming from playa lakes and detention basin. 1.4 CONTRACT A. Project will be constructed under a general construction contract. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01100 01266503 SUMMARY OF WORK 01100 - 2 12/05 SECTION 01140 WORK RESTRICTIONS PART 1- GENERAL 1.1 SECTION INCLUDES A. Use of premises. B. Special scheduling requirements. C. Working period. D. Utility cutovers and interruptions. E. Noise restrictions. F. Occupancy requirements. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.3 USE OF PREMISES A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to within the limits of the construction easement or right-of-way as shown on plans. 2. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to employees and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. a. Schedule construction to minimize obstruction of driveways and entrances. b. Provide commercial and industrial occupants with at least one (1) driveway suitable to traffic in and out of the location when obstructions are inevitable. Some additional requirements are noted on the plans for some affected driveways. C. Driveways for residents who are handicapped in residential areas shall be kept in service to the extent feasible. Provide alternate assistance or access while driveway or street is blocked at any handicapped individual's residence. 3. When work is not being performed (i.e., workers are not present to control access), erect temporary fences to exclude pedestrians and animals from excavations that are three feet or greater in depth below grade. 1.4 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the work. B. Permission to interrupt any utility service shall be requested in writing a minimum of 14 calendar days prior to the desired date of interruption. 01266503 WORK RESTRICTIONS 01140 - 1 12/05 C. The work under this contract requires special attention to the scheduling and conduct of the work in connection with existing operations. Identify on the construction schedule each factor which constitutes a potential interruption to operations. 1.5 WORKING PERIOD A. Working Hours - Regular working hours shall be within an 11 hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday. The Owner reserves the right, at the Owner's discretion, to not allow work when it interferes with holiday times and traffic. No work shall be performed on the following holiday periods or days: 1. New Year's Day (observed) 2. Memorial Day Holiday (observed) 3. Independence Day Holiday (observed) 4. Labor Day Holiday (observed) 5. Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. 6. Christmas week. If Christmas Day falls on a Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on a Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. B. Work Outside Regular Hours - Work outside regular working hours requires Owner's approval. Make application 21 calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. Based on the justification provided, the Owner may approve work outside regular hours. During periods of darkness, the different parts of the work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. C. The drawings contain specific requirements that affect certain areas of the work. D. Work within residential and lake areas will be restricted to Monday through Friday as listed above unless tunneling operations are in progress in a residential or lake area. Tunneling operations, once started, may proceed 24-hours per day if required to prevent a "lock up" of the carrier pipe in an unlined tunnel bore, until the specific drive between two adjacent access shafts is complete. A tunnel drive using a tunnel boring machine may not be started on a Wednesday unless the drive can be completed by close of work hours on the - following Friday. The same restriction applies to boring and jacking operations. Lake areas are defined as the playa lakes where inlet structures and headwalls and wingwalls will be located and extending in all directions to adjacent street curbs. 1.6 NOISE RESTRICTIONS r A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas and for 24-hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. Contractor shall keep on site OSHA -approved hand portable sound measurement equipment for both the Owner's and the Contractor's use for measuring noise levels. I 01266503 WORK RESTRICTIONS 01140 - 2 12/05 1.7 WORK SEQUENCE RESTRICTIONS A. Trench dewatering operations shall not discharge more than five acre-feet (1.63 million gallons) of water to a lake that does not have its storm sewer and inlet in place for conveying the discharge water away from the lake unless otherwise allowed by the Owner. B. The upstream end of each pipe segment at each lake or basin shall not be placed closer than 40 feet from its horizontal position end point until all downstream storm sewers are in place and fully functional. The upstream end of the pipe shall be capped or plugged until such time as its associated inlet structure can be constructed; however, the joint shall remain fully useable and without damage once the cap or plug is removed. C. Construction materials and debris in lake areas below flood elevations of the lakes or basins shall be weighted, removed daily, or otherwise prevented from becoming floating hazards should precipitation runoff enter those areas. D. Contractor shall make every effort not to impede the water quality of any lake or basin area due to construction debris. E. The traffic signals and pavement markings called for at 93`d Street and Slide Road in the plans shall be in place and operating prior to closure of 981h Street. Toward this end, the Contractor may submit traffic signal and pavement marking submittals once the Owner has officially acted to award the Contract. F. The alternate driveway in the plans on the Hope Lutheran Church tract (plan sheet R-21) shall be constructed and placed in service prior to closure of the church's 98th Street driveways. 1.8 ADVANCE NOTICE A. Contractor shall provide a minimum of five days advance written notice of construction to businesses and residences along the construction route, immediately adjacent to the route. B. The advance written notice shall be in the form of a single -page flyer to be placed by hand by the Contractor's forces in door handles or handed to applicable individuals at each route adjacent building. C. The text for the advance written notice will be provided by the Owner in written form and electronic form. D. Reproduction shall be at the Contractor's expense. E. Distribution shall be at the Contractor's expense. F. Single -page flyers shall be of a paper or post -card color other than white to direct the recipient's attention to the information. G. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. H. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non-trafficability). 1.9 SEISMOGRAPHS A. The Contractor shall place seismographs to measure earth surface vibrations along the route of construction as construction progresses. B. No seismograph shall be located more than 75 feet from trench excavation, trench backfill, access shaft excavation, access shaft backfill, boring and jacking, tunneling, microtunneling, or cased auger boring operations, or more than 75 feet from corrective earthwork, demolition, flexible base and subgrade construction operations. 01266503 WORK RESTRICTIONS 01140 - 3 _: 12/05 C. Seismographs are not required at storm sewer inlet or outlet locations, or within lake or basin areas where existing structures are more than 100 feet from the location of the construction operations in paragraph B above. D. Seismographs are not required where operations involve surface work for pavement flexible base, asphalt stabilized base, hot mix asphalt pavement, portland cement concrete pavement, joint sealing, site clean-up, or hauling, provided that vibratory compaction equipment is not used. E. Seismograph traces shall be labeled with dates, and with location of the seismograph trace by line designation and base line station plus offset to nearest one foot. F. Seismograph records shall be maintained on site and made available to the Owner during normal work hours. The Owner shall not be prohibited from, nor charged for, making copies of the seismograph records. Such copies shall be at Owner's expense. 1.10 WATER FOR CONSTRUCTION A. Obtaining water for construction is Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. The City will not furnish potable water free of charge for the construction work. Contractor is responsible for any required metering and hauling. C. Water from park area lakes and basins shall not be used for construction unless construction operations are being performed within the boundary of the lake area and the Owner consents to the use of that water. Lake area and basin are defined in paragraph 1.5.D. D. This section does not preclude Contractor from seeking other water sources for use in construction. Such water sources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. 1.11 CORPS OF ENGINEERS PERMITS A. The Owner has made application to the U.S. Army Corps of Engineers and received permits for construction work within wetland areas and within waters of the United States. B. No claims by the Contractor for additional compensation will be approved where Corps of Engineers permits or the lack thereof, are cited as the reason for claiming additional compensation. PART2-PRODUCTS Not Used 01266503 WORK RESTRICTIONS 01140 - 4 12/05 PART 3 - EXECUTION 3.1 WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. Monuments and markers shall be protected before construction operations commence. Where construction operations are to be conducted during darkness, the markers shall be visible. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION 01140 01266503 WORK RESTRICTIONS 01140 - 5 12/05 SECTION 01310 PROGRESS SCHEDULES PART 1- GENERAL 1.1 SECTION INCLUDES A. Format. B. Content. C. Revisions to schedules. D. Submittals. 1.2 RELATED SECTIONS A. Section 01100 - Summary of Work. B. Section 01027 - Applications for Payment. C. Section 01330 - Submittal Procedures. 1.3 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum S 1/2 x 11 inches. D. Submit only if requested by Engineer or Owner at preconstruction or partnering conference. E. Maintain monthly updates to schedule. 1.4 CONTENT Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. A. Identify each item by specification Section number. B. Provide sub -schedules to define critical portions of the entire Schedule. C. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. D. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from Engineer. Indicate decision date for selection of finishes. 1.5 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 01266503 PROGRESS SCHEDULES 01310 - 1 12/05 1.6 SUBMITTALS A. Submit initial Schedules within 10 days after date established in Notice to Proceed. After review, resubmit required revised data within 10 days. B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. 1.7 DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01266503 PROGRESS SCHEDULES 01310 - 2 12/05 SECTION 01322 PHOTOGRAPHIC DOCUMENTATION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Periodic construction photographs. 3. Preconstruction videotapes. 4. Periodic construction videotapes. B. Related Sections include the following: 1. Division 1 Section "Submittal Procedures" for submitting construction photographs. 1.3 SUBMITTALS A. Submit three complete sets of preconstruction photographs or videotape to Engineer. All three sets will be retained by the Owner and the Engineer. 1. Identification: On back of each print or videotape, provide an applied label or rubber-stamped impression with the following information: a. Name of Project. b. Name and address of photographer. C. Name of Engineer. d. Name of Contractor. e. Date photograph was taken. f. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. 2. Digital Images: Submit a complete set of digital image electronic files with each submittal of prints. Identify electronic media with date photographs were taken. Submit images that have the same aspect ratio as the sensor, uncropped. Digital images shall be in a *.jpg format. 3. Transcript: Prepared on 8-1/2-by-Il-inch (A4) paper, punched and bound in heavy- duty, 3-ring, vinyl -covered binders. Mark appropriate identification on front and spine of each binder. Include a cover sheet with the same label information as the corresponding videotape. Include name of Project and date of videotape on each page. PART 2 - PRODUCTS Not Used 01266503 PHOTOGRAPHIC DOCUMENTATION 01322 - 1 12/05 PART 3 - EXECUTION 3.1 PHOTOGRAPHS, GENERAL A. Field Office Prints: Retain one set of prints of preconstruction photographs in the field office at Project site, available at all times for reference. Identify photographs the same as for those submitted to Engineer. 3.2 CONSTRUCTION PHOTOGRAPHS A. Preconstruction Photographs: Before starting construction, take color photographs of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Take photographs to show existing conditions adjacent to the property before starting the Work. 2. Take photographs of existing structures either on or adjoining the property to accurately record the physical conditions at the start of construction. B. Periodic Construction Photographs: As needed to document damage either directly related to or inadvertently related to the Contractor's operations, photograph the area in question and provide to Engineer. 3.3 CONSTRUCTION VIDEOTAPES/DVD, GENERAL A. Narration: Describe scenes on videotape/DVD by audio narration by microphone while recording. Include description of items being viewed, recent events, and planned activities. Describe vantage point, indicating location, direction (by compass point), and elevation or story of construction. B. Videotape shall be provided in VHS format. DVD format is also acceptable provided that playback quality is equal or superior to VHS playback. 3.4 CONSTRUCTION VIDEOTAPES A. Preconstruction Videotape: Before starting construction, record videotape of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Show existing conditions on and adjacent to Project site before starting the Work. 2. Show existing structures either on or adjoining Project site to accurately record the physical conditions at the start of construction. 3. Existing condition videotapes shall cover the entire project route. 4. Show protection efforts by Contractor. B. Periodic Construction Documentation: As needed to document damage either directly related to or indirectly related to the Contractor's operations, videotape the area in question and provide to Engineer. END OF SECTION 01322 01266503 PHOTOGRAPHIC DOCUMENTATION 01322 - 2 12/05 SECTION 01330 SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and other Division 1 Specification Sections, apply to this Section. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Owner's or Engineer's V responsive action. Submittals may be rejected for not complying with requirements. B. Informational Submittals: Written information that does not require Owner's or Engineer's approval. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES ! A. General: Electronic copies of CAD Drawings of the Contract Drawings will not be provided by Owner or Engineer for Contractor's use in preparing submittals. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Owner and Engineer reserve the right to withhold action on a submittal r requiring coordination with other submittals until related submittals are received. C. Submittals Schedule: Comply with requirements in Division 1 Section "Progress Schedules" for list of submittals and time requirements for scheduled performance of related construction activities. D. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Owner's or Engineer's receipt of submittal. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Owner or Engineer will advise Contractor when a submittal being f processed must be delayed for coordination. 2. If more than five submittals are transmitted for review within any five-day period, the time allowed for review will be increased to 21 days. 01266503 SUBMITTAL PROCEDURES 01330 - 1 12/05 3. Concurrent Review: Where concurrent review of submittals by Engineer's consultants, Owner, or other parties is required, allow 21 days for initial review of each submittal. 4. If intermediate submittal is necessary, process it in same manner as initial submittal. 5. Allow 15 days for processing each resubmittal. Each resubmittal will count toward the submittal count in any five-day period in paragraph 1.4.13.2 above. 6. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. E. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 x 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Owner or Engineer. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. C. Name and address of Owner. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer, if different than supplier. h. Unique identifier, including revision number. i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Other necessary identification. F. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals. G. Additional Copies: Submit specified number of copies to Owner or Engineer. Submit additional copies if required by Contractor for his work. Unless additional copies are required for final submittal, and unless Owner or Engineer observes noncompliance with provisions of the Contract Documents, initial submittal may serve as final submittal if approved by Owner or Engineer. H. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Owner and/or Engineer will discard submittals received from sources other than Contractor. 1. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Owner or Engineer on previous submittals, and deviations from requirements of the Contract Documents, including minor variations and limitations. Include the same label information as the related submittal. 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 3. Transmittal Form: Use Contractor's business transmittal form. Provide locations on form for the following information: a. Project name. b. Date. C. Destination (To:). d. Source (From:). e. Names of subcontractor, manufacturer, and supplier. f. Category and type of submittal. g. Submittal purpose and description. 01266503 SUBMITTAL PROCEDURES 01330 - 2 j 12/05 h. Submittal and transmittal distribution record. i. Remarks. j. Signature of transmitter. I. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. J. Use for Construction: Use only final submittals with mark indicating action taken by Owner or Engineer in connection with construction. PART 2 - PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. 1. Number of Copies: Submit five copies of each submittal, unless otherwise indicated. The five copies will be retained by the Owner or Engineer. Any additional copies that the Contractor may need for his operations will be in addition to the five copies required. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's product specifications. b. Manufacturer's installation instructions. C. Standard color charts. d. Manufacturer's catalog cuts. e. Printed performance curves. f. Compliance with recognized testing agency standards. g. Application of testing agency labels and seals. h. Notation of coordination requirements. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. C. Fabrication and installation drawings. d. Schedules. e. Design calculations. f. Compliance with specified standards. g. Notation of coordination requirements. h. Notation of dimensions established by field measurement. 2. Sheet Size: Submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 24 by 36 inches. 3. Number of Copies: Submit five blue- or black -line prints of each shop drawing submittal. Owner and Engineer will retain all five prints. 01266503 SUBMITTAL PROCEDURES 01330 - 3 12/05 - D. Samples: Prepare physical units of materials or products, including the following: 1. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Refer to individual Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar construction characteristics. 2. Disposition: Maintain sets of approved test panels at Project site, available for quality -control comparisons throughout the course of construction activity. Test panels may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. b. Test panels that are not designated as Owner's property, are the property of Contractor. Regardless of property ownership, test panels shall not be removed until approved to do so by the Engineer. 2.2 INFORMATIONAL SUBMITTALS A. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. B. Manufacturer's Field Reports: Prepare written information documenting factory -authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory -authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. D. Construction Videotapes: Comply with requirements in Division 1 Section "Photographic Documentation". 01266503 SUBMITTAL PROCEDURES 01330 - 4 _ _s 12/05 PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Owner or Engineer. B. Approval Stamp: Stamp each submittal with a uniform approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER'S AND ENGINEER'S ACTION A. General: Owner or Engineer will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. Owner or Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: 1. No exception taken. 2. Make corrections noted. 3. Revise and resubmit. 4. Rejected. 5. The submittal stamp by the Owner or Engineer will also contain the following: a. Checking is only for general conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing his work in a satisfactory manner. 6. In lieu of stamping, the Owner or Engineer can use a submittal review cover sheet that contains the same review comment categories and review language as in 3.2.B.1-5 listed above. C. Informational Submittals: Owner or Engineer will review each submittal and will not return it, or will reject and return it, if it does not comply with requirements. D. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION 01330 01266503 SUBMITTAL PROCEDURES 01330 - 5 12/05 SECTION 01356 STORM WATER POLLUTION PREVENTION PLAN (SWP3) PARTI-GENERAL 1.1 GENERAL A. The Contractor shall implement the Storm Water Pollution Prevention measures specified in this section and shown on the drawings in a manner which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No. TXR150000. The Contractor shall be responsible for any fines or penalties assessed by the Texas Commission on Environmental Quality (TCEQ) for failure to make required inspections, failure to properly document those inspections, failure to adequately implement the Storm Water Pollution Prevention measures specified or shown on the drawings in a manner to adequately control pollutants, and/or any other fines or penalties assessed by TCEQ for failure to comply with any part of the permit requirements. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. B. The document provided in Appendix A is to serve as a skeleton for the Storm Water Pollution Prevention Plan and is provided only as a convenience to the Contractor. It is the Contractor's responsibility to ensure that his Storm Water Pollution Prevention Plan is in full compliance with the TPDES permit. The Contractor shall modify the document as necessary to show implementation plans, dates of construction activities, best management practices, inspection reports, and any other information pertinent to the plan or otherwise required to ensure that the plan remains in compliance with permit. C. Fines levied against the Owner by the TCEQ for the Contractor's failure to comply with and maintain the SWP3 shall be paid by the Contractor. D. Storm water must be adequately routed during construction operations in the same general direction as currently occurs. PART 2 - PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric 1. The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. The filament shall consist of a long -chain synthetic polymer composed of at least 85 percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life at a temperature range of 0 to 120 degrees F. The filter fabric shall meet the following requirements: 01266503 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 1 12/05 FILTER FABRIC FOR SILT FENCE PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30% max. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec — 1 AOS (U.S. Std. Sieve) ASTM D 4751 20-100 B. Silt Fence Stakes and Posts 1. The Contractor may use either wooden stakes or steel posts for fence construction. Wooden stakes utilized for silt fence construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is used, and shall have a minimum length of 4 feet. Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of 4 feet. C. Identification Storage and Handling 1. Filter fabric shall be identified, stored and handled in accordance with ASTM D 4873. 2.2 COMPONENTS FOR STRAW BALES A. Straw Bales 1. The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses such as byhalia, Bermuda, etc., furnished in air dry condition. The bales shall have a standard cross section of 14 inches by 18 inches. All bales shall be either wire -bound or string -tied. The Contractor may use either wooden stakes or 3/8" rebar to secure the straw bales to the ground. Wooden stakes utilized for this purpose shall have minimum dimensions of 2 inches x 2 inches in cross section and shall have a minimum length of 3 feet. Rebar utilized for securing straw bales shall have a minimum diameter of 3/8" and a minimum length of 3 feet. PART 3 - EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. The Contractor has been provided a skeleton in Appendix A which may be used by the Contractor for the development of the SWP3. Contractor must keep a copy of the SWP3 on site at all times. B. A completed Notice of Intent (NOI) form must be submitted a minimum of 48 hours prior to start of construction. No work will be permitted until NOI is filed. C. Contractor shall maintain SWP3 in accordance with the TPDES permit to ensure that the SWP3 reflects current project conditions and remains in compliance with the TPDES permit. 01266503 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 2 12/05 D. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. E. The Contractor shall furnish Owner with copy of NOI and NOT. END OF SECTION 01356 01266503 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 3 12/05 SECTION 01400 QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality -control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's quality - control procedures that facilitate compliance with the Contract Document requirements. 1.2 RELATED DOCUMENTS I A. Drawings and general provisions of the Contract, including General and Special Conditions and other Division 1 Specification Sections, apply to this Section. B. Divisions 2 through 16 Sections for specific test and inspection requirements. 1.3 DEFINITIONS A. Quality -Assurance Services: Activities, actions and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements. B. Quality -Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. 1.4 SUBMITTALS A. Qualification Data: For individuals employed by Contractor who will perform testing as required by the various specification Sections, submit at least 30 days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual will perform. For outside testing agency employed by Contractor, submit at least 30 days prior to being used on the project the name, address and manager of such testing agency and the types of tests that the agency will perform. Such testing agency shall be acceptable to Owner prior to being used on the project. B. Reports: Prepare and submit written reports within 14 days following the date of the test that include the following: 1. Date of issue. 2. Project title and number. 01266503 QUALITY REQUIREMENTS 01400 - 1 12/05 3. Name, address and telephone number of testing agency. If individual employed by Contractor, use Contractor's name, address and telephone number. 4. Dates and locations of samples and tests. 5. Names of individuals making tests. 6. Description of the work and test method. 7. Identification of material, product and specification Section. 8. Complete test or inspection data. 9. Test results and interpretation of test results. 10. Ambient conditions at time of sample taking and testing. 11. Comments and opinion on whether tested work complies with the Contract Document requirements and the applicable specification Section. 12. Name and signature of individual performing the test if employee of Contractor, or name and signature of testing agency responsible person. 13. For failing tests, recommendations on retesting unless specification Sections provide procedure for retesting. C. Professional Engineer Qualifications: Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Testing Agency Qualifications: An agency with the experience and capability to conduct testing indicated, as documented by ASTM E548, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. The Contractor shall not perform preconstruction testing except through a third -party testing agency. F. Testing Agency Responsibilities: Submit certified written report of each test and similar Quality Assurance service to Contractor. Interpret tests and state in each report whether tested work complies with or deviates from the Contract Documents. 1.5 QUALITY CONTROL A. Owner Responsibilities: Where quality -control services are indicated as Owner's or Engineer's responsibility, such services may be performed by Owner's own forces or by a qualified testing agency to perform these services. 1. Owner or Engineer will furnish Contractor with names, addresses and telephone numbers of testing agencies engaged by Owner. 2. Owner may elect to have own forces, or a third -party testing agency, observe and report on competency of Contractor's personnel performing quality control testing, inspect and report on Contractor's quality control testing equipment and the calibration of that equipment, and inspect and report on Contractor's procedures for quality assurance of construction materials tests and test reports. The Owner shall notify the Contractor of reported deficiencies revealed by the above inspections and observations. The Contractor shall correct such deficiencies. Should such deficiencies remain uncorrected, then the amount of the work represented by the deficiencies will be deemed as not conforming to the requirements of the contract documents and the specifications. B. Contractor Responsibilities: Provide quality control services required in the various specification Sections. 1. Where third -party testing agency is engaged by Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. 01266503 QUALITY REQUIREMENTS 01400 - 2 I 12/05 2. Contractor shall not engage the same testing agencies as the Owner, unless the Owner agrees in writing to such engagement. 3. Where testing is indicated as Contractor's responsibility, submit certified written reports in duplicate of each testing service, whether performed by Contractor's personnel or Contractor -engaged testing agency. Such reports shall include failing tests and retests. 4. Testing requested by Contractor and not required by Contract Documents are Contractor's responsibility. 5. Cooperate with Owner and Engineer for Owner's testing of work. Once the Owner or Engineer has given prior notification to the Contractor that confirmation testing by the Owner is to be performed, the Contractor shall provide or leave in place trench shields, ladders, elevators, lifts, or other equipment or temporary construction related to safety, access, and ingress -egress such that the Owner's testing representative can have safe accessibility to the specific site to be tested. Failure to provide these items when confirmation testing is scheduled shall be considered prima facie evidence that the work does not meet specifications and the Owner has the option of withholding payment for the work quantity that the test would represent. 6. Where Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: Regardless of whether original tests were Contractor's responsibility, provide quality -control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests and inspections. 1. Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. 2. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements. 3. Submit a certified written report, in triplicate, of each test, inspection, and similar quality -control service through Contractor. 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality -control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field -curing of test samples. 5. Additional associated services required of Contractor for testing access are listed in the specification Sections. 6. Delivery of samples to testing agencies. 01266503 12/05 QUALITY REQUIREMENTS 01400 - 3 I L 7. Preliminary design mix proposed for use for material mixes that require control by testing agency. 8. Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. G. Schedule of Tests and Inspections: Prepare a preliminary schedule of tests, inspections, and similar quality -control services required by the Contract Documents. Submit schedule within 30 days of date established for Notice to Proceed. 1. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. PART2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. END OF SECTION 01400 01266503 QUALITY REQUIREMENTS 01400 - 4 y _n 12/05 SECTION 01420 REFERENCES PART 1- GENERAL .1.1 SECTION INCLUDES A. This section of the specifications includes: 1. Summary of Industry Standards. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and other Division 1 Specification Sections, apply to this Section. 1.3 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": The term "approved," when used to convey Owner's or Engineer's action on Contractor's submittals, applications, and requests, is limited to Owner's or Engineer's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": Terms such as "directed," "requested," "authorized," "selected," "approved," "required," and "permitted" mean directed by Owner or Engineer, requested by Owner or Engineer, and similar phrases. D. "Indicated": The term "indicated" refers to graphic representations, notes, or schedules on Drawings or to other paragraphs or schedules in Specifications and similar requirements in the Contract Documents. Terms such as shown, noted, "scheduled," and "specified" are used to help the user locate the reference. E. "Regulations": The term "regulations" includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Provide": The term "provide" means to furnish and install, complete and ready for the intended use. G. "Installer": An installer is the Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. H. "Project site" is the space available for performing construction activities. t - 1.4 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. 01266503 REFERENCES 01420 - 1 12/05 B. Conflicting Requirements: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to Owner or Engineer for a decision before proceeding. 1. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated _ numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Owner or Engineer for a decision before proceeding. C. Abbreviations and Acronyms for Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. AASHTO American Association of State Highway and (202) 624-5800 Transportation Officials www.aashto.org ACI American Concrete Institute/ACI International (248) 848-3700 www.aci-int.ors ACPA American Concrete Pipe Association (972) 506-7216 www.concrete-pipe.org Al Asphalt Institute (859) 288-4960 www.asphaltinstitute.org AIA American Institute of Architects (The) (800) 242-3837 www.ai" RISC American Institute of Steel Construction, Inc. (800) 644-2400 www.ascc.ore (312) 670-2400 AISI American Iron and Steel Institute (202) 452-7100 www.steel.org - ANSI American National Standards Institute (212) 642-4900 www.ansi.gM ASCE American Society of Civil Engineers (800) 548-2723 www.asce.org (703) 295-6300 ASTM American Society for Testing and Materials (610) 832-9585 www.astm.org AWWA American Water Works Association (800) 926-7337 www.awwa.ore (303) 794-7711 01266503 REFERENCES 01420 - 2 12/05 CDA Copper Development Association Inc. (800) 232-3282 www.copper.org (212) 251-7200 CLFMI Chain Link Fence Manufacturers Institute (301) 596-2583 www.chainlinkinfo.com CRSI Concrete Reinforcing Steel Institute (847) 517-1200 www.crsi.org CSI Construction Specifications Institute (The) (800) 689-2900 www.csinet.org (703) 684-0300 EJMA Expansion Joint Manufacturers Association, Inc. (914) 332-0040 www.eima.org FM Factory Mutual System (See FMG) FMG FM Global (401) 275-3000 (Formerly: FM - Factory Mutual System) www.fmglobal.com GRI Geosynthetic Research Institute (610) 522-8440 www.drexel.edu/gri NRMCA National Ready Mixed Concrete Association (301) 587-1400 www.nrmca.org NSA National Stone, Sand and Gravel Association (800) 342-1415 www.aggregates.org (703) 525-8788 PCI Precast/Prestressed Concrete Institute (312) 786-0300 www.pci.org SDI Steel Deck Institute (847) 458-4647 www.sdi.org TPI Turfgrass Producers International (800) 405-8873 www.turfgrasssod.org (847) 705-9898 UL Underwriters Laboratories Inc. (800) 704-4050 www.ul.com (847) 272-8800 01266503 REFERENCES 01420 - 3 12/05 D. Abbreviations and Acronyms for Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. BOCA BOCA International, Inc. (800) 214-4321 www.bocai.ora (708) 799-2300 CABO Council of American Building Officials (See ICC) IAPMO International Association of Plumbing and (909) 472-4100 Mechanical Officials (The) www.iapmo.ora ICBO International Conference of Building Officials (800) 284-4406 www.icbo.org (562) 699-0541 ICC International Code Council (703) 931-4533 (Formerly: CABO - Council of American Building Officials) www.iccsafe.or SBCCI Southern Building Code Congress International, (205) 591-1853 Inc. www.sbcci.or E. Abbreviations and Acronyms for Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. CE Army Corps of Engineers (601) 634-2355 CRD Standards www.usace.army.mil CFR Code of Federal Regulations (888) 293-6498 www.access.go.gov/nara/cfr (202) 512-1530 EPA Environmental Protection Agency (202) 260-2090 www.epa.gov FED -STD Federal Standard (See FS) FS Federal Specification (Available from DOD, GSA, and NIBS) 01266503 REFERENCES 01420 - 4 _.4 12/05 NIST National Institute of Standards and Technology (301) 975-6478 www.nist.gov OSHA Occupational Safety & Health Administration (800) 321-6742 (See CFR 29) (202) 219-5000 www.osha.gov TCEQ Texas Commission on Environment Quality (806) 796-7092 www.tceg.state.tx.us (512) 239-1000 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01420 01266503 REFERENCES 01420 - 5 12/05 SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. B. Temporary utilities include, but are not limited to, the following: 1. Drainage water service. 2. Sanitary facilities, including toilets, wash facilities, and drinking -water facilities. Provide separate male and female sanitary facilities. 3. Electric power service. 4. Telephone service. C. Support facilities include, but are not limited to, the following: 1. Temporary roads and paving. 2. Dewatering facilities and drains. 3. Project identification and signs. 4. Field offices. 5. Storage and fabrication sheds. 6. Construction aids and miscellaneous services and facilities. D. Security and protection facilities include, but are not limited to, the following: 1. Environmental protection. 2. Stormwater control. 3. Tree and plant protection. 4. Site enclosure fence. 5. Security enclosure and lockup. 6. Barricades, warning signs, and lights. 7. Security guard. E. Related Sections include the following: 1. Division 1 Section 01356, "Stormwater Pollution Prevention". 2. Division 1 Section 01555, "Barricades, Signs and Traffic Handling". 3. Division 2 Section "Dewatering" for disposal of ground water at Project site. 4. Division 2 Section "Hot -Mix Asphalt Paving" for construction and maintenance of asphalt paving for temporary roads and paved areas. 1.3 USE CHARGES A. General: Cost or use charges for temporary facilities are not chargeable to Owner or -- Engineer and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the following: 1. Owner. 2. Owner's forces. 01266503 TEMPORARY FACILITIES AND CONTROLS 01500 - 1 12/05 3. Engineer. 4. Resident Project Representative. 5. Testing agencies. 6. Personnel of authorities having jurisdiction. B. Sewer Service: Pay sewer service use charges for sewer usage by all parties engaged in construction at project site if Contractor connects to City sewer system. C. Water Service: Pay water service use charges, whether metered or otherwise, for water used by all entities engaged in construction activities at Project site. D. Electric Power Service: Pay electric power service use charges, whether metered or otherwise, for electricity used by all entities engaged in construction activities at Project site. 1.4 QUALITY ASSURANCE A. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.5 PROJECT CONDITIONS A. Conditions of Use: The following conditions apply to use of temporary services and facilities by all parties engaged in the Work: 1. Relocate or remove temporary services and facilities as required by progress of the Work. PART 2-PRODUCTS 2.1 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Owner or Engineer. Provide materials suitable for use intended. B. Pavement: Comply with Division 2 Section 02741 "Hot -Mix Asphalt Paving". C. Portable Chain -Link Fencing: Minimum 2-inch 9-gage, galvanized steel, chain -link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8-inch- OD line posts and 2-7/8-inch- OD corner and pull posts, with 1-5/8-inch- OD top and bottom rails. Provide galvanized steel bases for supporting posts. D. Water: Potable. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. 01266503 TEMPORARY FACILITIES AND CONTROLS 01500 - 2 12/05 3.2 TEMPORARY UTILITY INSTALLATION A. General: Engage appropriate local utility company to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations. 1. Provide adequate capacity. 2. Obtain easements to bring temporary utilities to Project site where Owner's easements or property cannot be used for that purpose. B. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If neither sewers nor drainage facilities can be lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off -site in a lawful manner. 1. Filter out excessive soil, construction debris, chemicals, oils, and similar contaminants that might clog sewers or pollute waterways before discharge. 2. Connect temporary sewers to municipal system as directed by sewer department officials. 3. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. After heavy use, restore normal conditions promptly. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking -water fixtures. Comply with regulations and health codes for type, number, location, operation, and maintenance of fixtures and facilities. 1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Maintain adequate supply. Provide covered waste containers for disposal of used material. D. Electric Power Service: Install electric power service underground, unless overhead service must be used. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. E. Telephone Service: Provide temporary telephone service throughout construction period for common -use facilities used by all personnel engaged in construction activities. Install separate telephone line for each field office. 1. Provide additional telephone lines for the following: a. In field office with more than two occupants, install a telephone for each additional occupant or pair of occupants. b. Provide a dedicated telephone line for each facsimile machine and computer with modem in each field office. 2. At each telephone, post a list of important telephone numbers. a. Police and fire departments. b. Ambulance service. C. Contractor's home office. d. Contractor's field office. e. Contractor's emergency contact number. f. "On -call" personnel. g. Engineers' office. h. Owner's office. i. Principal subcontractors' field and home offices. 3. Provide an answering machine or voice mail service on superintendent's telephone. 4. Furnish superintendent with electronic paging device for use when away from field office, or provide a portable cellular telephone with voice mail capability for superintendent's use in making and receiving telephone calls when away from field office. 01266503 TEMPORARY FACILITIES AND CONTROLS 01500 - 3 12/05 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Locate field offices, storage sheds, sanitary facilities, and other temporary construction and support facilities for easy access. Submit location of these facilities to Owner for approval. 2. Maintain support facilities until near Substantial Completion. Remove before Substantial Completion. B. Traffic Controls: Provide temporary traffic controls at junction of temporary roads with public roads. Include warning signs for public traffic and "STOP" signs for entrance onto public roads. Comply with requirements of authorities having jurisdiction. C. Dewatering Facilities and Drains: Comply with requirements in applicable Division 2 Sections for temporary drainage and dewatering facilities and operations not directly associated with construction activities included in individual Sections. Where feasible, use same facilities. Maintain Project site, excavations, and construction free of water. D. Project Identification and Temporary Signs: Prepare four project identification signs with the information listed below. Install signs to inform public and persons seeking entrance to Project. Do not permit installation of unauthorized signs. Submit the layout and dimensions of the sign to the Owner. The sign and lettering shall be of sufficient size to be visible and legible at 100 feet distance. 1. Project sign to include the following information. List all items on separate lines of the sign. a. City of Lubbock, Texas b. Ca�italImprovements Street Paving Drainage Improvements C. 98' and d. Contractor: (include name of contractor and location of their main headquarters) e. Engineer: Parkhill, Smith & Cooper, Inc., Lubbock, Texas f. Hugo Reed and Associates, Inc., Lubbock, Texas g. Kleinfelder, Inc. (Geotechnical) h. Project Serving the Citizens of Lubbock, Texas 2. Engage an experienced sign painter to apply graphics for Project identification signs. 3. Prepare temporary signs to provide directional information to construction personnel and visitors. 4. Construct signs of exterior -type Grade B-B high -density concrete form overlay plywood. Support on posts or framing of preservative -treated wood or steel. 5. Paint sign panel and applied graphics with exterior -grade alkyd gloss enamel over exterior primer. E. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Containerize and clearly label hazardous, dangerous, or unsanitary waste materials separately from other waste. 1. If required by authorities having jurisdiction, provide separate containers, clearly i labeled, for each type of waste material to be deposited. F. Common -Use Field Office: Provide an insulated, weathertight, air-conditioned field office for use as a common facility by all personnel engaged in construction activities; of sufficient size to accommodate required office personnel and meetings of 12 persons at Project site. Keep office clean and orderly. 1. Furnish and equip offices as follows: a. Desk and four chairs, four -drawer file cabinet, a plan table, a plan rack, and bookcase. 01266503 TEMPORARY FACILITIES AND CONTROLS 01500 - 4 12/05 b. Water cooler and private toilet complete with water closet, lavatory, and medicine cabinet with mirror. G. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment involved, including temporary utility services as needed. Sheds may be open shelters or fully enclosed spaces on -site. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Tree and Plant Protection: Comply with requirements in Division 2 Section "Tree and Plant Protection". B. Barricades, Warning Signs, and Lights: Comply with standards and code requirements for erecting structurally adequate barricades. Paint with appropriate colors, graphics, and warning signs to inform personnel and public of possible hazard. Where appropriate and needed, provide lighting, including flashing amber lights. C. Site Enclosure Fence: When excavation begins, install portable chain -link enclosure fence with lockable entrance gates. Locate where determined sufficient to accommodate construction operations and to protect the site. Install in a manner that will prevent people, dogs and other animals from easily entering site except by entrance gates. 3.5 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage caused by freezing temperatures and similar elements. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. 2. Prevent water -filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. C. Termination and Removal: Remove each temporary facility when need for its service has ended, or no later than Substantial Completion. 1. Materials and facilities that constitute temporary facilities are the property of Contractor. Owner reserves right to take possession of Project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements. END OF SECTION 01500 01266503 TEMPORARY FACILITIES AND CONTROLS 01500 - 5 12/05 SECTION 01555 BARRICADES, SIGNS AND TRAFFIC HANDLING PART 1-GENERAL 1.1 DESCRIPTION A. This Item shall govern for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. PART 2-PRODUCTS 2.1 BARRICADES, SIGNS AND DEVICES A. All barricades, signs and other types of devices listed above shall conform to details shown on the plans or those indicated in the Texas Manual on Uniform Traffic Control Devices (TMUTCD). All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. 2.2 CONCRETE TRAFFIC BARRIERS A. Concrete traffic barriers may be concrete barriers as shown on the drawings or may be other concrete or water -filled traffic barriers that have proven performance and meet all desirable evaluation criteria of National Cooperative Highway Research Program Report 350 (NCHRP 350) for vehicle speeds of the adjacent roadway. Application of the barrier or barrier system shall be in accordance with the manufacturer's recommendations. 2.3 TEMPORARY PAVEMENT MARKINGS A. Materials, handling and installation shall be in accordance with Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 1993 (TxDOT) Item 662. B. Layout, color and placement shall conform with the TMUTCD and be verified by the Owner's representative before installation. PART 3 - EXECUTION 3.1 GENERAL A. For this project a Traffic Control Plan (TCP), responsive to the TMUTCD, has been established by the Engineer. The Contractor may propose his own TCP. Contractor - proposed major modifications to the Traffic Control Plan shall bear the seal of a Registered Professional Engineer. If his plan is approved in writing by the Engineer or Owner, it may be used. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on the project site or in the immediate area to insure compliance with the TCP. 01266503 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 1 12/05 3.2 MAINTENANCE A. All retroreflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing or a combination thereof such that during darkness and rain the retroreflective characteristics shall equal or exceed the retroreflective characteristics of traffic industry standard reflective panels. END OF SECTION 01555 01266503 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 2 12/05 SECTION 01576 WASTE MATERIAL DISPOSAL PART 1- GENERAL 1.1 SECTION INCLUDES A. Disposal of waste material and salvageable material. 1.2 RELATED SECTIONS A. Section 02240 — Dewaterin . g B. Section 02300 — Earthwork. C. Section 02317 — Excavation and Backfill for Utilities. 1.3 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 — Submittal Procedures. B. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances or State law. C. Submit a copy of written permission from property owner, along with description of property, prior to disposal or temporary stockpiling of excess material from the Project. Submit a written and signed release from property owner upon completion of disposal or stockpile work. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas; Parkhill, Smith & Cooper, Inc.; Hugo Reed and Associates, Inc.; and Kleinfelder, Inc. as the entities to be held harmless in any subsequent legal proceeding. Both property permissions and signed releases shall be attested to by a notary public. If the property Owner was involved in the easements shown on the drawings, consult with Owner for language that does not contradict easement language. PART 2-PRODUCTS Not Used PART 3-EXECUTION 3.1 SALVAGEABLE MATERIAL A. Excavated Material: When indicated on drawings, load, haul, and deposit excavated material at a location or locations shown on drawings outside the limits of Project. B. Asphalt Pavement and Asphalt Stabilized Base: Conform to requirements in Section 02221 — Removing Existing Pavements. C. Other Salvageable Materials: Conform to requirements of individual Specification Sections. D. Coordinate the delivery of salvageable material to a specified location with the Engineer. 01266503 WASTE MATERIAL DISPOSAL 01576 - 1 12/05 - 4t t 3.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess soil may be deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from property owner. See Paragraph 1.3.0 above. C. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. D. Excess material may be disposed at the West Texas Region Disposal Facility. There will be a tipping fee for construction debris and for excess uncontaminated soil. For a complete list of fees associated with the West Texas Region disposal Facility, please go to the City's website at http://solidwaste.ci.lubbock.tx.us/disposal/disfees.htm. There will also be a fee of $15.00 per load for every truck that is not covered properly when coming to the landfill. All tipping fees shall be considered to be included in the Contractor's bid prices in accordance with specification Section 01020. END OF SECTION 01266503 WASTE MATERIAL DISPOSAL 01576 - 2 12/05 SECTION 01600 PRODUCT REQUIREMENTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and other Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following administrative and procedural requirements: product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; product substitutions; and comparable products. B. Related Sections include the following: 1. Division 1 Section "References" for applicable industry standards for products specified. 2. Divisions 2 through 16 Sections for specific requirements for warranties on products and installations specified to be warranted. 1.3 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft. Comply with manufacturer's written instructions. 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. 5. Store products to allow for inspection and measurement of quantity or counting of units. 6. Store materials in a manner that will not endanger Project structure. 7. Store products that are subject to damage by the elements under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 8. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather -protection requirements for storage. 9. Protect stored products from damage. 01266503 PRODUCT REQUIREMENTS 01600 - 1 12/05 1.4 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. PART2-PRODUCTS 2.1 COMPARABLE PRODUCTS A. Where products or manufacturers are specified by name, submit the following, in addition to other required submittals, to obtain approval of an unnamed product: 1. Evidence that the proposed product does not require extensive revisions to the Contract Documents, that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of engineers and owners, if requested. 5. Samples, if requested. PART 3 - EXECUTION Not Used END OF SECTION 01600 01266503 PRODUCT REQUIREMENTS 01600 - 2 12/05 SECTION 01700 CONTRACT CLOSEOUT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Contract Conditions, Special Conditions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. 1.3 RELATED SECTIONS A. Section 01500 — Temporary Facilities and Controls. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 01266503 CONTRACT CLOSEOUT 01700 - 1 12/05 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, -- referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. 4. Changes made by addenda and modification. F. Submit documents to Engineer as project is completed and with claim for final Application for Payment. 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. F. Provide Affidavit of Bills Paid as required by General Contract Conditions and Owner. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01700 01266503 CONTRACT CLOSEOUT 01700 - 2 12/05 DIVISION 2 SECTION 02082 PRE -CAST CONCRETE MANHOLES AND VAULTS PART I -GENERAL 1.1 SECTION INCLUDES A. This section of the specifications pertains to pre -cast concrete manholes and related items. 1.2 RELATED SECTIONS A. Drawings and general provisions of the contract, including General and Special Conditions and other Division 1 specifications, apply to this section. B. Section 02635 — Centrifugally Cast Fiberglass Pipe. C. Section 02637 — Filament Wound Fiberglass Pipe. D. Section 02638 — Reinforced Concrete Pipe. E. Section 02317 — Excavation and Backfill for Utilities. F. Section 02084 — Frames, Grates, Rings, and Covers. 1.3 REFERENCES A. ASTM A 307 - Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile. B. ASTM C 443 - Standard Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets. C. ASTM C 478 - Standard Specification for Precast Reinforced Concrete Manhole Sections. D. ASTM C 857 — Minimum Structural Design Loading for Underground Precast Concrete Utility Structures. E. ASTM C 858 — Underground Precast Concrete Utility Structure. F. ASTM C 1107 - Packaged Dry, Hydraulic -Cement Grout (Nonshrink). G. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. H. ASTM D 698 - Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft) I. ASTM D 2997 - Specification for Centrifugally Cast Fiberglass (Glass -Fiber -Reinforced Thermosetting Resin) Pipe 1.4 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit manufacturer's data and details of following items for approval: 1. Shop drawings of manhole sections and base units and construction details, including reinforcement, jointing methods, materials, and dimensions. 2. Summary of criteria used in the manhole design including, as a minimum, material properties, loadings, load combinations, and dimensions assumed. Include certification from manufacturer that precast manhole design is in full accordance with ASTM C 478 and design criteria as established in Paragraph 2.1 E of this Specification. 3. Shop drawings of precast concrete products, including reinforcement, jointing, methods, materials, and dimensions. 01266503 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 - 1 12/05 4. Summary of criteria used in the vault design including, as a minimum, material properties, loadings, load combinations, and dimensions assumed. Include certification from manufacturer that precast manhole design is in full accordance with ASTM C 857 and ASTM C 858 latest revisions, except as modified herein and on the drawings for internal pressure requirements. 5. Materials to be used for pipe connections at manhole/vault walls. 6. Materials to be used for stubs and stub plugs, if required. 7. Manufacturer's data for pre -mix (bag) concrete, if used for channel inverts and benches. 8. Material to be used for sealing of riser joints. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver number of units needed in a timely manner to the project site to ensure installation continuity. Each section or part of manhole shall be labeled with the manhole designation from the drawings to which that section or part belongs. Each section or part shall be labeled prior to being shipped from the manufacturer's plant. Any manhole section arriving from the manufacturer without a manhole designation applied to it shall not be unloaded. B. Store and handle the units at the project site to prevent cracking, distortion, staining, or other physical damage, and so that markings are visible. Lift and support units at designated lift points. C. Deliver anchorage items that are to be embedded in other construction before starting such work. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART 2-PRODUCTS 2.1 PRE -CAST CONCRETE MANHOLES A. Provide manhole sections, base sections, and related components conforming to ASTM C 478, except as modified herein and on the drawings for internal pressure requirements. Provide base riser section with integral floors, unless shown otherwise. Provide adjustment rings which are standard components of the manufacturer of the manhole sections. Mark date of manufacture and name or trademark of manufacturer on inside of barrel. Mark outside and inside of barrel with manhole designation from the drawings as required in paragraph 1.5.A. B. Provide reinforced concrete risers constructed from 60-inch-diameter standard reinforced concrete manhole sections unless otherwise indicated on Drawings. Combine various lengths of manhole sections to total the correct height with the fewest joints. Wall sections shall be designed for depth and loading conditions as required in Paragraph 2.1 E, but shall not be less than 6 inches thick. Base section shall have a minimum thickness of 12 inches under the invert. In situations where the depth from the ground surface to the flowline of the pipe is less than 15 feet, 48 inch diameter standard reinforced concrete manhole sections may be used for the riser. Each riser section shall be numbered and labeled inside and outside from base to top cone section with the sequence of manhole stackout. C. Provide eccentrically reducing cone tops to receive cast iron frames and covers designed to support an H-20 loading, unless indicated otherwise. 01266503 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 - 2 12/05 D. Design Loading Criteria: The manhole walls, transition slabs, cone tops, and manhole base slab shall be designed, by the manufacturer, to the requirements of ASTM C 478 for the depth as shown on Drawings and to resist the following loads. 1. AASHTO H-20 loading applied to the manhole cover and transmitted down to the transition and base slabs. 2. Unit soil weight of 120 pcf located above all portions of the manhole, including base slab projections. 3. Lateral soil pressure based on saturated soil conditions producing an at -rest equivalent fluid pressure of 100 pcf. 4. Internal liquid pressure based on a unit weight of 62.4 pcf for the full height of the manhole. 5. Dead load of manhole sections fully supported by the transition and base slabs. E. The minimum clear distance between any two wall penetrations shall be 12 inches, half the diameter of the smaller penetration, or as specified by the manufacturer, whichever is most stringent. F. For sealants used between concrete riser sections, refer to Section 02082, 2.7 B. G. Lifting holes in manhole sections and bases are not permissible unless such openings can be made watertight under 15 psi internal pressure, with only minor weeping over 15 psi internal pressure. Such watertightness shall be proven by a hydrostatic test of four hours duration. H. Manhole sections must withstand an internal pressure, without backfill and without exceeding allowable stress in wall reinforcement, as follows: 1. Total hydrostatic head of 34.5 feet if manhole height exceeds 34.5 feet. 2. If manhole height is less than 34.5 feet in height, the lower one-third of the manhole height must withstand 15 psi internal pressure. Above one-third the manhole height, the internal pressure may be reduced at the rate of 2.31 feet of rise equal to 1 psi pressure reduction. I. Where internal pressure requirements cannot be met, use ASTM C76 Class III pipe with stress in wall reinforcement not to exceed 16 Ksi. J. Provide ASTM C443 joints for all ASTM C76 riser sections. 2.2 CAST -IN -PLACE CONCRETE A. Conform to requirements of Section 03300 — Cast -in -Place Concrete. B. Channel Inverts: Concrete for inverts not integrally formed with manhole base shall be either 5 sack premix (bag) concrete or ready -mix concrete, with a minimum compressive strength of 4000 psi. 2.3 REINFORCING STEEL A. Reinforcing steel shall conform to requirements of Section 03300 — Cast -in -Place Concrete. 2.4 MORTAR A. Conform to requirements of ASTM C 270, Type S using Portland Cement. 2.5 MISCELLANEOUS METALS A. Provide gray -iron frames, rings, and covers conforming to requirements of Section 02084 — Frames, Grates, Rings and Covers. 01266503 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 - 3 12/05 2.6 PIPE TO MANHOLE/VAULT CONNECTIONS FOR STORM SEWERS A. For smooth wall pipe (Fiberglass), attach a 360' pullout prevention flange as shown on drawings. B. Grout space between the pipe and manhole -wall conforming to ASTM C 1107 for all pipe materials. C. For smooth wall pipe (fiberglass) where wall roughening and a press -seal WS-30 waterstop are used, Engineer shall furnish that penetration detail where Contractor proposes to use smooth wall pipe. 2.7 SEALANT MATERIALS A. Provide sealing materials between precast concrete adjustment ring and manhole cover frame, such as ConSeal CS-202 Butyl Sealant or approved equal. B. Seal joints between sections with ConSeal CS-202 Butyl Sealant or approved equal conforming to ASTM C 990. C. Provide rubber gaskets for ASTM C443 joints. 2.8 BACKFILL MATERIALS A. Backfill materials shall conform to the requirements of Section 02317 - Excavation and Backfill for Utilities. 2.9 NON -SHRINK GROUT A. Provide prepackaged, inorganic, flowable, non -gas -liberating, non-metallic, cement -based grout requiring only the addition of water. B. Grout shall meet the requirements of ASTM C 1107 and shall have a minimum 28-day compressive strength of 7000 psi. C. Grout shall be recommended by the manufacturer for use in wet environments and immersion service. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that lines and grades are correct. B. Determine if the subgrade, when scarified and recompacted, can be compacted to 95 percent of maximum Standard Proctor Density according to ASTM D 698 prior to placement of foundation material and base section. If it cannot be compacted to that density, the subgrade shall be moisture conditioned until that density can be reached or shall be treated as an unstable subgrade. 3.2 MANHOLE BASE SECTIONS AND FOUNDATIONS A. Scarify and compact base material to 95% ASTM D698 standard proctor density. If the subgrade cannot be compacted to the required density or if it contains organic materials, then excavate to stable subgrade, then backfill with lean concrete backfill to required elevation. 01266503 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 - 4 12/05 3.3 PRE -CAST MANHOLE SECTIONS A. Install sections, joints, and gasket material in accordance with manufacturer's printed recommendations. B. Install precast adjustment rings above tops of cones as required to adjust the finished elevation and to support the manhole frame. C. Seal any lifting holes with non -shrink grout where lifting holes have been allowed by the Engineer. Pressure and leakage requirements in paragraph 2.1 apply. D. Do not incorporate manhole steps in manhole sections. 3.4 PIPE CONNECTIONS AT MANHOLES A. Ensure that the pipe will not pull out of manhole by using flange or corrugations as shown on plans. B. Grout all space between pipe and manhole wall with non -shrink grout. Coat concrete receiving surfaces with an epoxy bonding agent. 3.5 INVERTS FOR STORM SEWERS A. Construct invert channels to provide a smooth flow transition waterway with no disruption of flow at pipe -manhole connections. Conform to following criteria: 1. Slope of invert bench: %2 inch per foot minimum; 1 inch per foot maximum 2. Depth of bench to invert shall be equal to %2 the largest diameter pipe, entering the manhole. 3. Invert slope through manhole: 0.10-foot drop across manhole with smooth transition of invert through manhole, unless otherwise indicated on Drawings. B. Form invert channels with concrete if not integral with manhole base section. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. Provide curves for side inlets and smooth invert fillets for flow transition between pipe inverts. 3.6 MANHOLE FRAME AND ADJUSTMENT RINGS A. Combine precast concrete adjustment rings so that the elevation of the installed casting cover matches the pavement surface. Seal between adjustment ring and the precast top section with approved sealant material. Seal between adjustment rings with approved sealant material. Set the cast iron frame on the adjustment ring in a bed of approved sealant. The sealant bed shall consist of two beads of sealant, each bead having minimum dimensions of 1/2-inch thick and 3/4-inch wide. Load manhole top to completely seat the frame, adjustment rings, and stackout sections. B. For manholes in unpaved areas, top of frame shall be set flush with existing ground line unless otherwise indicated on Drawings. In unpaved areas, encase the manhole frame in mortar or non -shrink grout placed flush with the face of the manhole ring and the top edge of the frame. Provide a rounded corner around the perimeter. Prior to encasing manhole frame, load manhole top to completely seat the frame, adjustment rings, and stackout sections. 01266503 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 - 5 E 12/05 3.7 BACKFILL A. Place and compact backfill materials in the area of excavation surrounding manholes in accordance with requirements of Section 02317 - Excavation and Backfill for Utilities. Provide cement stabilized backfill material, as specified for the storm sewer pipe, from manhole foundation up to an elevation 12 inches over each pipe connected to the manhole, unless otherwise shown on the drawings. Provide trench zone backfill, as specified for the adjacent utilities, above the cement stabilized backfill. Provide cement stabilized backfill to a greater depth if required by the manhole manufacturer. 3.8 TESTING A. Vacuum test manhole according to ASTM C 1244. Refer to Section 02533 — Acceptance Testing For Storm Sewers. 3.9 PROTECTION A. Protect manholes from damage until work has been finally accepted. Repair damage to manholes at no additional cost to Owner. END OF SECTION 02082 01266503 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 - 6 12/05 SECTION 02084 FRAMES, GRATES, RINGS, AND COVERS PART 1- GENERAL 1.1 SECTION INCLUDES A. This section of the specifications covers gray iron castings for use as manhole frames and lids, gratings, and rings. 1.2 RELATED SECTIONS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specification sections, apply to this section. B. Section 02082 — Pre -cast Concrete Manholes and Vaults. C. Section 03300 — Cast -in -Place Concrete. D. Section 05500 — Metal Fabrications. 1.3 REFERENCES A. AASHTO - American Association of State Highway and Transportation Officials Standard Specification for Highway Bridges. B. ASTM A 48 - Specification for Gray Iron Castings. C. ASTM A 615 - Standard Specification for Deformed Billet -Steel Bars for Concrete Reinforcement. D. AWS - D 12.1 Welding Reinforcing Steel. 1.4 SUBMITTALS A. Submit product data in accordance with Section 01330 Submittal Procedures. B. Submit copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions. C. Submit shop drawings for fabrication and installation of casting assemblies that are not included in Drawings. Include plans, elevations, sections and connection details. Show anchorage and accessory items. Include setting drawings for location and installation of castings and anchorage devices. PART 2-PRODUCTS 2.1 GENERAL CASTINGS A. Castings for frames, grates, rings and covers shall conform to ASTM A 48, Class 35. Provide locking covers if indicated on Drawings. B. Castings shall be capable of withstanding the application of an AASHTO H-20 loading without permanent deformation. 01266503 FRAMES, GRATES, RINGS, AND COVERS 02084 - 1 12/05 2.2 2.3 2.4 C. Fabricate castings to conform to the shapes, dimensions, and with wording or logos shown on the Drawings. Standard dimensions for manhole covers are 24 inches in diameter. Cast dimensions may vary by +/- 1/16 inch per foot. Weight shall not vary from published weight by more than +/- 5 percent. D. Castings shall be clean, free from blowholes and other surface imperfections. Cast holes in covers shall be clean and symmetrical, free of plugs. FRAMES AND COVERS FOR MANHOLES A. Where indicated on the drawings, provide manhole frames and covers, East Jordan Iron Works 2040 manhole lid and ring with Type 5 pick bar, labeled "storm sewer", with a minimum weight of 280 lbs, or approved equal. SPECIAL FRAMES AND COVERS FOR MANHOLES A. Where indicated on the drawings, provide watertight manhole frames and covers with a minimum of four one -inch anchor bolt holes in the frame flange. Supply watertight manhole covers and frames meeting Neenah R-1916-D (335 pounds), Neenah R-1916-E (410 pounds), Neenah R-1916-F (330 pounds), Neenah R-1916-F1 (375 pounds), or equal to fit cone section and adjustment rings, and to allow for anchor bolts extending into the cone section. Frame and cover shall be suitable for internal low pressure storm water service to 20 pounds per square inch internal pressure. B. Anchor lid with manufacturer's recommended size, number, and strength of bolts and nuts. C. Lid to be stamped "Storm Sewer". D. Anchor frame with 7/8-inch Hilti stainless steel bolt or stainless steel threaded rod with washer and nut. Embed anchor bolts a minimum of three inches into concrete cone section of manhole, exclusive of length required to penetrate adjustment rings. Use a minimum of four bolts evenly spaced on the frame circumference. Minimum pullout force per bolt to be 3,000 pounds in tension. Use anchor bolts equal to Hilti HVA System or Hilti Kwik Bolt II System. Total anchor bolt length dependent on frame thickness and number of grade rings. Top nuts, after tightening, shall leave at least three full threads of the bolt showing above the nut. CASTINGS FOR INLET STRUCTURES A. Where indicated on the drawings, provide manhole frames and covers, East Jordan Iron Works 2141 with 135 lb. lid, or approved equal. B. Where indicated on drawings for "stair step" inlets, provide slab type frame and grate with anchor flange, Neenah R-3340-D or approved equal. C. Where indicated on the drawings for "tower" inlets, provide slab type ring and grate, East Jordan Iron Works V-3600-5 or approved equal. PART 3 - EXECUTION 3.1 INSTALLATION A. Install castings according to approved shop drawings, instructions given in related specifications, and applicable directions from the manufacturer's printed materials. 01266503 FRAMES, GRATES, RINGS, AND COVERS 02084 - 2 12/05 B. Set castings accurately at required locations to proper alignment and elevation. Keep castings plumb, level, true, and free of rack. Measure location accurately from established lines and grades. Brace or anchor frames temporarily in formwork until permanently set. C. At inlets, wedge the manhole covers and grates with hammered -in -place metal wedges to prevent removal unless wedges are first removed. Metal wedges must be removable by sledge hammer. END OF SECTION 02084 01266503 FRAMES, GRATES, RINGS, AND COVERS 02084 - 3 12/05 f. i SECTION 02085 ADJUSTING MANHOLES AND VALVE BOXES PART 1 - GENERAL 1.1 . SECTION INCLUDES A. This section of the specifications pertains to adjustment of existing sanitary sewer manholes and water works valve boxes. The term existing refers to those items existing prior to construction of the current project. Adjustments are for the purpose of matching finished grades on the project. 1.2 RELATED SECTIONS A. Drawings and general provisions of the contract, including General and Special Conditions and other Division 1 specifications, apply to this section. B. Section 02082 — Pre -cast Concrete Manholes and Vaults. C. Section 02084 — Frames, Grates, Rings, and Covers. D. Section 02260 — Excavation Support and Protection. E. Section 02301 — Corrective Earthwork. F. Section 02317 — Excavation and Backfill for Utilities. G. Section 02320 — Utility Backfill Materials. H. Section 02665 — Water Works Piping, Valves and Fittings. 1.3 REFERENCES A. ASTM C478 — Standard Specification for Pre -cast Reinforced Concrete Manhole Sections. B. ASTM A48 — Specification for Gray Iron Castings. 1.4 SUBMITTALS A. Conform to requirements of Section 01330 — Submittal Procedures. B. Submit manufacturer's data and details of the following items for approval: 1. Shop drawings of manhole sections, dimensions, details, materials, reinforcement. 2. Certification that manhole products meet ASTM C478. 3. Manhole joint sealant materials. 4. Manhole frame inserts and covers. 5. Manufacturer's valve box data to include dimensions, materials, and cover markings. 1.5 DELIVERY, STORAGE AND HANDLING A. Comply with specification Section 02082 — Pre -cast Concrete Manholes and Vaults, Section 02084 — Frames, Grates, Rings, and Covers, and Section 02665 — Water Works Piping, Valves, and Fittings as applicable for delivery, storage and handling of materials. 01266503 ADJUSTING MANHOLES AND VALVE BOXES 02085 - 1 12/05 PART2-PRODUCTS 2.1 MANUFACTURED PRODUCTS A. For manhole adjustments, products shall comply with Section 02082 — Pre -cast Concrete Manholes and Vaults. B. For replacement manhole frames and covers, products shall comply with Section 02084 — Frames, Grates, Rings and Covers. Covers shall be stamped "City of Lubbock, Texas, Sanitary Sewer". C. For replacement valve boxes and valve box risers, products shall comply with Section 02665 — Water Works Piping, Valves and Fittings. Valve box covers shall be stamped "Water". D. Manhole frame inserts equal to East Jordan Iron Works. PART 3 - EXECUTION 3.1 MATERIALS DETERMINATION A. Reuse manhole frames and covers and water valve boxes if they are in good condition as determined by the Engineer. B. Furnish and install new materials where existing materials can not be used because of their condition or the quantity is insufficient to achieve the required adjustment. C. All materials for adjustment shall be considered to be included in the bid price. No additional compensation will be considered. 3.2 ASSOCIATED WORK A. Conform to applicable specification sections for excavation, backfill, grout, joint sealing, and other items necessary and incidental to the utility adjustment. 3.3 LOWERING MANHOLES A. Where the overall height adjustment of existing manhole results in lowering the top of manhole: B. If existing grade rings are present, remove sufficient grade rings to make the adjustment to match finish grade. C. If no existing grade rings are present, replace a riser section or the top cone with a shorter section or cone, finish adjustment to grade with pre -cast concrete grade rings. D. Maximum grade ring stacking is limited to a 12-inch vertical dimension. E. Contractor shall take precautions so that foreign material (dirt, trash, debris, etc.) is not introduced into the sanitary sewer from construction activity. 3.4 RAISING MANHOLES A. Where the overall height adjustment of an existing manhole results in increasing the top elevation of the manhole: B. For an overall height increase of 1 % inches or less, use a cast iron or steel frame insert. C. For an overall height increase of more than 1 %2 inches, insert pre -cast concrete adjustment rings to adjust the frame and cover to proposed final grade. 01266503 ADJUSTING MANHOLES AND VALVE BOXES 02085 - 2 iLl 12/05 D. If the overall height increase in paragraph 3.4.13 results in more than 12 inches of grade ring stacking, furnish and install a replacement manhole riser section or cone of height such that grade ring stacking is maintained at 12 inches or less of total height. E. Contractor shall take precautions so that foreign material (dirt, trash, debris, etc.) is not introduced into the sanitary sewer from construction activity. 3.5 VALVE BOX ADJUSTMENT A. Adjust water valve box elevations by adjusting the vertical length of riser pipe between the water valve and the valve box. END OF SECTION L 01266503 ADJUSTING MANHOLES AND VALVE BOXES 02085 - 3 12/05 SECTION 02221 REMOVING EXISTING PAVEMENTS PART 1- GENERAL 1.1 SECTION INCLUDES A. This section of the specifications covers the removal of existing pavements. Included, but not limited to the following are: concrete paving, asphaltic paving, concrete curb and/or gutter, miscellaneous items. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and other Division 1 Specification Sections, apply to this Section. B. Section 01576 — Waste Material Disposal. C. Section 02300 — Earthwork. D. Section 02317 — Excavation and Backfill for Utilities. E. Section 02741— Hot -Mix Asphalt Paving. F. Section 03300 — Cast -in -Place Concrete. 1.3 REGULATORY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 01576 — Waste Material Disposal. B. Coordinate removal work with utility companies. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Obtain advance approval from Engineer for dimensions and limits of removal work. B. Identify known utilities below grade. Stake and flag locations. C. Prior to removal of any concrete curb and gutter, Contractor shall survey the section of curb and gutter to determine existing grades and elevations. Submit survey field notes to the Engineer prior to removal of curb and gutter. All curb and gutter will be installed to the original grades and elevations unless otherwise required by the plans or approved by the Owner and Engineer. 3.2 PROTECTION A. Protect the following from damage or displacement: 1. Adjacent public and private property. 01266503 REMOVING EXISTING PAVEMENTS 02221 - 1 ___, 12/05 2. Trees, plants, and other landscape features designated to remain. 3. Utilities designated to remain. 4. Pavement and utility structures designated to remain. 5. Bench marks, monuments, and existing structures designated to remain. 3.3 REMOVALS A. Remove pavements and structures by methods that will not damage underground utilities. Do not use a drop hammer near existing underground utilities. B. Minimize amount of earth loaded during removal operations. C. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. Do not break concrete pavement or base with drop hammer unless concrete or base has been saw cut to a minimum depth of 2 inches. D. Where street and driveway saw cut locations coincide or fall within 3 feet of existing construction or expansion joints, break out to existing joint. E. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint. F. Any existing concrete which is damaged or destroyed beyond the neat lines so established shall be replaced at the Contractor's expense. G. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat clean appearance. H. Where reinforcement is encountered in the removed portions of structures to be modified, a minimum of 1-foot of steel length shall be cleaned of all old concrete and left in place to tie into the new construction where applicable. I. Salvaged asphalt pavement and asphalt stabilized base inside the city limits shall be salvaged and delivered to stockpile area at 84`h Street and Avenue P. Salvage to depth indicated in drawings and general notes. Material shall be crushed to a maximum diameter of 2-inches. 3.4 BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02300 — Earthwork or 02317 — Excavation and Backfill for Utilities as applicable to the specific portion of the work. 3.5 DISPOSAL _ A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 01576 — Waste Material Disposal. END OF SECTION 02221 01266503 REMOVING EXISTING PAVEMENTS 02221 - 2 12/05 SECTION 02231 TREE AND PLANT PROTECTION PART 1-GENERAL 1.1 SECTION INCLUDES A. Tree and plant protection. 1.2 RELATED SECTIONS A. Section 02260 — Excavation Support and Protection B. Section 02300 — Earthwork C. Section 02317 — Excavation and Backfill for Utilities D. Section 02318 — Borrow E. Section 02320 — Utility Backfill Materials 1.3 REFERENCE A. ANSI A300 — Tree, Shrubs, and Other Woody Plants Maintenance — Standard Practice. B. ASTM D448 — Standard Classification for Sizes of Aggregate for Road and Bridge Construction. C. ASTM D 5268 — Standard Specification for Topsoil Used for Landscaping Purposes. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 — Submittal Procedures. B. Submit qualification data for firms and persons to demonstrate their capabilities and experience with tree and plant protection. Include lists of completed projects with project names and addresses, names and addresses of Engineers and Owners, and other information specified. C. Submit certification from a qualified arborist that trees indicated to remain have been protected during construction according to recognized standards and that trees were promptly and properly treated and repaired when damaged. D. Submit maintenance recommendations from a qualified arborist for care and protection of trees affected by construction during and after completing the Work. E. Submit a damage assessment from a qualified arborist describing any damage to trees and shrubs that occur during construction. Include recommendations on appropriate course of action to restore vegetation to its preconstruction condition. F. Submit a detailed description of the tree and plant protection measures to be taken. G. Submit a detailed preconstruction survey of the preconstruction condition of trees, shrubs, and grassed areas potentially impacted by the work. Prior to starting any onsite construction activities, the Contractor and the Engineer and Owner's representative shall make a joint condition survey after which the Contractor shall prepare a brief report indicating on a layout plan the condition of trees, shrubs and grassed areas immediately adjacent to work sites and adjacent to the assigned storage area and access routes as applicable. Include a complete photographic or video record of all existing trees, shrubs and grassed areas. This report will be signed by the Engineer, Owner's representative and the Contractor upon mutual agreement as to its accuracy and completeness. 01266503 TREE AND PLANT PROTECTION 02231 - 1 12/05 1.5 QUALITY ASSURANCE A. Work shall be performed by an experienced tree service firm that has successfully completed tree protection and trimming work similar to that required for this Project and that will assign an experienced, qualified arborist to Project site on a full-time basis during execution of the Work. B. Work shall be performed under the supervision of an arborist certified by the International Society of Arboriculture or licensed in the jurisdiction where Project is located. C. Prune indicated trees and shrubs according to ANSI A300, "Trees, Shrubs, and Other Woody Plant Maintenance — Standard Practices," unless more stringent requirements are indicated. If no trees or shrubs are indicated to be removed, replaced or pruned, then such removal, replacement or pruning shall be considered to be at Contractor's convenience with no additional compensation. The Owner must approve all trees or shrubs not indicated for removal, replacement or pruning. D. Before installing tree protection and/or trimming, a meeting with representatives of authorities having jurisdiction, Owner, Engineer, consultants, and other concerned entities including the City of Lubbock Parks Department may be required to review tree protection and trimming procedures and responsibilities. Notify participants at least three working days before convening meeting. Record discussions and agreements and furnish a copy to each participant. PART 2-PRODUCTS 2.1 MATERIALS A. Drainage fill as needed shall be selected crushed stone, or crushed or uncrushed gravel, washed, ASTM D 448, Size 24, with 90 to 100 percent passing a 2-1/2-inch sieve and not more than 10 percent passing a 3/4-inch sieve. B. Topsoil shall be fertile, friable, surface soil, containing natural loam and complying with ASTM D 5268. Provide topsoil that is free of stones larger than 1 inch in any dimension and free of other extraneous or toxic matter harmful to plant growth. Obtain topsoil only from well -drained sites where soil occurs in depth of 4 inches or more; do not obtain from bogs or marshes. C. Filter fabric shall be manufacturer's standard, nonwoven, pervious, geotextile fabric of polypropylene, nylon, or polyester fibers. D. Temporary fencing shall consist of wood posts and rails arranged as indicated on the drawings. Substitutions of materials used in fence construction shall be as noted on the drawings. PART 3-EXECUTION 3.1 PROJECT CONDITIONS A. Preserve and protect existing trees and plants to remain from foliage, branch, trunk, or root damage that could result from construction operations. B. Prevent following types of damage: 1. Compaction of root zone by foot or vehicular traffic, or material storage. 01266503 TREE AND PLANT PROTECTION 02231 - 2 12/05 2. Trunk damage from equipment operations, material storage, or from nailing or bolting. 3. Trunk and branch damage caused by ropes or guy wires. 4. Root poisoning from spilled solvents, gasoline, paint, and other noxious materials. 5. Branch damage due to improper pruning, trimming or striking with construction equipment. 6. Damage from lack of water due to: a. Cutting or altering natural water migration patterns near root zones. b. Failure to provide adequate watering. Contractor to provide supplemental watering of landscaping during construction once every seven days during the growing season where natural water migration patterns near root zones have been cut or altered, whether permanent or temporary. 7. Damage from alteration of soil pH factor caused by depositing lime, concrete, plaster or other base materials near roots. 8. Cutting of roots larger than 1 % inches in diameter. 3.2 PREPARATION A. Install temporary fencing located as indicated or outside the drip line of trees and shrubs to protect remaining vegetation from construction damage. B. Protect tree root systems from damage due to noxious materials caused by runoff or spillage while mixing, placing, or storing construction materials. Protect root systems from flooding, eroding, or excessive wetting caused by dewatering operations. C. Do not store construction materials, debris, or excavated material within the drip line of remaining trees. Do not permit vehicles or foot traffic within the drip line; prevent soil compaction over root systems. D. Do not allow fires under or adjacent to remaining trees or other plants. E. Contractor to provide supplemental water to areas being served by a sprinkler system that is taken out of service during construction. 3.3 EXCAVATION A. Install shoring or other protective support systems to minimize sloping or benching of excavations. B. Do not excavate within drip line of trees, unless otherwise indicated. C. Where excavation for new construction is required within drip line of trees, hand clear and excavate to minimize damage to root systems. Use narrow -tine spading forks and comb soil to expose roots. 1. Relocate roots in backfill areas where possible. If encountering large, main lateral roots, expose roots beyond excavation limits as required to bend and relocate them without breaking. If encountered immediately adjacent to location of new construction and relocation is not practical, cut roots approximately 3 inches back from new construction. 2. Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary earth cover or pack with peat moss and wrap with burlap. Water and maintain in a moist condition. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. 3. Do not cut main lateral roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots with sharp pruning instruments; do not break or chop. 01266503 TREE AND PLANT PROTECTION 02231 - 3 '_ 12/05 3.4 REGRADING A. Where new finish grade is indicated below existing grade around trees, slope grade away from trees as recommended by qualified arborist, unless otherwise indicated. 1. Prune tree roots exposed during grade lowering. Do not cut main lateral roots or taproots; cut only smaller roots. Cut roots with sharp pruning instruments; do not break or chop. B. Where existing grade is 6 inches or less below elevation of finish grade, fill with topsoil. Place topsoil in a single uncompacted layer and hand grade to required finish elevations. C. Where existing grade is more than 6 inches, but less than 12 inches, below elevation of finish grade, place drainage fill, filter fabric, and topsoil on existing grade as follows: 1. Carefully place drainage fill against tree trunk approximately 2 inches above elevation of finish grade and extend not less than 18 inches from tree trunk on all sides. For balance of area within drip -line perimeter, place drainage fill up to 6 inches below elevation of grade. 2. Place filter fabric with edges overlapping 6 inches minimum. 3. Place fill layer of topsoil to finish grade. Do not compact drainage fill or topsoil. Hand grade to required finish elevations. 3.5 TREE PRUNING A. Prune remaining trees affected by temporary and new construction. B. Prune remaining trees to compensate for root loss caused by damaging or cutting root system. Provide subsequent maintenance during Contract period as recommended by qualified arborist. C. Prune trees according to ANSI A300 and as recommended by qualified arborist. D. Cut branches with sharp pruning instruments; do not break or chop. E. Chip branches removed from trees. Dispose of chips to West Texas Region Disposal Facility or recycle to landscaping company. 3.6 TREE REPAIR AND REPLACEMENT A. Promptly repair trees damaged by construction operations within 24 hours. Treat damaged trunks, limbs, and roots according to written instructions of the qualified arborist. B. With prior approval from the Owner, remove and replace dead and damaged trees that the qualified arborist determines to be incapable of restoring to a normal growth pattern. 1. When trees other than those designated for removal are destroyed or badly damaged as a result of construction operations, remove and replace with same size, species, and variety up to and including 8 inches in trunk diameter. Trees larger than 8 inches in diameter shall be replaced with an 8 inch diameter tree of the same species and variety and total contract amount will be reduced by an amount determined from the following formula: 2. 0.7854 x DZ x $38.00 where D is diameter in inches of tree or shrub trunk measured 12 inches above grade. 3. Tree replacements shall not be considered for acceptance until survival through two growing seasons has been accomplished. 01266503 TREE AND PLANT PROTECTION 02231 - 4 12/05 3.7 DISPOSAL OF WASTE MATERIALS A. Burning is not permitted. B. Remove excess excavated material, displaced trees, and excess chips from Owner's property. For materials not recycled, dispose at West Texas Region Disposal Facility. END OF SECTION 02231 01266503 TREE AND PLANT PROTECTION 02231 - 5 12/05 SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART 1- GENERAL 1.1 SECTION INCLUDES This section of the specifications covers trench safety systems and excavations equal to or greater than five feet in depth. All excavation work performed for the project shall also comply with US Department of Labor Rules 29 CFR, OSHA Part 1926, Subpart P and all State and Local codes. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections, apply to this Section. B. Section 02317 — Excavation and Backfill for Utilities. 1.3 SUBMITTALS A. Conform to Section 01330 — Submittal Procedures. B. Prior to, or at the Pre -Construction Conference, the Contractor shall submit to Owner a "Trench Safety System Plan" sealed by a Professional Engineer registered in the State of Texas. Notice to Proceed with construction will not be issued by Engineer until Contractor has submitted a "Trench Safety System Plan' to Owner. The Trench Safety System Plan shall, at a minimum, conform to OSHA standards for sloping of sides, utilization of trench boxes, and/or utilization of shoring, sheeting and bracing methods. 1.4 QUALITY ASSURANCE A. The Contractor shall be responsible for complying with the requirements of the specifications, drawings and all applicable codes. The Contractor shall immediately notify the Engineer of any unforeseen field conditions which might affect the integrity of the trench safety system. B. Installer Qualifications: Engage an experienced installer to assume engineering responsibility and perform work of this Section who has specialized in installing excavation support and protection systems similar to those required for this Project and with a record of successful in-service performance. The Contractor shall be responsible for complying with all trench safety requirements and for the safety of trench and excavations. C. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in the jurisdiction where the Project is located and who is experienced in providing engineering services for designing excavation support and protection systems that are similar to those indicated for this Project in material, design, and extent. 1. Engineering Responsibility: As needed by the Contractor to assure worker safety and compliance with OSHA regulations, the Contractor shall be responsible for engaging a qualified professional engineer to prepare or supervise the preparation of data for the excavation support and protection system including drawings and comprehensive engineering analysis that shows the system's compliance with specified requirements. 01266503 EXCAVATION SUPPORT AND PROTECTION 02260 - 1 12/05 1.5 PROJECT CONDITIONS A. Prior to starting trench excavations, the Contractor shall examine all site conditions and note any conditions in existing pavements, structures and other items which may be adversely affected by trenching operations. Prepare a written list of all such conditions and submit the list to the Engineer. During trenching operations note any changes which occur to existing pavements or structures and submit a written report to the Engineer of all such changes. B. Project Site Information: A geotechnical report has been prepared for this Project and is available for information only. The report is not part of the Contract Documents. The opinions expressed in this report are those of the geotechnical engineer and represent interpretations of the subsoil conditions, tests, and results of analyses conducted by the geotechnical engineer. Owner will not be responsible for interpretations or conclusions drawn from this data by Contractor. 1. Contractor shall be responsible for additional test borings and conduct other exploratory operations as may be necessary for designing the excavation safety systems. C. Survey adjacent structures and improvements, employing a qualified surveyor; establish exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. 1. During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. Promptly notify Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. 1.6 EXISTING UTILITIES A. Prior to starting trench excavations, chart and field locate all existing utilities. Notify owners of all utilities of work to be performed. Protect all existing utilities from damage. Provide additional support for utility lines which cannot span trench width. Do not interrupt existing services without written approval by the Engineer and the utility owner. PART 2 - PRODUCTS 2.1 MATERIALS A. Materials need not be new but must be in serviceable condition. B. Structural Steel: ASTM A 36. C. Steel Sheet Piling: ASTM A 328 or ASTM A 572 D. Wood: Soft or hard wood as required by design. E. Aluminum: Type 1061-T6, thickness as required by design. 01266503 EXCAVATION SUPPORT AND PROTECTION 02260 - 2 u 12/05 PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection system operations. 1. Shore, support, and protect utilities encountered. B. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. C. Locate excavation support and protection systems clear of permanent construction and to permit forming and finishing of concrete surfaces. D. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of movement to ensure excavation support and protection systems remain stable. E. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 TRENCHING PROCEDURES Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. A. Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible after opening trenches. Do not allow workers in trench prior to installing trench bracing systems. B. Backfill trenches as soon as possible after completion of work. C. Stockpile excavated materials at three feet away from edge of trench. D. Maintain barricades and signage as required by State and Local codes to protect open excavations. E. Do not allow surface water to enter excavations. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. F. If cut back method is allowed by Owner and is employed, maintain a clear distance of three feet from edge of cut to avoid allowing loose material to enter trench. Cut back method may not be used where there is insufficient work area to employ it. G. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty feet of edge of excavation. Haul trucks, if needed, may operate closer than twenty feet to trench edge provided the Contractor deems it safe to do so. 01266503 EXCAVATION SUPPORT AND PROTECTION 02260 - 3 12/05 3.3 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils and damaging structures, pavements, facilities, and utilities. 1. Repair or replace, as approved by Engineer, adjacent work damaged or displaced by removing excavation support and protection systems. END OF SECTION 02260 01266503 EXCAVATION SUPPORT AND PROTECTION 02260 - 4 12/05 SECTION 02300 EARTHWORK PART 1- GENERAL 1.1 SECTION INCLUDES A. This section of the specifications refers to general excavation of various materials at storm sewer inlets, storm sewer outlets, channel grading, sidewalks, concrete flatwork, subgrade preparation related to paving, flexible base, topsoil placement, and other miscellaneous grading items. For trenching -specific earthwork, refer to Section 02317 — Excavation and Backfill for Utilities. For corrective earthwork, refer to Section 02301 — Corrective Earthwork. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specifications, apply to this section. B. Related Sections include the following: 1. Section 01400 — Quality Requirements. 2. Section 01500 - Temporary Facilities and Controls. 3. Section 02231 — Tree and Plant Protection. 4. Section 02240 - Dewatering. 5. Section 02260 - Excavation Support and Protection. 6. Section 02301 — Corrective Earthwork. 7. Section 02317 — Excavation and Backfill for Utilities. 8. Section 02318 — Borrow. 9. Section 03300 - Cast -in -Place Concrete. 1.3 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft — lb/ft). ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D1586 (1999) Penetration Test and Split -Barrel Sampling of Soils 01266503 EARTHWORK 02300 - 1 12/05 ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 1.4 DEFINITIONS A. Backfill: Soil materials used to fill an excavation. B. Base Course: Layer placed between the subbase course and asphalt paving. C. Borrow: Refer to Section 02318, Borrow. D. Excavation: Removal of material encountered above subgrade elevations. 1. Additional Excavation: Excavation below subgrade elevations as directed by Engineer. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Bulk Excavation: Excavations more than 20 feet in width and pits more than 30 feet - in either length or width, and not associated with trenching for pipe installation. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. E. Fill: Soil materials used to raise existing grades. F. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. G. Subbase Course: Layer placed between the subgrade and base course for asphalt paving, or layer placed between the subgrade and a concrete pavement or walk. H. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a __. fill or backfill immediately below subbase, drainage fill, or topsoil materials. I. Utilities: Include on -site underground pipes, conduits, ducts, and cables. J. Suitable Material: Suitable soil materials are those meeting specification requirements. Unsuitable soils meeting specification requirements for suitable soils after treatment with lime or cement are considered suitable, unless otherwise indicated. K. Unsatisfactory Materials: Materials which do not comply with the requirements for satisfactory materials are unsatisfactory. Unsatisfactory materials also include man-made fills; trash; refuse; backfills from previous construction; and material classified as satisfactory which contains root and other organic matter or frozen material. The Engineer shall be notified of any contaminated materials. L. Cohesionless and Cohesive Materials: Cohesionless materials include materials classified in ASTM D 2487 as GW, GP, SW, and SP. Cohesive materials include materials classified as GC, SC, ML, CL, MH, and CH. Materials classified as GM and SM will be identified as cohesionless only when the fines are nonplastic. Testing required for classifying materials shall be in accordance with ASTM D 4318, ASTM C 136, ASTM D 422, and ASTM D 1140. 01266503 EARTHWORK 02300 - 2 _z 12/05 i M. Degree of Compaction: Degree of compaction required is expressed as a percentage of the maximum density obtained by the test procedure presented in ASTM D 698 or ASTM D 1557 as designated in the Contract Documents abbreviated as a percent of laboratory maximum density. Procedure A, B or C shall be applied as applicable along with corrections according to ASTM D 4718. For free draining soils, use maximum reference density according to ASTM D 4253. N. Topsoil: Material suitable for topsoils obtained from offsite areas or the top 3 feet of excavated material shall be defined as clean and uncontaminated soils capable of sustaining plant life. 1.5 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 for each site of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for each on -site or borrow soil material. 1.6 QUALITY ASSURANCE A. Section 01400 — Quality Requirements. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. Refer to Section 02318 — Borrow. B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and 3 inches in SM, or a combination of these group symbols; free of rock or gravel larger than any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. t Satisfactory soils should have a liquid limit of 45 maximum and a plasticity index of 15 maximum. C. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT, or a combination of these group symbols. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Backfill and Fill: Satisfactory soil materials. E. Subbase: Satisfactory soils. F. Flexible Base: 1. The material for flexible base shall consist of crushed caliche (limestone, calcareous clay particles, conglomerate, gravel, or other approved granular materials) produced from oversized quarried aggregate, sized by crushing and produced from a naturally occurring single source. No blending of sources and/or additive materials will be allowed. The material source shall be subject to approval by the Engineer. If material characteristics within the approved source change, the material shall be subject to retesting and re -approval prior to continued use. The Contractor shall not change material sources without approval by the Engineer. 01266503 EARTHWORK 02300 - 3 12/05 2. Flexible base material shall conform to the following test requirements: Sieve Analysis Sieve Size 2-1/2" 1-3/4" 7/8" %2" #4 #40 % retained 0 0-10 10-35 30-50 45-65 70-85 Atterberg Limits Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements: Liquid Limit 45 maximum Plasticity Index 15 maximum and 3 minimum Linear Shrinkage 10 maximum Wet Ball Mill When tested in accordance with Tex- 116-E (Wet Ball Mill) the material shall have a value not to exceed 55. The percent of material passing the No. 40 sieve shall not increase by more than 25 during the test. G. Subgrade: Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off site soil, free from vegetation or other objectionable matter. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. The material shall be suitable for forming a stable embankment and shall meet the following requirements: Liquid Limit 45 maximum Plasticity Index 15 maximum Linear Shrinkage 2 min —10 max Subgrade material which does not meet the above requirements may be conditioned with lime or caliche screenings. The conditioning shall produce a uniform Subgrade material which meets all of these specified subgrade requirements. 2.2 ACCESSORIES A. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities uncovered during prosecution of the work, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: 1. Red: Electric. 2. Yellow: Gas and oil. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. B. Warning tape to be placed within 3 feet of ground surface. 01266503 EARTHWORK 02300 - 4 k p 12/05 PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Protect subgrades and foundation soils against freezing temperatures or frost. C. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.2 EXPLOSIVES A. Explosives: Obtain written permission from authorities having jurisdiction before bringing explosives to Project site or using explosives on Project site. 1. Do not damage adjacent structures, property, or site improvements or weaken the bearing capacity of rock subgrade when using explosives. 2. Explosives shall not be used on the project except as a last resort when other construction methods have failed to perform satisfactorily. 3.3 STRIPPING OF TOPSOIL A. Topsoil will be separately excavated, stored, and used for surface finish in preparation for seeding, sodding, or other planting, only where topsoil is definitely superior for grass and plant growth as compared with the remainder of the excavated material. In general, this shall be considered as the top 3 feet of excavated material. Surface soil that is a heavy clay, predominantly sandy, or is lean in grass -and plant -growth qualities, will not be saved. The hauling, spreading, smoothing, and maintenance of the topsoil in preparation for the seeding and planting operations are generally considered under a separate section, and therefore are not considered in this specification. 3.4 FROZEN MATERIAL A. Soils shall not be placed on a foundation which contains frozen material, or which has been subjected to freeze -thaw action. This prohibition encompasses all foundation types, including the natural ground, all prepared subgrades (whether in an excavation or on an embankment) and all layers of previously placed and compacted earth fill which become the foundations for successive layers of earth fill. All material that freezes or has been subjected to freeze -thaw action during the construction work, or during periods of temporary shutdowns, such as, but not limited to, nights, holidays, weekends, winter shutdowns, or earthwork operations, shall be removed to a depth that is acceptable to the Engineer and replaced with new material. Alternatively, the material will be thawed, dried, reworked, and recompacted to the specified criteria before additional material is placed. The Engineer will determine when placement of fill or backfill shall cease due to cold weather. The Engineer may elect to use average daily air temperatures, and/or physical observation of the soils for his determination. Embankment material shall not contain frozen clumps of soil, snow, or ice. 01266503 EARTHWORK 02300 - 5 12/05 3.5 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks and pavements to indicated cross sections, elevations and grades. 3.6 EXCAVATION FOR UTILITY TRENCHES A. Refer to Section 02317 — Excavation and Backfill for Utilities. 3.7 SUBGRADE PREPARATION A. Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the Engineer, by scarifying and compacting to a minimum of 100% of Standard Proctor Density at a moisture content within 2% of optimum. Subgrade shall be constructed in maximum of 6 inch lifts. The total thickness of the subgrade shall be 12 inches minimum for thoroughfares and streets greater than 36 feet in width and 6 inches minimum for all other streets, or as indicated on plan sheets. The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. After each section of subgrade is complete, tests will be made by Contractor with respect to moisture and density using nuclear testing equipment. At any time the Engineer may require proof rolling to test the uniformity of compaction. Any fill placed within existing or proposed street right-of-way in execution of an approved cut and fill plan shall meet these requirements for materials and construction. Subgrade not covered with base material within 7 days of completion may be subject to retesting and reprocessing as determined by the Engineer. 3.8 FLEXIBLE BASE CONSTRUCTION A. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. B. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. Processing shall be accomplished in multiple lifts of 3 inches compacted thickness. Each course shall be wetted and rolled as required to produce a uniform compaction of 95% of Standard Proctor Density at a moisture content 1 % to 2% below optimum. C. Completed flexible base shall be cured for at least 7 days before finishing. During the curing period the street may be opened to traffic. The base shall be maintained by blading, watering, or other methods until the wearing surface is placed. D. The compacted flexible base shall be finished and shaped immediately preceding the application of the surface treatment. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing material as required, reshaping, and recompacting, or other methods approved by the Engineer. E. Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-section, using a 10 foot long straight edge, shall be corrected as provided above. 01266503 EARTHWORK 02300 - 6 12/05 3.9 STORAGE OF SOIL MATERIALS A. Stockpile satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover or spray with dust suppressant to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of trees. 3.10 UTILITY TRENCH BACKFILL A. Refer to Section 02317 — Excavation and Backfill for Utilities. 3.11 FILL A. Preparation: Remove vegetation, topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills. B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. C. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3.12 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.13 COMPACTION OF FILLS A. Place fill materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 95 percent. 2. Under lawn or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 95 percent. 3. Under paved areas, including curb and gutter, compact each layer of backfill or fill material to 100 percent. 4. Maintain moisture content within two percentage points of optimum moisture during compaction. 01266503 EARTHWORK 02300 - 7 12/05 3.14 TESTING A. Testing Agency: Contractor shall perform field quality control testing in conformance with Section 01400 — Quality Requirements. Owner may conduct independent testing. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. C. Testing agency will test compaction of soils in place according to ASTM D 1556 and ASTM D 2922, as applicable. Tests will be performed at the following locations and frequencies: 1. Paved Areas: At subgrade and at each compacted fill layer, at least one test for every 5000 sq. ft. or less of paved area, but in no case fewer than three tests. 2. Trench Backfill: Refer to Section 02317 — Excavation and Backfill for Utilities. D. When testing agency reports that subgrades, fills, or backfilis have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. Contractor shall be responsible for paying for failing tests conducted by Owner. Such failing tests shall include pro-rata technician time charges, pro-rata mileage expense and other pro -rated agency charges. 3.15 GRADING A. General: Uniformly grade areas to a smooth surface free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1 inch. 2. Walks: Plus or minus 1 inch. 3. Pavements: Plus or minus 3/8 inch. 3.16 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, Backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 01266503 EARTHWORK 02300 - 8 12/05 3.17 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property according to Section 01576 — Waste Material Disposal. END OF SECTION 02300 01266503 EARTHWORK 02300 - 9 12/05 SECTION 02301 CORRECTIVE EARTHWORK PART1-GENERAL 1.1 SECTION INCLUDES A. This section of the specifications refers to bulk excavation and compaction of various materials at existing sanitary sewer location as shown on the plans. For general excavation, refer to Section 02300 — Earthwork. For trenching -specific earthwork, refer to Section 02317 — Excavation and Backfill for Utilities. This specification section applies only to the corrective earthwork requirements of the plans. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specifications, apply to this section. B. Related Sections include the following: 1. Section 01400 — Quality Requirements. 2. Section 01500 - Temporary Facilities and Controls. 3. Section 02231 — Tree and Plant Protection. 4. Section 02240 - Dewatering. 5. Section 02260 - Excavation Support and Protection. 6. Section 02300 — Earthwork. 7. Section 02317 — Excavation and Backfill for Utilities. 8. Section 02318 — Borrow. 1.3 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft — lb/ft'). ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D 1586 (1999) Penetration Test and Split -Barrel Sampling of Soils ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) 01266503 CORRECTIVE EARTHWORK 02301 - 1 12/05 ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils TEXAS DEPARTMENT OF TRANSPORTATION TxDOT (2004) Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges TxDOT Texas Department of Transportation TEX Materials Test Methods TxDOT Texas Department of Transportation Material Specification DMS-6240, Geogrid for Base/Embankment Reinforcement 1.4 DEFINITIONS A. Backfiil: Soil materials used to fill an excavation. B. Borrow: Satisfactory soil imported from off -site for use as fill or backfill. C. Bulk Excavation: Excavations more than 10 feet in width and pits more than 10 feet in either length or width, and not associated with trenching for pipe installation. 1. Unauthorized Excavation: Excavation beyond indicated dimensions without authorization by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. D. Fill: Soil materials used for corrective earthwork fill. E. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. F. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. G. Utilities: Include on -site underground pipes, conduits, ducts, and cables. H. Suitable Material: Suitable soil materials are those meeting specification requirements. Unsuitable soils meeting specification requirements for suitable soils after treatment with lime or cement are considered suitable, unless otherwise indicated. I. Unsatisfactory Materials: Materials which do not comply with the requirements for suitable materials are unsatisfactory. Unsatisfactory materials also include man-made fills; trash; refuse; backfills from previous construction; and material classified as suitable which contains root and other organic matter or frozen material. The Engineer shall be notified of any contaminated materials. Unsatisfactory materials shall not be used. J. Cohesionless and Cohesive Materials: Cohesionless materials include materials classified in ASTM D 2487 as GW, GP, SW, and SP. Cohesive materials include materials classified as GC, SC, ML, CL, MH, and CH. Materials classified as GM and SM will be identified as cohesionless only when the fines are nonplastic. Testing required for classifying materials shall be in accordance with ASTM D 4318, ASTM C 136, ASTM D 422, and ASTM D 1140. 01266503 CORRECTIVE EARTHWORK 02301 - 2 12/05 K. Degree of Compaction: Degree of compaction required is expressed as a percentage of the maximum density obtained by the test procedure presented in ASTM D 698 abbreviated as a percent of laboratory maximum density. Procedure A, B or C shall be applied as applicable according to gradation along with corrections according to ASTM D 4718. For free draining soils, use maximum reference density according to ASTM D 4253. L. Topsoil: Material suitable for topsoils obtained from offsite areas or the top 3 feet of excavated material shall be defined as clean and uncontaminated soils capable of sustaining plant life. 1.5 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 for each site of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for each on -site or borrow soil material. 3. Atterberg limits and linear shrinkage for each site of borrow material. 4. TxDOT 2004 Specifications Item 247 testing. 5. Certification of compliance and test reports for geogrid. 1.6 QUALITY ASSURANCE A. Specification Section 01400. PART2-PRODUCTS 2.1 SOIL MATERIALS A. General: Provide imported soil materials as specified below for subgrade when sufficient suitable soil materials are not available from excavations. B. Subgrade: Subgrade material shall consist of suitable native soil, or off site soil, with at least forty percent passing a #200 sieve, free from vegetation or other objectionable matter that would render it unsatisfactory and free of clays that exhibit shrink -swell characteristics. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. The material shall be suitable for forming a stable embankment and shall meet the following requirements: Liquid Limit 45 maximum Plasticity Index 7 minimum, 25 maximum Subgrade material which does not meet the above requirements may be conditioned with lime or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements. Note that these requirements apply to corrective earthwork below the elevation of the roadway subgrade, not to general earthwork under Section 02300 or utility backfill and excavation under Section 02317. Off -site sources shall not be changed without re -submittal of items under Paragraph 1.5 of this specification. 01266503 CORRECTIVE EARTHWORK 02301 - 3 12/05 C. Geogrid Gravel Layer Geogrid gravel layer as shown on the corrective earthwork drawings shall meet the requirements of Texas Department of Transportation Standard Specifications Item 247, Table 1, Grade 2 flexible base, Type A, Type B, or Type D. Do not use additives such as, but not limited to, lime, cement, or flyash to modify the aggregates to meet the requirements of Table 1. Type A and Type B aggregates shall meet the specified soundness test, when subjected to five cycles of sodium sulfate in accordance with Tex-411-A, of a weighted average loss of not more than ten percent. Off -site material sources shall not be changed without re -submittal of items in Paragraph 1.5 of this specification. D. Geogrid Geogrid shall meet the requirements of TxDOT material specification DMS-6240 for Type 1 geogrid. Geogrid shall be equal to Tensar BX-1100. The manufacturer shall furnish certification that the geogrid complies with DMS-6240 and shall support such certification with Tex-6214 test method results. Sampling of geogrid shall be performed by the manufacturer for each lot. A lot is defined herein as the manufacturer's production run designated by the manufacturer's single lot number. Sampling shall be performed at random with the frequency of one lot sample per 100 lot rolls designated for the project. Should any individual sample fail to meet any specification requirement, then that roll shall be rejected and two additional rolls from the same lot sample size shall be sampled. If either of these two additional samples fail to comply with any portion of the specification, then the entire quantity of rolls represented by that lot sample size shall be rejected. Each roll delivered to the project shall be marked or tagged as a minimum with the manufacturer's name, the product designation and the lot number. Test results shall accompany each truck or rail load delivered for each lot number represented for that delivery. Test results for lot numbers that do not match the delivered lot numbers shall be cause for rejection of the entire delivery. Furnish copies of test reports to the Engineer. 2.2 ACCESSORIES A. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities uncovered during prosecution of the work, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: 1. Red: Electric. 2. Yellow: Gas and oil. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. B. Warning tape to be placed within 3 feet of ground surface. PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Protect subgrades and foundation soils against freezing temperatures or frost. 01266503 CORRECTIVE EARTHWORK 02301 - 4 12/05 C. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. D. Perform photographic record of areas adjacent to the corrective earthwork area taking special note of existing items to remain in place, fences, landscaping, visible irrigation systems, grading, and vegetation. 3.2 EXPLOSIVES A. Explosives: Obtain written permission from authorities having jurisdiction before bringing explosives to Project site or using explosives on Project site. 1. Do not damage adjacent structures, property, or site improvements or weaken the bearing capacity of rock subgrade when using explosives. 2. Explosives shall not be used on the project except as a last resort when other construction methods have failed to perform satisfactorily. 3.3 DEWATERING A. Provide means of diverting surface water around excavation areas without harm to others. B. Remove accumulations of surface water from excavations by bailing, pumping or other suitable means. C. Removal of accumulations of surface water from excavations shall be initiated within 48 hours of its appearance and removal shall be continuous until the water accumulation is completely removed. D. A geotechnical engineer may be retained by the Owner to observe excavations after rain storms or snow melt runoff. Delays for geotechnical engineer observation shall not be grounds for additional compensation claims by Contractor. 3.4 STRIPPING OF TOPSOIL A. Topsoil where present will be separately excavated, stored, and used for surface finish in preparation for seeding, sodding, or other planting, only where topsoil is definitely superior for grass and plant growth as compared with the remainder of the excavated material. In general, this shall be considered as the top 3 feet of excavated material. Surface soil that is a heavy clay, predominantly sandy, or is lean in grass -and plant -growth qualities, will not be saved. The hauling, spreading, smoothing, and maintenance of the topsoil in preparation for the seeding and planting operations are generally considered under a separate section, and therefore are not considered in this specification. 3.5 FROZEN MATERIAL A. Soils shall not be placed on a foundation which contains frozen material, or which has been subjected to freeze -thaw action. This prohibition encompasses all foundation types, including the natural ground, all prepared subgrades (whether in an excavation or on an embankment) and all layers of previously placed and compacted earth fill which become the foundations for successive layers of earth fill. All material that freezes or has been subjected to freeze -thaw action during the construction work, or during periods of temporary shutdowns, such as, but not limited to, nights, holidays, weekends, winter shutdowns, or earthwork operations, shall be removed to a depth that is acceptable to the Engineer and replaced with new material. Alternatively, the material will be thawed, dried, reworked, and recompacted to the specified criteria before additional material is placed. The Engineer will determine when placement of fill or backfill shall cease due to cold 01266503 CORRECTIVE EARTHWORK 02301 - 5 I 12/05 3.6 3.7 3.8 weather. The Engineer may elect to use average daily air temperatures, and/or physical observation of the soils for his determination. Embankment material shall not contain frozen clumps of soil, snow, or ice. The Engineer's direction to cease placement of fill or backfill under this paragraph shall not entitle the Contractor to additional compensation. EXCAVATION FOR WALKS AND PAVEMENTS A. Refer to Section 02300 — Earthwork. EXCAVATION FOR UTILITY TRENCHES A. Refer to Section 02317 — Excavation and Backfill for Utilities. TYPICAL SECTION A CORRECTIVE EARTHWORK A. This specification section applies to corrective earthwork that is to be performed to the Typical Corrective Section A shown on the plans. B. Remove existing curb and gutter, existing sidewalks, existing paved alley returns, intersecting street ends, and other surface structures that would interfere with the excavation dimensions shown on the plans. Remove items that are designated on the plans to be removed regardless of excavation limits. C. Excavate to the lines and grades shown on the plans. Contractor is responsible for protecting and maintaining the excavation side slopes shown until fill has been placed to roadway subgrade elevation, or finish grade if not under planned roadway or sidewalk. D. Once the bottom elevation of the excavation section shown is achieved, roll the horizontal bottom surface over each square foot of area with equipment and methods such that the existing sanitary sewer pipe is not damaged. Overlap each successive adjacent horizontal pass by at least one foot. Compact the top six inches of in -situ soil to 100 percent of ASTM D698 standard proctor maximum density and within two percentage points, plus or minus, of optimum moisture. E. Once the excavation bottom rolling is completed, place fill in lifts and compact each lift. F. Each lift shall not exceed that thickness which will result in a 6-inch post -compacted lift thickness. G. Each lift shall be compacted to 100 percent of ASTM D698 standard proctor maximum density and within two percentage points, plus or minus, of optimum moisture. H. Uniformly moisten or aerate each subsequent fill layer before compaction to within the moisture range specified. I. Remove and replace, or scarify and air dry otherwise suitable soil material that exceeds optimum moisture content by more than two percentage points and is too wet to compact to specified dry unit weight. J. Compacted soils that previously met specification, and are subsequently subjected to ponded surface water, shall be allowed to dry and then proof -rolled with a minimum 10-ton pneumatic roller to demonstrate whether or not density is still intact. K. Pumping or flexing of fill under proof rolling shall be defined as the fill having lost density. Such areas of fill shall be removed to the extent determined by the Engineer and fill meeting specification shall be placed and compacted to specified requirements. L. No additional compensation will be allowed for replacement of fill that has lost density. 01266503 CORRECTIVE EARTHWORK 02301 - 6 12/05 F L 3.9 TYPICAL SECTION B CORRECTIVE EARTHWORK A. Prior to excavation in reaches designated on the plans as Typical Corrective Section B compact existing ground from the south right of way line to a point at least 10 feet inside, or north, of the south right of way line. Remove existing curb and gutter, existing sidewalks, existing cul-de-sac flumes, existing paved alley returns, landscaping and other surface structures that would interfere with this initial surface compaction. Do not remove private fences unless the plans indicate fence removal. Catalog and remove existing lawn sprinkler heads in the right of way, and remove and cap existing lawn irrigation pipelines. Mark the locations of the capped pipelines and sprinkler heads for later re -installation of lawn irrigation systems. Log the species of lawn grass existing in the right-of-way at each separate property boundary. Roll the ground surface within the limits described with not less than four passes over each square foot with a Caterpillar 825G tamping foot soil compactor, or equivalent, overlapping each successive adjacent pass horizontally by a minimum of one foot. Do not use vibratory equipment or vibratory equipment features. B. From Station 107+54 to Station 148+69, an existing water line lies five to ten feet north of the roadway baseline. Beginning at a point directly above this existing water line and extending southward for a distance of 10 feet, for the reach within the station range above, roll the existing ground surface with not less than four passes over each square foot with a Caterpillar 825G tamping foot soil compactor, or equivalent, overlapping each successive adjacent horizontal pass by a minimum of one foot. Do not use vibratory equipment or vibratory equipment features. Remove existing pavements prior to compaction. Mark water valve boxes and manholes. Do not operate equipment over manholes or valve boxes. C. Excavate to the lines and grades shown on the plans for Typical Corrective Section B as follows: 1. Excavate in two -foot deep vertical increments to the lines and grades shown in the plans. 2. Steepest side slope permissible shall be as shown on the plans. 3. At each two -foot incremental depth of excavation, cease soil removal and roll the side slopes of the excavation with a pad -footed drum vibratory soil compactor, vibration capability off, minimum 23,000-pound compactor weight. 4. Roll pattern shall be perpendicular to the roadway baseline and extend up the side slope to encompass the two -foot vertical depth of side slope created. 5. Cover each square foot of side slope with at least three passes of the pad -footed drum compactor, horizontally overlapping each adjacent horizontal successive pass by at least one foot. 6. Once the side slopes have been completely rolled, the horizontal surface of the excavation adjacent to the side slope intercept point shall be rolled with not less than four passes of a Caterpillar 825G tamping foot soil compactor, or equivalent, vibration off. 7. Once C.1 through C.6 above have been completed, then the next two -foot vertical increment of excavation can be performed. 8. Repeat this sequence until final plan grades are achieved. 9. Protect side slopes with plastic sheet, concrete, shotcrete, or emulsified asphalt as specified below. 10. Upon reaching the depth limit of the excavation, roll the horizontal excavation surface with no less than six passes of a Caterpillar 825G tamping foot soil compactor, or equivalent, vibration off. Horizontally overlap each adjacent horizontal successive pass by at least one foot. 11. Fill the bottom three feet vertically as required below for lift thickness, density, and moisture content. 01266503 CORRECTIVE EARTHWORK 02301 - 7 12/05 12. Once the initial three feet of fill has been placed according to specification, place geogrid. 13. Place geogrid to the limits shown on the plans, on smooth surface. Surface smoothness shall be such that the geogrid, when placed, will be in surface contact without bending or warping over 90 percent of its area, and the remaining ten percent geogrid area is not separated from the soil surface by more than three - eighths of an inch. 14. Damaged rolls of geogrid shall not be placed on this project. 15. Unroll geogrid in a direction that is perpendicular to the roadway baseline. 16. If plastic sheet slope protection is used, place geogrid underneath plastic sheet and against the side slope earth material. 17. Overlap adjacent passes of geogrid by a minimum of six inches. Secure the overlaps according to manufacturer's instructions. All overlaps shall be oriented perpendicular to the roadway base line. 18. Secure the geogrid to the soil surface prior to backfill according to the manufacturer's instructions. 19. Unless otherwise prohibited by the manufacturer's instructions: a. Rubber -tired equipment may pass over the geogrid at 5 mph or less if the underlying material will support the loads. Sudden braking and sharp turning movements shall be avoided. b. Tracked vehicles shall not operate over the geogrid until a minimum loose fill thickness of four times the track cleat depth or six inches, whichever is greater, is placed over the geogrid. Turning of tracked vehicles shall be minimized to prevent the tracks from displacing the fill and damaging the geogrid. 20. Remove and replace damaged or excessively deformed areas of geogrid. Lap repair areas a minimum of the damage area dimension plus 3 feet in all directions. Match grid openings and ribs. Tie repair grid to base grid per manufacturer's -requirements. Damaged areas that require a repair grid size greater than 5 feet in any dimension, or that occur in the overlap between successive grid placements, or that occur at the side slope intercept with the horizontal excavation bottom, shall not be repaired with a small grid overlay. In such damage areas, an entire full-size geogrid panel shall be overlaid onto the damaged geogrid, matching grid openings and ribs, and secured to underlying grid panels per manufacturer's requirements. 21. Remove plastic sheet side slope protection as fill progresses. 22. Emulsified asphalt side slope protection can remain in place. 23. Concrete or shotcrete side slope protection can remain in place provided the Contractor demonstrates that the concrete or shotcrete shatters and crumbles under the energy transmitted by the compaction equipment. 24. Place geogrid gravel layer over the geogrid to the depth and extent shown on the plans. 25. Compact geogrid gravel layer with smooth drum roller, no vibration, or a pneumatic roller a minimum of two passes over each square foot with overlapping passes, minimum 8-ton machine weight. D. Once the excavation has reached the limits shown on the plans, and rolling of the excavated surface has been accomplished in accordance with other paragraphs of this section, fill placement and compaction can begin. E. Fill shall be placed in lifts not exceeding six inches post -compaction lift thickness. F. Compact fill to 100% of ASTM D698 maximum standard Proctor density and within plus or minus two percentage points of optimum moisture content. 01266503 CORRECTIVE EARTHWORK 02301 - 8 12/05 G. Uniformly moisten or aerate each subsequent fill layer before compaction to within the moisture content range specified. H. Remove and replace, or scarify and air dry, otherwise suitable soil material that exceeds optimum moisture content by more than two percentage points and is too wet to compact to specified dry unit weight. I. Compacted soils and geogrid gravel layer that previously met specification, and are subsequently subjected to ponded surface water, shall be allowed to dry and then proof -rolled with a minimum 10-ton pneumatic roller to demonstrate whether or not density is still intact. J. Pumping or flexing of fill under proof rolling shall be defined as the fill having lost density. Such areas of fill shall be removed to the extent determined by the Engineer and fill meeting specification shall be placed and compacted to specified requirements. K. Once fill has been completed to roadway subgrade elevation, excavate sub -trench below proposed curb and gutter to the lines and grades shown on the plans. L. Backfill sub -trench to the densities, moisture contents, and lift thicknesses specified for the remainder of the Typical Section B Corrective Earthwork. M. No additional compensation will be allowed for replacement of fill that has lost density. 3.10 TYPICAL SECTION C CORRECTIVE EARTHWORK A. This specification section applies to corrective earthwork to be performed to the Typical Corrective Section C shown on the plans. B. The typical section shown on the plans is based on the anticipated former excavation limits that were done for the installation of the 36-inch sanitary sewer shown on the plans. C. It is anticipated that the corrective earthwork for the Section C limits will be performed by hydraulic excavator (i.e., CAT375, CAT385C, etc.). D. Remove existing curb and gutter, existing sidewalks, existing paved alley returns, intersecting street ends, and other surface structures that would interfere with the excavation dimensions shown on the plans. E. Excavate to the Section C limits shown on the plans. If undisturbed in -situ material is encountered that substantially differs from the section dimension limits shown on the plans, notify the Engineer. F. Once the excavation limits have been reached, roll the bottom surface with not less than four passes of an excavator boom -mounted trench roller equipped with compaction pads. At least 60 percent of the maximum downward compaction pressure achievable for the excavator shall be used, unless otherwise directed by the Engineer. Maximum downward pressure for the excavator shall be defined as the maximum downward pressure achievable for the equipment defined by the equipment manufacturer for optimum combination of hydraulics, boom, stick, and stick -and -boom orientation. G. Once the compaction rolling at the bottom of the excavation has been achieved, place and compact fill in lifts to grade, or if under roadway to roadway subgrade. H. Each lift shall not exceed that thickness which will result in a 6-inch post -compacted lift thickness. I. Each lift shall be compacted to 100 percent of ASTM D698 standard proctor maximum density and within two percentage points, plus or minus, of optimum moisture. J. Remotely -controlled compaction vehicles can be used in lieu of boom -mounted trench rollers provided specified densities can be achieved. K. No vibration features on compaction equipment shall be used or activated. No vibratory compaction is permissible. L. Do not operate tracked excavators or other equipment over the open trench slot. 01266503 CORRECTIVE EARTHWORK 02301 - 9 12/05 M. Uniformly moisten or aerate each subsequent fill layer before compaction to within the moisture range specified. N. Remove and replace, or scarify and air dry otherwise suitable soil material that exceeds optimum moisture content by more than two percentage points and is too wet to compact to specified dry unit weight. O. Compacted soils that previously met specification, and are subsequently subjected to ponded surface water, shall be allowed to dry and then proof -rolled with the same equipment used for the compactive effort. P. Pumping or flexing of fill under proof rolling shall be defined as the fill having lost density. Such areas of fill shall be removed to the extent determined by the Engineer and fill meeting specification shall be placed and compacted. Q. No additional compensation will be allowed for replacement of fill that has lost density. 3.11 STORAGE OF SOIL MATERIALS A. Stockpile excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover or spray with dust suppressant to prevent windblown dust. 1. Stockpile soil materials at least 10 feet away from edge of excavations. Do not store within drip line of trees. 3.12 SLOPE PROTECTION A. The Contractor shall prevent surface runoff water from flowing over the excavated side slopes to the extent feasible. B. The south side slope of the corrective earthwork shall be protected against moisture loss and water intrusion throughout Typical Section B Corrective Earthwork reaches. C. Slope moisture protection can be in the form of: 1. Plastic sheet (10 mil minimum thickness) that covers the slope, properly overlapped, and is anchored at the top of the slope by sand bags, earth berms or other means, and is secured against displacement by wind or sliding. 2. A concrete or shotcrete lining that is a minimum of 1.5 inches thick and continuous across the slope. Leave such lining in an unfinished and rough condition. 3. A cutback emulsified asphalt sprayed onto the soil surface such that soil moisture evaporation is curtailed and rainfall will not penetrate. Emulsified asphalt shall be applied at a rate of between 0.1 and 0.3 gallons per square yard, depending on soils encountered. Re -applications will be required to maintain the slope moisture protection. 3.13 TESTING A. Testing Agency: Contractor shall perform field quality control testing in conformance with Section 01400 — Quality Requirements. Owner may conduct independent testing. B. Allow testing agency to inspect and test subgrades and each fill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. 01266503 CORRECTIVE EARTHWORK 02301 - 10 12/05 C. Testing agency will test compaction of soils in place according to ASTM D 1556 and ASTM D 2922, as applicable. If the material itself, or thickness of material layer to be tested, is not compatible with test method ASTM D2922, then use method ASTM D1556. Tests will be performed at the following locations and frequencies: 1. One test for each 2,000 square feet of compacted surface area for each lift, but no fewer than three test in any case. 2. For the subtrench or trench shown on the corrective earthwork plans, one test for each 500 linear feet of subtrench for each foot of fill. D. When testing agency reports that fills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. Contractor shall be responsible for paying for failing tests conducted by Owner. Such failing tests shall include pro-rata technician time charges, pro-rata mileage expense and other pro -rated agency charges. 3.14 GRADING A. General: Uniformly grade areas to a smooth surface free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1 inch. 2. Walks: Plus or minus 1 inch. 3. Pavements: Plus or minus 3/8 inch. 3.15 PROTECTION A. Protecting Graded Areas: Protect newly .graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 3.16 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property according to Section 01576 — Waste Material Disposal. END OF SECTION 02301 01266503 CORRECTIVE EARTHWORK 02301 - 11 12/05 SECTION 02317 EXCAVATION AND BACKFILL FOR UTILITIES PART 1-GENERAL 1.1 SECTION INCLUDES A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of utilities, including storm sewers, manholes and other pipeline structures. 1.2 RELATED SECTIONS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specification sections apply to this section. B. Section 01400 — Quality Requirements. C. Section 01500 — Temporary Facilities and Controls. D. Section 01555 — Barricades, Signs and Traffic Handling. E. Section 02082 — Pre -cast Concrete Manholes and Vaults. F. Section 02221 — Removing Existing Pavements. G. Section 02231 — Tree and Plant Protection. H. Section 02240 — Dewatering. I. Section 02260 — Excavation Support and Protection. J. Section 02300 — Earthwork. K. Section 02318 - Borrow L. Section 02320 — Utility Backfill Materials. M. Section 02665 — Water Works Piping, Valves and Fittings. N. Section 02730 — Sanitary Sewer Piping and Manholes. 1.3 DEFINITIONS A. Pipe Foundation: Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Pipe Bedding: The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under 1/3 of the pipe O.D. C. Haunching: The material placed on either side of pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite J sidewall, excluding the bedding section as shown on the plans. For flexible wail pipe, the haunching material extends to a minimum of 12" above the top of the pipe. D. Initial Backfill: The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement subgrade, and horizontally from one trench sidewall to opposite sidewall E. Pipe Embedment: The portion of trench Backfill that consists of bedding, haunching and initial Backfill. F. Trench Zone: The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath pavement. 01266503 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 1 12/05 G. Backfill: Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. H. Ground Water Control Systems: Installations external to trench, such as well points, eductors, or deep wells. Ground water control includes dewatering to lower ground water, intercepting seepage which would otherwise emerge from side or bottom of trench excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to Section 02240 - Dewatering. I. Seepage: Water intrusion from groundwater into an excavation or trench via the sidewalls and floor of the excavation or trench such that sidewall material and excavated floor material are not displaced by hydraulic pressure or flow, and the flow rate of groundwater intrusion is such that the excavation or trench will not accumulate more than a 3-inch depth in the floor of the excavation or trench in a 24-hour period if not removed by pumping, bailing or other methods, or not intercepted by an external groundwater dewatering system. J. Surface Water Control: Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. K. Excavation Drainage: Removal of surface water in trench by sump pumping or other approved means. L. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. 1. Dry Stable Trench: Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. 2. Stable Trench with Seepage: Stable trench in which ground water seepage is controlled by excavation drainage. a. Stable Trench with Seepage in Clayey Soils: Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. b. Stable Wet Trench in Sandy Soils: Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. 3. Unstable Trench: Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving or loss of density. M. Subtrench: Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a Subtrench depends upon trench stability and safety as determined by the Contractor. N. Trench Dam: A placement of low permeability material in pipe embedment zone or foundation to prohibit ground water flow along the trench. O. Over -Excavation and Backfill: Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. P. Foundation Backfill Materials: Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. 01266503 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 2 12/05 Q. Trench Safety Systems include both protective systems and shoring systems as defined in Section 02260 — Excavation Support and Protection. R. Trench Shield (Trench Box): A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. S. Shoring System: A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. 1.4 REFERENCES A. ASTM D 558 - Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-lb (2.49-kg) Rammer and 12-in. (304.8-mm) Drop. C. ASTM D 1556 - Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 - Classification of Soils for Engineering Purposes. E. ASTM D 2922 - Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 - Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex- 101-E - Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex-110-E - Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.5 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures. 1.6 SUBMITTALS A. Conform to Section 01330 - Submittal Procedures. B. Submit a written description for information only of the planned typical method of excavation, backfill placement and compaction, including: 1. Sequence of work and coordination of activities. 2. Selected trench widths. 3. Procedures for foundation and embedment placement, and compaction. 4. Procedure for use of trench boxes and other premanufactured systems while assuring specified compaction against undisturbed soil. C. Submit surface water control plan in accordance with requirements in this Section. D. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 - Utility Backfill Materials. E. Submit record of location of storm sewer as installed, referenced to survey control points. Include locations of utilities encountered that are not shown on drawings or rerouted for the convenience of the Contractor. Give stations, NAD 83 state plane coordinates, NAVD 88 elevations, inverts, and gradients of installed storm sewer. 01266503 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 3 12/05 F. Submit field density tests of trench backfill. G. Submit laboratory density compaction curves for each material. 1.7 TESTS A. Perform backfill material source qualification testing in accordance with requirements of Section 02320- Utility Backfill Materials. B. Perform field density tests of trench backfill representative of each 500 linear feet of trench and each one -foot of lift thickness. C. Once within pavement subgrade depth under paved areas, perform field density tests of subgrade at the frequency specified in Section 02300 — Earthwork. D. The Owner will perform his own check of field densities at random intervals at Owner's expense for passing tests. Failing tests will be charged to the Contractor. PART 2 - PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. B. Use only hand -operated tamping equipment until a minimum cover of 12 inches is obtained over pipes, conduits, and ducts. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use vibratory equipment until 5 feet of cover over pipes, conduits and ducts is obtained. Do not use vibratory equipment if adjacent structures are affected. C. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 02320 - Utility Backfill Materials. PART 3 - EXECUTION 3.1 INSTALLATION A. Install flexible pipe to conform to the trench details shown in the drawings. B. Install rigid pipe to conform with the trench details shown in the drawings. 3.2 PREPARATION A. Establish traffic control to conform with requirements of Section 01555 — Barricades, Signs and Traffic Handling and the drawings. B. Perform work to conform with applicable safety standards and regulations. Employ a trench safety system as specified in Section 02260 — Excavation Support and Protection. 01266503 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 4 12/05 3.3 C. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. Obtain approval from the Owner and agency for any repairs or relocations, either temporary or permanent. D. Remove existing pavements and structures, including sidewalks and driveways, to conform with requirements of Section 02221 - Removing Existing Pavements. E. Install and operate necessary surface water control measures approved under paragraph 1.6.C. F. Maintain permanent benchmarks, monumentation, and other reference points. Unless otherwise directed in writing, replace those which are damaged or destroyed. PROTECTION A. Locate all existing underground lines of which Contractor has been advised, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto. Verification of location, size and burial depth of existing utilities shall be the complete responsibility of the Contractor. B. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of grading limits and within the grading limits as designated on the Drawings, and in accordance with requirements of Section 02231 - Tree and Plant Protection. C. Protect and support above -grade and below -grade utilities which are to remain. D. Restore damaged permanent facilities to pre -construction conditions unless replacement or abandonment of facilities are indicated on the Drawings. E. Take measures to minimize erosion of trenches. Do not allow water to pond in trenches. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, recompact, and pave those areas at no additional cost to Owner. F. Notify pipeline and cable utility owners of intention of crossing their utility no less than seven days prior to crossing the utility. Coordinate vertical separation requirements with the utility owners and any other special construction considerations. Notify the Engineer of required changes in the vertical profile shown on the Drawings prior to constructing these changes. 3.4 EXCAVATION A. Perform excavation work so that pipe, conduit, and ducts can be installed to depths and alignments shown on the Drawings. Avoid disturbing surrounding ground and existing facilities and improvements. B. Determine trench excavation widths using the following schedule as related to pipe type: Minimum Trench Maximum Trench Type Width, Feet Width, Feet Flexible Pipe Rigid Pipe O.D. + 2'-0" O.D. + 4'-0" O.D. + 2'-0" O.D. + 5'-0" In situations where benching of trench is required for lowering excavator below grade, minimum bench width should be 22'-0" to allow the excavator to make a 90• -pivot unless Contractor chooses to "walk" the excavator on a ramp into and out of the trench. 01266503 EXCAVATION AND BACKFILL FOR UTILITIES 02317- 5 12/05 C. Salvage topsoil in unpaved areas for later re -introduction into surface of trench. In park, roadside ditch and other upaved areas, topsoil will be considered to be the soil above the uppermost calcium carbonate caliche layer. Depth of topsoil may vary. Excavate topsoil and keep separate from other excavated soil. Excavate with smooth -lip excavator bucket if necessary to avoid intermixing with caliche and undesirable soils. Stockpile topsoil separately from other excavated materials. D. Use sufficient trench width or benches above the embedment zone for installation of dewatering pumps where depth of trench makes it uneconomical or impractical to pump from the surface elevation. Provide sufficient space between shoring cross braces to permit equipment operations and handling of forms, pipe, embedment and backfill, and other materials. E. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. F. Shoring of Trench Walls. 1. Install Special Shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times. 2. For all types of shoring, support trench walls in the pipe embedment zone throughout the installation. Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out from behind the trench wall support. 3. Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe embedment zone in place to preclude loss of support of foundation and embedment materials. Leave rangers, walers, and braces in place as long as required to support sheeting, which has been cut off, and the trench wall in the vicinity of the pipe zone. 4. Employ special methods for maintaining the integrity of embedment or foundation material. Before moving supports, place and compact embedment to sufficient depths to provide protection of pipe and stability of trench walls. As supports are moved, finish placing and compacting embedment. 5. If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe foundation and embedment materials by subsequent removal. Maximum thickness of removable sheeting extending into the embedment zone shall be the equivalent of a 1-inch-thick steel plate. Fill voids left on removal of supports with compacted backfill material. G. Use of Trench Shields. When a trench shield (trench box) is used as a worker safety device, the following requirements apply: 1. Make trench excavations of sufficient width to allow shield to be lifted or pulled freely, without damage to the trench sidewalls. 2. Move trench shields so that pipe, and backfill materials, after placement and compaction, are not damaged nor disturbed, nor the degree of compaction reduced. 3. When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. For backfill above bedding, lift the shield as each layer of backfill is placed and spread. Place and compact backfill materials against undisturbed trench walls and foundation. 4. Maintain trench shield in position to allow sampling and testing to be performed in a safe manner. 5. Contractor shall provide trench shield for Owner's tests within the trench as required in paragraph 3.11.B. 01266503 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 6 12/05 3.5 HANDLING EXCAVATED MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming with Section 02320 - Utility Backfill Materials. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. B. When required, provide additional backfill material conforming with requirements of Section 02318 - Borrow. C. Do not place stockpiles of excess excavated materials on streets and adjacent properties. Protect excess stockpiles for use on site. Maintain site conditions in accordance with Section 01500 - Temporary Facilities and Controls. D. Protect topsoil from intermixing with undesirable materials. 3.6 GROUND WATER CONTROL A. Groundwater measurements indicate that groundwater levels are anticipated to be several feet below the trench excavation elevations. 3.7 TRENCH FOUNDATION A. Excavate bottom of trench to uniform grade to achieve stable trench conditions and satisfactory compaction of foundation or bedding materials. B. Install trench dams of cement stabilized backfill at every 200 ft. of trench length between r- manholes and between manholes and inlets as shown on plans. Do not place trench dams closer than 25 feet from manholes. 3.8 PIPE EMBEDMENT, PLACEMENT, AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place embedment including bedding, haunching, and initial backfill as shown on Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. Do not allow materials to free -fail from heights greater than 24 inches above top of pipe. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. D. Do not place trench shields or shoring within height of the embedment zone unless means to maintain the density of compacted embedment material are used. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and compaction of the material against undisturbed soil. E. Do not damage coatings or wrappings of pipes during backfilling and compacting operations. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular aggregates. F. Place haunching material manually around the pipe and compact it to provide uniform_ bearing and side support. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable means during compaction of haunch areas and placement beside the pipe. Remove sandbags and other suitable means prior to backfilling where these items are located. i 01266503 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 7 12/05 G. Shovel in -place and compact embedment material using pneumatic tampers in restricted areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas. Compact each lift before proceeding with placement of next lift. Water tamping and water jetting are not allowed. H. For cement stabilized backfill, vibrate with concrete vibrator to consolidate material under haunches. Use minimum two-inch diameter vibrator, vibrate backfill continuously along entire length of pipe leaving no unconsolidated lengths or areas. If compaction is required to fill all voids with cement stabilized backfill, then hand operated tampers may be used. 3.9 TRENCH ZONE BACKFILL PLACEMENT AND COMPACTION A. Place backfill for pipe or conduits and restore surface as soon as practicable. Leave only the minimum length of trench open as necessary for construction. Maximum allowed open trench is limited to 200 feet unless otherwise approved by the Owner. Maximum unrepaired pavement surface where trench is in existing pavements shall be limited to 4 city blocks (approximately 2,640 feet), where a "block" is taken as the maximum dimension of 660 feet. B. Where damage to completed pipe installation work is likely to result from withdrawal of sheeting, leave the sheeting in place. Cut off sheeting 1.5 feet or more above the crown of the pipe. Remove trench supports within 5 feet from the ground surface. C. Place trench zone backfill in lifts and compact by methods selected by the Contractor. Fully compact each lift before placement of the next lift. 1. Cement Stabilized Backfill/Lean Concrete Backfill a. Place in depths as shown on plans. b. Use vibratory equipment to ensure placement under the haunches of the pipe. C. Backfilling of the remaining trench depth after cement stabilized backfill has been placed shall not commence until the in -place cement stabilized backfill has attained a penetration resistance reading of at least 30 when measured with a soil penetrometer according to ASTM D 1558 and using a one -tenth square -inch needle. This equates to a penetration resistance of approximately 300 pounds per square inch. This is not a strength requirement for the cement stabilized backfill, but a measure of the degree of curing of the cement stabilized backfill. After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then compacted backfill operations may commence. The Contractor shall furnish and have on site a calibrated ASTM D 1558 soil penetrometer with one -tenth square -inch needle. The Contractor shall take no less than four penetrometer readings, equally spaced on both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each day's trench length that is planned for controlled density backfill operations. Such readings shall be taken prior to commencing backfill operations. 2. Pea Gravel a. Place in depths as shown on plans. b. Use vibratory equipment or shovel -slicing to ensure placement under the haunches of the pipe. 3. Native Material/Borrow Material a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by trench sheep's foot or by vibratory equipment to a minimum of 95 percent of the maximum dry density determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.1.B. 01266503 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 8 12/05 C. Moisture content within 2% of optimum determined according to ASTM D 698. d. For equipment bench areas, compact to 100 percent of maximum dry density, within 2 percentage points of optimum moisture, according to ASTM D 698. 4. Topsoil a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 6 inches. b. Compaction by sheep's foot, by steel wheel roller or by vibratory equipment to a minimum of 95 percent of the maximum dry density determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.1.B. C. Moisture content within 2% of optimum determined according to ASTM D 698. 5. Bedding Material a. Sand bedding shall be loosely placed in trench as shown on drawings. 3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.11 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 - Utility Backfill Materials. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to Owner. C. Tests will be performed by Contractor on a minimum of three different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex-101-E and Tex-110-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. In -place density tests of compacted pipe foundation, embedment and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. 1. A minimum of one test for every 500 linear feet of compacted trench zone backfill material for each 12 inches of backfill. 2. Density tests will be distributed among the placement areas. Placement areas are: foundation, bedding, haunching, initial backfill and trench zone. 3. The number of tests will be increased if inspection determines that soil type or moisture content are not uniform or if compacting effort is variable and not considered sufficient to attain uniform density, as specified. 4. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. 01266503 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 9 12/05 5. Two verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. 6. Recompacted placement will be retested at the same frequency as the first test series, including verification tests. F. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. G. Acceptability of crushed rock compaction will be determined by inspection. 3.12 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 - Waste Material Disposal END OF SECTION 02317 01266503 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 10 12/05 SECTION 02318 BORROW PART 1 - GENERAL 1.1 SECTION INCLUDES A. This portion of the specifications shall consist of the removal and proper utilization of materials secured from sources obtained by the contractor and approved by the Engineer. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specification sections apply to this section. B. Related Sections include the following: 1. Section 01400 — Quality Requirements. 2. Section 02300 - Earthwork. 3. Section 02317 - Excavation and Backfill for Utilities. 4. Section 02260 - Excavation Support and Protection. 5. Section 02920 - Lawns and Grasses. 1.3 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) 2001 Sieve Analysis of Fine and Coarse Aggregates ASTM C 136 ( ) y ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft) ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 01266503 BORROW 02318 - 1 12/05 1.4 DEFINITIONS A. Refer to Section 02300 — Earthwork and Section 02317 — Excavation and Backfill for Utilities. 1.5 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for borrow soil material. PART2-PRODUCTS 2.1 MATERIALS A. Class A (Select Borrow): This material shall consist of sand or other suitable granular material, free from vegetation or other objectionable matter and reasonably free from lumps of earth, and when tested by ASTM laboratory methods, shall meet the following requirements: 1. The liquid limits shall not exceed 45. 2. The plasticity index shall not be less than 4 nor more than 15. B. Class B: This material shall consist of suitable non -swelling (soils with a plasticity index less than 20) earth material such as loam, clay or other such materials that will form a stable embankment. C. Topsoil: This material shall consist of approved topsoil material and shall be clean, friable soil capable of supporting plant life. This material shall also be free of stones and all other debris. Topsoil for a particular location shall closely match the original topsoil removed from that particular location in terms of color, Atterberg limits and texture. PART 3 - EXECUTION 3.1 METHODS OF CONSTRUCTION A. Prior to commencing this work, all erosion control and environmental measures required shall be in place. B. Use all suitable materials removed from excavation insofar as practicable. C. All complicated excavation grade work shall conform to the established alignment, grades, and cross-section required of the Contractor by the borrow pit owner. D. Contractor shall arrange for borrow from one of the following sources: I . Existing borrow pit. 2. New borrow pit. 3. Surplus excavated material from a site which has a site development permit. 4. Borrow from an existing playa lake. If this playa lake is located within the Lubbock ETJ a cut and fill plan will be required and must be approved prior to any excavation. E. Contractor shall notify Engineer 3 weeks prior to opening pit to permit necessary testing for approval of materials. All borrow sites shall comply with the requirements of the permit. 01266503 BORROW 02318 - 2 12/05 F. During construction, keep borrow sources drained insofar as practicable to permit final cross sections to be taken, when required. G. Maintain borrow sites to minimize the impact on the appearance of the natural topographic features and at no time create a potential hazard to the public. END OF SECTION 02318 01266503 BORROW 02318 - 3 12/05 SECTION 02320 UTILITY BACKFILL MATERIALS PART 1- GENERAL 1.1 SECTION INCLUDES A. This Section of the specifications covers materials related to the backfill of utilities. Included are the following: 1. "Concrete" sand. 2. Cement stabilized backfill. 3. Lean concrete backfill. 4. Native soil materials. 5. Topsoil. 6. Borrow material. 7. Pea Gravel. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specifications, apply to this section. B. Section 02300 — Earthwork. C. Section 02317 — Excavation and Backfill for Utilities. D. Section 02318 — Borrow. IS101I 11011#103 ., A. Refer to Section 02317 — Excavation and Backfill for Utilities. 1.4 REFERENCES A. ASTM C 33 - Specification for Concrete Aggregate. B. ASTM C 40 - Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 - Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 - Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 - Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 - Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft). H. ASTM D 1140 - Test Method for Amount of Materials in Soils Finer Than No. 200 Sieve. I. ASTM D 2487 - Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 - Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). K. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 01266503 UTILITY BACKFILL MATERIALS 02320 - 1 u_ 12/05 L. ASTM D 4643 - Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. M. TxDOT Tex- 101-E - Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex-104-E - Test Method for Determination of Liquid Limit of Soils (Part 1) O. TxDOT Tex-106-E - Test Method - Methods of Calculating Plasticity Index of Soils. P. TxDOT Tex- 110-E - Determination of Particle Size Analysis of Soils. 1.5 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials to comply with Paragraph 2.2, Materials Testing and Section 02318 - Borrow. D. Before stockpiling materials, submit a copy of temporary easement or approval from landowner for stockpiling backfill material on private property in accordance with Section 01576 — Waste Material Disposal. E. For each delivery of material, provide a delivery ticket which includes source location. 1.6 TESTS A. Perform tests of sources for off -site backfill material in accordance with Paragraph 2.2 and Section 02318 - Borrow. B. Verification tests of backfill materials may be performed by the Owner, at Owner's expense; however, failing tests will be charged to the Contractor and deducted from Contractor's progress payments. PART 2-PRODUCTS 2.1 MATERIAL DESCRIPTIONS A. "Concrete" Sand 1. Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C33. 2. Gradation shall conform to ASTM C136 and the following limits. SIEVE PERCENT PASSING 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 01266503 UTILITY BACKFILL MATERIALS 02320 - 2 12/05__ B. Cement Stabilized Backfill 1. Cement content 2 sack mix per cubic yard. 2. Water —to -cement ratio = .6 to 0.75 with slump not to exceed three (3) inches. 3. Maximum aggregate size shall not exceed 1.5-inch diameter for backfilling pipe sizes 48 inches and greater in diameter. 4. Maximum aggregate size shall not exceed one -inch diameter for backfilling pipe sizes less than 48 inches in diameter. C. Lean Concrete Backfill 1. Cement content 4 sack mix per cubic yard. 2. Water/cement ratio = .53. D. Native Soil Material for Backfill 1. Provide backfill material that is free of stones greater than 6 inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. E. Topsoil 1. Provide topsoil material that is free of stones greater than 1-inch, free of roots, waste, trash, debris, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. Cultivated farm land topsoil shall be free of rocks. 2. Surface should be made clear of rock and other debris before planting in accordance with Section 02920 — Lawns and Grasses. 3. Use topsoil material salvaged under Section 02317 — Excavation and Backfill for Utilities of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non -paved areas. F. Borrow 1. Refer to Section 02318 — Borrow. 2. Use Class A borrow under roadways and Class B elsewhere as specified in Section 02318 — Borrow. G. Pea Gravel 1. Pea gravel shall be free of waste, trash, debris, organic material, unstable material, or other non -gravel matter. 2. Pea gravel shall be graded within the following limits: SIEVE PERCENT PASSING %2" 100 3/8" 85 to 100 No. 4 10 to 30 No. 8 0 to 10 No. 16 0 to 5 01266503 UTILITY BACKFILL MATERIALS 02320 - 3 12/05 2.2 H. Gravel Embedment 1. Gravel embedment shall be free of waste, trash, debris, organic material, unstable material, or other non -gravel matter. 2. Gravel embedment shall be graded within the following limits: SIEVE PERCENT PASSING 1" 0 7/8" 0-2 3/4" 15-35 5/8" 55 to 100 3/8" 95-100 No. 10 99 - 100 It is the intent that materials excavated from trench or cut and cover operations be used as backfill in the same general open cut location. There is not a specification limit on liquid limit, plastic limit or plasticity index for native materials removed from a trench and then used as backfill in that same trench. Native backfill materials shall meet the requirements of paragraph 2.1.D. Where material must be imported to bring a trench to grade, then the material requirements of paragraph 2.1.F.2 shall be followed. Where street flexible base is involved, the flexible base shall meet the requirements of Section 02300. Where cuttings or spoil from excavation operations have been mixed with carrier fluids that contain additives (such as those by Baroid Drilling Fluids, Cetco, Cross Tech, Federal Summit Drilling Fluids, Kem-Tron, Parchem, Polymer Drilling Systems, Wyo-Ben, and others), such cuttings or spoil shall be considered as unsuitable for backfill and shall not be used for backfill. Where cuttings or spoil have been mixed with water only, such cuttings or spoil may be used for backfill provided the material's water content can be satisfactorily reduced to optimum and specified compaction density can be achieved. MATERIAL TESTING A. Ensure that material selected, produced and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification. Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: 1. Gradation. Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. 2. Plasticity of material passing the No. 40 sieve. 3. Los Angeles abrasion wear of material retained on the No. 4 sieve. 01266503 12/05 UTILITY BACKFILL MATERIALS 02320 - 4 i i s_. 4. Clay lumps. 5. Lightweight pieces 6. Organic impurities C. Production Testing. Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. D. Assist the Engineer in obtaining material samples for verification testing at the source or at the production plant. E. Native material removed from trench requires testing only when questionable material is encountered. PART 3 - EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. Top 3 feet of excavated material shall be used as topsoil. B. Identify off -site sources for backfill materials at least 21 days ahead of intended use so that the Engineer may obtain samples for verification testing. C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations for practical material handling and control, and verification testing by the Engineer in advance of final placement. Obtain approval from landowner for storage of backfill material on adjacent private property. B. When stockpiling backfill material near the project site, use appropriate covers to eliminate blowing of materials into adjacent areas and prevent runoff containing sediments from entering the drainage system. C. Cement stabilized backfill and lean concrete backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. D. Pea gravel shall be consolidated upon placement by using rodding or pneumatic vibratory methods. Shovel slicing shall be used as necessary to ensure filling of voids, filling around and under haunches of pipe and filling of spaces. 01266503 UTILITY BACKFILL MATERIALS 02320 - 5 12/05 3.3 FIELD QUALITY CONTROL A. Quality Control 1. The Engineer may sample and test backfill at: a. Sources including borrow pits, production plants and Contractor's designated off -site stockpiles. b. On -site stockpiles. C. Materials placed in the Work. 2. The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with Owner and Engineer in allowing access to materials. END OF SECTION 02320 r i 01266503 UTILITY BACKFILL MATERIALS 02320 - 6 12/05 f_ i SECTION 02371 ROCK RIPRAP PROTECTION PART 1-GENERAL 1.1 SECTION INCLUDES A. The work shall consist of the construction of loose rock riprap revetments and blankets, including geotextile filter layers or bedding where specified or indicated. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specification sections apply to this section. B. Section 01400 — Quality Requirements. C. Section 02300 — Earthwork. D. Section 02317 — Excavation and Backfill for Utilities. E. Section 02318 — Borrow. F. Section 02320 — Utility Backfill Materials. 1.3 SUBMITTALS A. Provide gradation curves for riprap to be used prior to any rock delivery. B. Laboratory test results for bulk specific gravity, absorption and sodium sulfate soundness at least 30 days prior to delivery of any rock. C. Name and location of rock source. D. Submit a sample of filter cloth and manufacturer's certification that it meets the requirements of this specification. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. ASTM C 127 Standard Test Method for Specific Gravity and Absorption of Course Aggregate (as modified in this specification section). ASTM D 3786 Hydraulic Bursting Strength of Knitted Goods and Nonwoven Fabrics: Diaphragm Bursting Strength Tester Method. ASTM D 4354 Sampling of Geosynthetics for Testing. ASTM D 4355 Deterioration of Geotextiles from Exposure to Ultraviolet Light and Water (Xenon -Arc Type Apparatus). ASTM D 4491 Water Permeability of Geotextiles by Permittivity. 01266503 ROCK RIPRAP PROTECTION 02371 - 1 12/05 ASTM D 4533 Trapezoid Tearing Strength of Geotextiles. ASTM D 4632 Grab Breaking Load and Elongation of Geotextiles. ASTM D 4751 Determining Apparent Opening Size of a Geotextile. ASTM D 4759 Determining the Specification Conformance of Geosynthetics. ASTM D 4833 Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products. ASTM D 4873 Identification, Storage, and Handling of Geosynthetic Rolls. TEX 735-I Sampling Construction Fabrics. TEX 616-J Testing Construction Fabrics. PART2-PRODUCTS 2.1 MATERIALS A. Rock for loose rock riprap shall conform to the requirements of the U.S. Army Corps of Engineer's Lower Mississippi Valley Division standard riprap gradations under high turbulent flow. Specific weight of the stone shall be 155 lbs per cubic foot and the rock shall be placed in a 24" layer thickness. Gradation Range (Pounds) Equivalent Spherical Size (Inches) Percent Lighter By Weight 100% 200-80 16-12 50% 80-40 12-9 15% 40-10 9-6 B. Rock from designated sources shall be excavated, selected and handled as necessary to meet the quality and grading requirements of this specification. The rock shall conform to the specified grading limits when installed. C. Rock riprap shall be excavated, selected, and handled as necessary to meet the quality and grading requirements specified. Individual rock fragments shall be dense, sound and free from cracks, seams and other defects conducive to accelerated weathering. The rock fragments shall be angular to subrounded in shape. The least dimension of an individual rock fragment shall not be less than one-third the greatest dimension of the fragment. D. Rock riprap shall have the following properties: 1. Bulk specific gravity (saturated surface -dry basis) not less than 2.5 when tested in accordance with ASTM C 127. 2. Absorption not more than two percent when tested in accordance with ASTM C 127. 01266503 ROCK RIPRAP PROTECTION 02371 - 2 12/05 3. Weight loss in five cycles not more than 10 percent when sodium sulfate is used or 15 percent when magnesium sulfate is used when tested in accordance with ASTM C 88 modified as follows: a. The test sample shall not be separated into fractions. It shall consist of 5,000 +/- 300 grams of rock fragments, reasonably uniform in size and shape and weighing approximately 100 grams each, obtained by breaking the rock and selecting fragments of the required size. b. After the sample has been dried, following completion of the final test cycle and washing to remove the sodium sulfate or magnesium sulfate, the loss of weight shall be determined by subtracting from the original weight of the sample the final weight of all fragments that have not broken into three or more pieces. C. The report shall show the percentage loss of weight, list the sulfate solution used, and list the results of the qualitative examination. E. Geotextile 1. Geotextile shall conform to Texas Department of Transportation Geotextile Performance Requirements (Type 2) and shall be of type Maccaferri Mactex MX295 non -woven, or approved equal, typical equivalent sieve opening equal to 100. 2. The fabric shall be constructed exclusively of manmade thermoplastic fibers; shall be a non -woven geotextile fabric, and shall form a mat of uniform quality. 3. Fabric fibers may be continuous and oriented in a random pattern throughout the fabric. 4. The fabric shall be mildew resistant, rot -proof and shall be satisfactory for use in a wet soil and aggregate environment. 5. Packaging Requirements a. The fabric shall be packaged in rolls of the length and width specified. b. The fabric itself shall be uniformly wound onto suitable cylindrical forms or cores to aid in handling and unrolling. C. Each roll of fabric and the form or core upon which it is rolled shall be packaged individually in a suitable sheath, wrapper or container to help protect the geotextile from damage due to ultraviolet light and moisture during normal storage and handling. 6. Tagging or Labeling a. Each roll shall be identified by a tag or label securely affixed to the outside of the roll on one end. This tag or label must list the following required information (examples of each are shown in parentheses): 1) A unique roll number, serially designated (Roll No. 31275). 2) Manufacturer's lot number or control numbers, if any (Lot 290, control 6750). 3) Name of fabric manufacturer (Afghan Fabrics). 4) Date of Manufacture (Jan. 16, 1987). 5) Brand name of the product ("Fabriweld"). 6) Manufacturer's style or catalog designation of the fabric, if any ("300-X" ). 7) Roll width in millimeters (inches) (Width — 3810 millimeters [150 inches]). 8) Roll length in meters (yards) (Length — 91 meters [100 yards]). 9) Gross weight in kilograms (pounds) of entire package which is to include fabric core, wrapping and sheath or container identification tag, etc. (Gross — 67.00 kilograms [147 pounds]). 01266503 ROCK RIPRAP PROTECTION 02371 - 3 12/05 10) Tare weight in kilograms (pounds) of core, wrapping, sheath or container identification tag, etc. (Tare — 8.20 kilograms [18 pounds]). 11) Net weight in kilograms (pounds) of fabric alone (Net Weight — 59.0 kilograms [129 pounds]). F. Bedding shall be obtained from the designated sources and shall be selected to meet the quality and grading requirements of this specification. G. At least 30 days prior to changing source of approved rock riprap, the Contractor shall notify the Engineer in writing of the new sources from which he intends to obtain the material. The Contractor shall submit the gradation, tests and source name and location required in paragraph 1.3 and receive Engineer's approval prior to delivery of any material from the new source. Failure to obtain approval will result in rejection of the source and any material delivered. PART 3-EXECUTION 3.1 SUBGRADE PREPARATION A. The subgrade surfaces on which the riprap and filter fabric are to be placed shall be cut or filled and graded to the lines and grades shown on the drawings. When fill to subgrade lines is required, it shall consist of approved materials and shall conform to the requirements of the specified class of fill. Subgrade shall be compacted to 95% density, according to ASTM D698, for a depth of six inches. B. Riprap shall not be placed until the foundation preparation is completed and the subgrade surfaces have been inspected and approved by the Engineer. 3.2 ROCK RIPRAP SAMPLE A. Prior to delivery of rock riprap for incorporation into the proposed works of improvement, the Contractor shall provide a sample load of rock weighing at least ten tons from the rock source and in - the gradation specified. This rock sample shall be deposited on the construction or stockpile site at a location designated by the Engineer, and maintained at this location until the Engineer releases it for inclusion into construction. This sample shall be used as a source of reference for judging the gradation of the riprap being delivered to the project. Any difference of opinion between the Engineer and the Contractor concerning gradation of the riprap being delivered to the project shall be resolved by dumping and checking the gradation of one random truck load of riprap. In the event such additional checking procedure becomes necessary, the mechanical equipment, preparation of a sorting site, and labor needed to prove the gradation by weighing shall be provided by the Contractor at no additional compensation. If, at the time the rock is delivered to the construction site, separation or segregation of the smaller rock fraction from the larger rock fraction has occurred, the rock shall be reworked as necessary to insure a reasonably uniform distribution of the various rock sizes prior to placement of the rock. Due care shall be exercised during this reworking operation (if required) to prevent inclusion of earth or other undesirable materials in the riprap. Near the end of the placement of rock riprap on the project, the sample load of rock may be incorporated into the proposed works of improvement at the riprap locations indicated once the Engineer has released it. Due care shall be exercised to prevent the inclusion of earth or other undesirable materials in the riprap. 01266503 ROCK RIPRAP PROTECTION 02371 - 4 12/05 3.3 EQUIPMENT -PLACED ROCK RIPRAP A. The rock shall be placed by equipment on the surfaces and to the depths specified. The riprap shall be constructed to the full course thickness in one operation and in such a manner as to avoid serious displacement of the underlying materials. The rock shall be delivered and placed in a manner that will insure that the riprap in place shall be reasonably homogeneous with the larger rocks uniformly distributed and firmly in contact one to another with the smaller rocks and spalls filling the voids between the larger rocks. B. Riprap shall be placed in a manner to prevent damage to structures. Hand placing will be required to the extent necessary to prevent damage to the permanent works and achieve uniform distribution of the rock's gradation. C. Riprap shall be placed in such a manner that the underlying geotextile is not punctured or otherwise damaged or displaced. D. The uppermost surface of the riprap layer will be comprised mostly of the largest, heaviest rock to discourage vandalism associated with the smaller, hand -movable rock. 3.4 HAND -PLACED RIPRAP A. The rock shall be placed by hand on the surfaces and to the depths specified. It shall be securely bedded with the larger rocks firmly in contact one to another. Spaces between the larger rocks shall be filled with smaller rocks and spalls. Smaller rocks shall not be grouped as a substitute for larger rock. Flat slab rock shall be laid on edge. B. Hand -placed riprap shall be placed in such a manner that the underlying geotextile is not punctured or otherwise damaged or displaced. C. The uppermost surface of the riprap layer will be comprised mostly of the largest, heaviest rock to discourage vandalism associated with the smaller, hand -movable rock. 3.5 GEOTEXTILE A. Where the drawings specify geotextile, the filter material shall be spread uniformly on the prepared subgrade surfaces. B. Sampling and Testing Requirements 1. Samples for testing purposes shall be taken in accordance with Test Method "Tex-735-I, Sampling Construction Fabrics." 2. Testing shall be in accordance with the appropriate ASTM or Test Method "Tex-616-J, Testing Construction Fabrics." C. Basis for Rejection 1. Should any individual sample selected at random from 100 rolls, or fraction thereof, fail to meet any specification requirement, then that roll shall be rejected and two (2) additional samples shall be taken, one (1) from each of two (2) other additional rolls selected at random from the same 100-roll lot, or fraction thereof. 2. If either of these two (2) additional samples fail to comply with any portion of the specification, then the entire quantity of rolls represented by that sample shall be rejected. D. Installation 1. Subgrade Preparation: The surface underlying the geotextile shall be smooth and free of ruts or protrusions which could damage the geotextile. Subgrade materials and compaction requirements shall be in accordance with Section 02300 - Earthwork. 01266503 ROCK RIPRAP PROTECTION 02371 - 5 12/05 2. Placement: The Contractor shall request the presence of the Engineer during handling and installation. Geotextile rolls which are damaged or contain imperfections shall be repaired or replaced as directed. The geotextile shall be laid flat and smooth so that it is in direct contact with the subgrade. The geotextile shall also be free of tensile stresses, folds, and wrinkles. On slopes greater than 5 horizontal on 1 vertical, the geotextile shall be laid with the machine direction of the fabric parallel to the slope direction. 3. Geotextile panels shall be continuously overlapped a minimum of 12 inches. Where it is required that seams be oriented across the slope, the upper panel shall be lapped over the lower panel. The Contractor has the option of field sewing instead of overlapping. 4. All filter cloth/concrete interfaces shall be made secure with adhesive. The adhesive shall not be injurious to either the concrete surface or the geotextile, and shall be continuous throughout the interface both horizontally and vertically. 5. Seams shall be continuously sewn at the locations shown on the drawings. A flat seam with one row of a two -thread chain stitch shall be used unless otherwise recommended by the manufacturer. The minimum distance from the geotextile edge to the stitch line nearest to that edge shall be 3 inches unless otherwise recommended by the manufacturer. Quality assurance samples shall be taken at the request of the Engineer. The thread at the end of each seam run shall be tied off to prevent unraveling. Seams shall be on the top side of the geotextile to allow inspection. Skipped stitches or discontinuities shall be sewn with an extra line of stitching with a minimum of 18 inches of overlap. 6. The geotextile shall be protected during installation from clogging, tears, and other damage. Damaged geotextile shall be repaired or replaced as directed. Adequate ballast (e.g. sand bags) shall be used to prevent uplift by wind. The geotextile shall not be left uncovered for more than 14 days during installation. 7. Geotextile damaged during installation shall be repaired by placing a patch of the same type of geotextile which extends a minimum of 12 inches beyond the edge of the damage or defect. Patches shall be continuously fastened using a sewn seam or other approved method. The machine direction of the patch shall be aligned with the machine direction of the geotextile being repaired. Geotextile which cannot be repaired shall be replaced. 8. Geotextile shall not be covered prior to approval by the Engineer. The Contractor shall request the presence of the Engineer during covering of the geotextile. On side slopes, riprap shall be placed from the bottom of the slope upward. No equipment shall be operated directly on top of the geotextile. Low ground pressure vehicles (all terrain vehicles (ATVs)) may be operated directly on top of the geotextile if approved by the Engineer. If ATVs are allowed to operate on top of the geotextile, they shall move at a rate of speed not exceeding 8 km/hour, travel in straight lines or large arcs, not start or brake abruptly, and not turn sharply. Refueling of ATVs shall not be performed on top of the geotextile. 3.6 TESTING A. The Contractor will perform such tests as deemed necessary to verify that the riprap, filter, and bedding materials and the completed work meet the requirements of the specifications. The Owner may perform confirmation tests. These confirmation tests are not intended to provide the Contractor with the information he needs to assure that the materials and workmanship meet the requirements of the specifications, and their performance will not relieve the Contractor of the responsibility of performing his own tests for that purpose. 01266503 12/05 ROCK RIPRAP PROTECTION 02371 - 6 r The Contractor shall provide access to the materials so that the Owner may take samples for testing purposes. END OF SECTION 02371 01266503 ROCK RIPRAP PROTECTION 02371 - 7 12/05 SECTION 02425 TUNNEL EXCAVATION AND PRIMARY LINER PART 1- GENERAL 1.1 SECTION INCLUDES A. Tunnel construction by placement of a primary liner for installation of storm sewer pipe using a 2-pass method. Placement of the storm sewer pipe inside the tunnel constructed with a primary liner shall be in accordance with Section 02426 — Storm Sewer Pipe in Tunnels. B. Various construction methods for tunneling, including tunnel boring machine (TBM), hand tunneling, or shield. Liners include rib and lagging, steel liner plate, bolted steel liner, box tunnels, and segmented concrete. Liners may be expanded or grouted. Circular liners under railway right-of-way shall be 2-flange or 4-flange steel liner plate, and grouted in place. C. Contractor shall install liner types specified or as shown on the Drawings. Where not otherwise indicated, Contractor shall use techniques and liner methods appropriate for the prevailing ground conditions. 1.2 REFERENCE STANDARDS A. American Association of State Highway and Transportation Officials (AASHTO). B. American Railway Engineering Association (AREA) Manual for Railway Engineering. C. American Society for Testing and Materials (ASTM). 1. ASTM A 36 - Standard Specifications for Structural Steel. 2. ASTM A 283 - Standard Specifications for Low and Intermediate Tensile Strength Carbon Steel Plates. 3. ASTM A 307 - Standard Specifications for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. 4. NFPA 70 — National Electrical Code D. Occupational Safety and Health Administration (OSHA). 1.3 DEFINITION A. Primary liner is the first tunnel support installed by the Contractor in a 2-pass method. B. Carrier pipe is the storm sewer pipe as specified in Section 02426 — Storm Sewer Pipe in Tunnels. C. Zone of Active Excavation. Area located within a radial distance about a surface point directly above the face of excavation equal to the depth to the bottom of excavation. D. Critical Structure. Any building, structure, bridge, pier, or similar construction partially or entirely located within a zone of active excavation. E. Tunnel Boring Machine (TBM). Mechanized and fully shielded excavating equipment that is steerable, guided and articulated, with man entry. F. Tunneling Methodology. A written description, together with supporting documentation that defines Contractor's plans and procedures for the tunneling operations. 01266503 TUNNEL EXCAVATION AND PRIMARY LINER 02425 - 1 12/05 G. Shield. Fabricated ground support, circular in section, providing a 360 degree protection to those working in it. Shield will have a cutting edge, and be equipped with independently operated hydraulic propulsion rams, allowing it to be steered. Liner is erected within a tail attached to the shield. H. Open Face. The face of a heading or tunnel which is unsupported during excavation (e.g., in hand mining or shield excavation). I. Closed Face. The face of a heading or tunnel which is provided support during the excavation process from a TBM, where the cutter head allows both partial exposure of the face and full closure, by means of hydraulically operated gates, also referred to as shielded face. 1.4 SUBMITTALS A. Make submittals in accordance with Section 01330 - Submittal Procedures. B. The following submittals are required: 1. Tunneling Methodology. A brief description of proposed tunnel methodology for review. The description should be sufficient to convey the following: a. Proposed method of tunnel construction and type of face support and lining system. Indicate proposed method for each pipeline segment. b. Manufacturer and type of tunneling equipment proposed; type of lighting and ventilation systems. C. Number and duration of shifts planned to be worked each day. Contractor shall comply with the provisions of Section 01140 — Work Restrictions. d. Sequence of operations. e. Location of access shafts and work sites. f. Method of spoil transportation from the face, surface storage, and disposal location. g. Method of installing pipe. h. Identification of critical utility crossings and special precautions proposed. i. Manufacturer and type of any chemical grout proposed. If cementitious grout is proposed, furnish mix design. Cementitious grout shall have a compressive strength of not less than 1,000 psi. 2. Drawings and Calculations. Submit for record purposes, drawings and calculations for any tunnel support system designed by the Contractor. Drawings shall be adequate for construction, and include installation details. Documents must be signed and sealed by a Professional Engineer registered in the State of Texas. Calculations shall include clear statement of criteria used for the design, as described in Paragraph 1.5, Design Criteria. 3. Quality Control. Submit for review a brief description of quality control methods including: a. Method and frequency of survey control. b. Example of tunnel daily log. C. Instrumentation plan showing location and frequency of monitoring relative to critical structures within the zone of active excavation. d. Settlement survey plan (may be included in instrumentation plan). 4. Geotechnical Investigation. When geotechnical investigations are conducted by the Contractor, submit results to the Owner for record purposes. 01266503 TUNNEL EXCAVATION AND PRIMARY LINER 02425 - 2 12/05 1.5 5. Monitoring Plans: a. Instrumentation Monitoring Plan. Submit for review, a monitoring plan prior to construction, that includes a schedule of instrumentation design, layout of instrumentation points, equipment installation details, manufacturer's catalog literature, and monitoring report forms. b. Surface Settlement Monitoring Plan. Submit a settlement monitoring plan for review prior to construction. The plan shall identify the location of settlement monitoring points, reference benchmarks, survey frequency and procedures, and reporting formats. 6. Structures Assessment. Submit preconstruction and post -construction assessment reports for critical structures, namely those located within the zone of active excavation from the proposed tunnel centerline. Photographs or a video of any existing damage to structures in the vicinity of the storm sewer alignment shall be included in the assessment reports. 7. The readings of all monitoring shall be submitted to the Owner. 8. Daily Reports. The shift log as defined in Paragraph 3.4, Pipe jacked Tunneling Data, shall be maintained by the Contractor and must be made available to the Owner on request. The shift log shall contain the daily rate of advance. Where a tunnel boring machine is used, the monitored pressures for fluid circulation and jacking force shall also be recorded. DESIGN CRITERIA A. The primary liner shall be designed by the Contractor's Professional Engineer for appropriate loading conditions and deflection criteria, including but not limited to: the overburden and lateral earth pressures; handling and installation stresses; loads imposed by the tunnel shield or tunnel boring machine thrust jacks; subsurface soil and water loads; grouting; and other conditions of service. Contractor shall be responsible for the design of the primary liner to carry construction loads in combination with overburden, earth and hydrostatic loads. B. The criteria to be used at railroad crossings shall be Cooper E-80 locomotive loading distributions in accordance with AREA specifications for culverts. In the design, account for additive loadings due to multiple tracks. Liner type for railroad crossings shall be as specified. C. The criteria for truck loading shall be HS-20 vehicle loading distributions in accordance with AASHTO. HS-20 vehicle loading shall be used for all areas outside of railroad right- of-way. D. The liner system shall be compatible with any special requirements shown on the Drawings. E. Liner design shall conform to AASHTO "Design Specifications for Tunnel Liner Plate", Section 16. Because of the temporary nature of the tunnel liner and the various liner methods and materials available, such liner design and selection shall be performed by the Contractor or the primary liner supplier. The design shall be sealed by a professional engineer and submitted to the Engineer in accordance with paragraph 1.4.13.2 of this specification. Minimum factors of safety shall be those selected by the designing engineer, but in no case shall they be less than any factors of safety listed in the AASHTO specifications. Soil loads may be based on actual laboratory density compaction curves for the tunnel location. In lieu of such compaction curves, the minimum dry soil density shall not be less than 120 pounds per cubic foot. The design of the tunnel primary liner shall also withstand grouting pressures when the subsurface voids are grouted. 01266503 TUNNEL EXCAVATION AND PRIMARY LINER 02425 - 3 12/05 PART 2 - PRODUCTS 2.1 TUNNEL LINERS A. Tunnel liners can be composed of steel liner plates bolted together, steel ribs with bolted steel liner plate lagging or steel ribs with timber lagging. Circular liners under railway right-of-way shall be 2-flange or 4-flange steel liner plate. B. Steel liner plate shall be manufactured from steel conforming to ASTM A 569, as manufactured by AK Steel Corporation, Commercial Intertech, Inc., Contech Construction Products, or equal, and certified by manufacturer for compliance with the ASTM designation. Steel liner plate shall be of 2-flange or 4-flange design. 1. Plates shall be punched for bolting on both longitudinal and circumferential seams for 4-flange plates. 2. Plates shall be punched for bolting on circumferential seams for 2-flange plates. 3. Plates shall be of uniform fabrication and those intended for one size and type of tunnel liner shall be interchangeable. 4. Material used for construction of liner plates shall be in good condition. 5. A sufficient number of bolted steel liner plates shall be equipped with grout holes furnished with plugs. 6. Grout holes shall be located near plate center and spaced sufficiently close for grouting the tunnel's exterior annular space. C. Steel ribs shall meet the requirements of ASTM Designation A36 or other ASTM designation specifically for structural steel. Bolts and nuts for joining steel rib circumferential sections shall conform to ASTM designations for the intended application. D. Bolts and nuts for joining steel liner plate shall conform to ASTM Designation A153 where possible. Where manufacturing, product application, design, or availability warrants variation from ASTM A153, the bolts and nuts proposed for use within a variance shall meet ASTM designation for such materials, finishes, and strength in the proposed application. E. Steel materials are not required to be galvanized or otherwise plated with corrosion resistant material. F. Timber lagging shall be of the thickness, wood type and grade sufficient for the loads expected to be imposed and for the duration of support (including grouting of voids external to the tunnel liner) anticipated prior to completely grouting the annular space between the primary tunnel liner and the carrier pipe. 1. Timber material used for construction of timber lagging shall be in good condition. 2. A sufficient number of grout holes with plugs shall be provided in the lagging. PART 3 - EXECUTION 3.1 PREPARATION A. Use methods for tunneling operations that will minimize ground settlement. Select a method which will control flow of water, prevent loss of soil into the tunnel, and provide stability of the face under anticipated conditions. B. Conduct tunneling operations in accordance with applicable safety rules and regulations, OSHA standards, and Contractor's safety plan. Use methods which include due regard for safety of workmen, adjacent structures, utilities, and the public. C. Maintain clean working conditions inside the tunnel and shafts. 01266503 TUNNEL EXCAVATION AND PRIMARY LINER 02425 - 4 12/05 3.2 3.3 D. For tunneling under railroad embankments, highways, or streets, perform the installation so as to avoid interference with the operation of the railroads, highways, or streets, except as approved by the owner of the facility. E. Support the ground continuously in a manner to prevent loss of ground and keep the perimeters and faces of the tunnel stable. F. The completed primary tunnel lining shall have full bearing against the ground. The peripheral space between the support elements and the excavated surface shall be grouted or shall be closed by expanding the support elements against the ground to achieve full bearing as the tunnel advances. G. Ground Conditions. The Contractor may perform additional exploration by geotechnical borings in advance of construction to define necessary parameters for design of the primary tunnel liner, planning and designing the ground water control system, and for selection of tunneling method and equipment to successfully complete each tunnel reach. H. The Contractor shall be aware that various existing soil borings, wells, where indicated on the Drawings, may coincide with the proposed tunnel alignment. These may or may not have been backfilled with grout and, therefore, caution should be used in tunneling through these locations. Contractor shall take mitigating measures to counter any effect these boreholes, wells may have on tunneling operations. SURFACE WATER CONTROL A. The Contractor shall provide the necessary surface water control measures to perform the work and to provide safe working conditions. B. Contractor shall anticipate that portions of the tunnel excavation may be in cohesionless soils, even if not indicated on the soil borings, and in conditions which may require a surface water control system for the tunneling operations. The tunnel face may be submerged and affected by ponded water for an extended period of time in the vicinity of lake areas. The Contractor shall provide support and means to keep soils in place when submerged conditions prevail. C. The dewatering system for tunnels shall remain in operation until the carrier pipe has been installed and the annular space is fully grouted and the grout has cured for at least 5 days. EQUIPMENT A. The Contractor shall be responsible for selection of tunneling equipment which, based on past experience, has proven to be satisfactory for excavation of the soils to be encountered. B. The Contractor shall employ tunneling equipment that will be capable of handling the various anticipated ground conditions and which minimizes loss of soil ahead of the face and allows satisfactory support of the excavated face. C. A TBM or shield shall conform to the shape of the tunnel with a uniform perimeter that is free of projections that could produce over excavation or voids. An appropriately sized over cutting head may be provided to facilitate steering. In addition it shall: 1. Be capable of full directional guidance. 2. Be capable of full face closure, or permit ready installation of breasting boards. 3. Be equipped with appropriate tail in which liner is erected. 4. Be capable of correcting roll. 5. Be designed to handle adverse ground conditions including ground water ingress. 6. Be equipped with visual display to show the operator actual position of TBM or shield relative to design reference. D. Air Quality. Provide equipment to maintain proper air quality of tunnel operations during construction in accordance with OSHA requirements. 01266503 TUNNEL EXCAVATION AND PRIMARY LINER 02425 - 5 12/05 E. Enclose lighting fixtures in watertight enclosures with suitable guards. Provide separate circuits for lighting and other equipment. F. Electrical systems shall conform to requirements of National Electrical Code - NFPA70. 3.4 TUNNELING DATA A. Maintain shift logs of construction- events and observations. The Owner shall have access to the Contractor's logs with regard to the following information: 1. Location of face by station and progress of tunnel drive during shift. 2. Hours worked per shift on tunneling operations. 3. Completed field forms for checking line and grade of the tunneling operation, showing achieved tolerance relative to design alignment. Steering control logs will generally be acceptable for shield or TBM driven tunnels. 4. Location, elevation and brief soil descriptions of soil strata and strata boundaries. 5. Water control operations. 6. Observation of any lost ground or other ground movement. 7. Any unusual conditions or events. 8. Reasons for operational shutdown in the event a drive is halted. 9. Time of grouting and pressure for grouting. 10. Advance rate per day and, for TBM, pressure applied for advancement. B. Primary liner shall be clearly marked with paint every 20 feet along the tunnel with distance in feet from centerline of the preceding shaft. 3.5 TUNNEL EXCAVATION AND PRIMARY LINER INSTALLATION A. Tunnel Excavation. 1. Conduct tunneling operations in accordance with applicable safety rules and regulations, and Contractor's safety plan. Use methods which include due regard for safety of workmen, adjacent structures, utilities, and the public. 2. Tunnel excavation shall remain within the easements and rights -of -way indicated on the Drawings, to the lines and grades shown on the Drawings. The excavation shall be of sufficient size to allow the installation of the storm sewer pipe to the lines and grades indicated on the Drawings. 3. Open -face excavations: a. Keep the face breasted or otherwise supported and prevent falls, excessive raveling, or erosion. Maintain standby face supports for immediate use when needed. b. During shut -down periods, support the face of the excavation by positive means; no support shall rely solely on hydraulic pressure. C. Prevent loss of material at face even under submerged conditions. 4. Closed -face excavation: a. Control volume of spoil removed. Determine that the advance rate and the excavation rate are compatible to avoid over excavation or loss of ground. b. When cutting head is withdrawn for any purpose, keep excavated face supported and stabilized. C. When the face of the machine is open for maintenance, monitor conditions that might threaten the stability of the heading. Take appropriate action to prevent or limit influx of soils and water which would threaten the stability of the heading. 01266503 TUNNEL EXCAVATION AND PRIMARY LINER 02425 - 6 12/05 5. Whenever there is an identified condition which could endanger the tunnel excavation or adjacent structures, operate continually for 24 hours a day, including weekends and holidays, without intermission until the condition no longer exists. B. Determination of primary liner size and section shall be the sole responsibility of the Contractor, unless otherwise shown on the drawings, to match the construction methods and equipment described in the tunneling methodology submittal. Tunnels shall be of sufficient size to permit efficient excavation operations, to provide sufficient working space for placing the primary tunnel liner, and to allow for installation of the storm sewer pipe. C. Primary Liner Installation: 1. Contractor's method shall ensure full bearing of the soil against the primary liner without significant settlement or movement of the surrounding soil. Voids behind a nonexpandable liner (e.g., bolted steel liner plates) shall be grouted behind the nonexpandable liner. Box tunnel where the ground is excavated to a continuously true shape may be ungrouted. 2. When using a TBM or tunnel shield, advance the equipment only far enough to permit construction of one primary liner set, entirely within the equipment shield. 3. After grouting, deflection of liner shall be no more than allowable, nor shall the liner be distorted by excessive pressure. 4. No more than six linear feet along the axis of the tunnel may remain ungrouted at any given time. D. Grouting: Requirements pertaining to grout mix design and tunnel grouting are provided in Section 02430 - Tunnel Grout. 3.6 CONTROL OF TUNNEL LINE AND GRADE A. Construction Control. _ 1. The Contractor will establish the baselines indicated on the Drawings. Contractor shall check baselines at the beginning of the Work and report any errors or discrepancies to the Engineer. 2. Use the baselines to establish and maintain construction control points, reference lines, and grades for locating tunnel. 3. Establish control points sufficiently far from the face so as not to be affected by tunneling operations. B. Benchmark Movement. The Contractor shall ensure that if settlement of the ground surface occurs during construction which affects the accuracy of the temporary benchmarks, the Contractor shall detect and report such movement and reestablish temporary bench marks. The locations of the permanent monumentation benchmarks are indicated on the Drawings. Advise the Engineer of any settlement affecting the permanent monumentation benchmarks. C. Line and Grade. 1. Maintain a means sufficient to check alignment and grade continuously. 2. Check the survey control for tunneling against an aboveground undisturbed reference at least once each week and once for each 250 feet of tunnel constructed. 3. When excavation is off line or grade, make alignment corrections to avoid reverse grades in gravity storm sewers. 4. Construct primary liner to such tolerances that permit the installation of sewer pipe I to be completed to the tolerances given in Section 02426 — Storm Sewer Pipe in i Tunnels. i 01266503 TUNNEL EXCAVATION AND PRIMARY LINER 02425 - '7 12/05 D. Earth Movement. The Contractor shall be responsible for damages due to settlement from any construction -induced activities or occurrences. 1. The Contractor shall survey the crown, invert, and springline on each side of the primary liner at 50-foot intervals, or a minimum of once per shift, or more frequently if line and grade tolerances have been exceeded, to ensure the alignment is within the tolerances specified. The survey shall be conducted immediately behind the tunnel excavation to allow immediate correction of misalignment. 2. If settlement of the ground surface should occur during construction of the tunnel that will affect the accuracy of temporary benchmarks, it shall be the Contractor's responsibility to detect and report such movement. The locations of the permanent monumentation benchmarks are indicated on the Drawings; the Contractor may use these to verify temporary benchmark accuracy. Advise the Engineer of any settlement affecting the permanent monumentation benchmarks. Upon completion, the field books pertaining to monitoring of the permanent monumentation benchmarks shall be submitted to the Engineer. 3.7 MONITORING A. Instrumentation Monitoring. Instrumentation specified shall be accessible at all times to the Owner or Engineer. Readings shall be submitted promptly to the Engineer. 1. Install and maintain an instrumentation system to monitor and detect movement of the ground surface and adjacent structures. Establish vertical control points at a distance from the construction areas that avoids disturbance due to ground settlement. 2. Installation of the instrumentation shall not preclude the Owner, through an independent contractor or consultant, from installing instrumentation in, on, near, or adjacent to the construction work. Access shall be provided to the work for such independent installations. 3. Instruments shall be installed in accordance with the manufacturer's recommendations. B. Surface Settlement Monitoring 1. Establish monitoring points on all critical structures. 2. Record location of settlement monitoring points with respect to construction baselines and elevations. Record elevations to an accuracy of 0.01 feet for each monitoring point location. Monitoring points should be established at locations and by methods that protect them from damage by construction operations, tampering, or other external influences. 3. Ground surface elevations must be recorded on the centerline ahead of the tunneling operations at a minimum of 100-foot intervals or at least three locations per tunnel drive. For primary lined tunnels greater than 60 inches cut diameter also record similar data at approximately 20 feet each side of the centerline. Settlement monitoring points must be clearly marked by studs or paint for ease of locating. 4. Railroads. Monitor ground settlement of track subbase at centerline of each track. 5. Utilities and Pipelines. Monitor ground settlement directly above and 10 feet before and after the utility or pipeline intersection. C. Reading Frequency and Reporting. The Contractor shall submit records of readings from the various instruments and survey points to the Engineer. 1. Instrumentation monitoring results to be read at the frequency specified and unless otherwise specified, shall be started prior to the passing of the zone of active excavation and until no further detectable movement occurs. 01266503 TUNNEL EXCAVATION AND PRIMARY LINER 02425 - 8 12/05 2. Surface settlement monitoring readings shall be taken: a. Prior to the zone of active excavation reaching that point, b. When the tunnel face reaches the monitoring point (in plan), and C. When the zone of active excavation has passed and no further movement is detected. 3. All monitoring readings shall be submitted promptly to the Owner. 4. Immediately report to the Owner any movement, cracking, or settlement which is detected. 5. Following substantial completion, but prior to final completion, make a final survey of all monitoring points. 3.8 DISPOSAL OF EXCESS MATERIAL A. Remove spoil from the job site and dispose in accordance with Section 01576 - Waste Material Disposal. END OF SECTION 02425 01266503 TUNNEL EXCAVATION AND PRIMARY LINER 02425 - 9 12/05 SECTION 02426 STORM SEWER PIPE IN TUNNELS PART 1- GENERAL 1.1 SECTION INCLUDES A. Handling, transporting, and installing sewer line in primary lined tunnels. 1.2 SUBMITTALS A. Submittals shall be made in accordance with Section 01330 - Submittal Procedures. B. Provide a brief description of method of transporting carrier pipe into the tunnel; method of hoisting and positioning pipe; method of jointing and aligning pipe; and blocking plan. C. Submit buoyant force calculations, bulkhead design, and blocking details. The calculations shall include an analysis of the stresses and deformation induced on the carrier pipe. Have the submittal signed and sealed by a Professional Engineer registered in the State of Texas. PART2-PRODUCTS 2.1 PIPE MATERIAL AND FITTINGS A. The storm sewer pipe may consist of fiberglass reinforced mortar pipe (FRMP) or reinforced concrete pipe (RCP) in the locations indicated. B. Contractor shall be responsible for selecting appropriate pipes and pipe joints to safely carry the loads imposed during construction. 2.2 FIBERGLASS PIPE A. Provide fiberglass pipe, joints, and fittings in accordance with Section 02635 - Centrifugally -Cast Fiberglass Pipe and/or Section 02637 — Filament Wound Fiberglass Pipe. 2.3 REINFORCED CONCRETE PIPE A. Provide reinforced concrete pipe, joints, and fittings in accordance with Section 02638 - Reinforced Concrete Pipe. 2.4 ANNULAR GROUT A. Provide for grouting of the annular space between pipe and tunnel liner as specified in Section 02430 - Tunnel Grout. 01266503 STORM SEWER PIPE IN TUNNELS 02426 - 1 12/05 r PART 3 - EXECUTION 3.1 INSTALLATION TOLERANCES A. Prior to installing the storm sewer pipe, verify that the primary liner has been constructed so that the sewer pipe may be placed in conformance with specified lines and grades. 3.2 PIPE HANDLING A. Handle and transport pipe into the tunnel in a manner that prevents damage to the pipe, joints and gaskets. Do not install pipe damaged during placement operations. Contractor may propose repair procedures for review and approval of the Engineer. 3.3 TUNNEL CLEANUP A. Prior to pipe placement in the tunnel, remove temporary tunnel utilities, such as electrical and ventilation. Remove loose material, dirt, standing water, and debris prior to pipe placement. B. Temporary steel construction tracks or steel pipe skids may be left in place if they do not interfere with alignment of the sewer pipe or interfere with final placement of the annular grout. Steel tracks and steel pipe skids shall have openings to allow annular grout to flow into and fill voids. 3.4 INVERT PIPE SUPPORT r A. Provide support adequate to establish final pipe grade. Support may include screeded concrete, steel beam, or other method as designated by the Contractor's Engineer. Secure the pipe support to the pipe or primary liner. If concrete is used for pipe support, cure it a minimum of 12 hours prior to setting pipe. 3.5 JOINING PIPE IN TUNNELS A. Join pipe segments to properly compress the gaskets and allow for the correct final positioning of the pipe for line and grade. Closely align pipes by bringing them loosely together by means of hydraulic jacks, locomotives, pipemobiles, or winches. Once pipes have been loosely joined, pull them home by means of a hydraulic tugger or other similar r- method suitably protecting pipe and joints against damage. Impact jointing such as ramming with locomotives or other mechanical equipment is not permitted. 3.6 BLOCKING PIPE IN TUNNEL AND BULKHEADS A. Install a pipe blocking system. The pipe blocking shall position the storm sewer pipe in the tunnel to allow a minimum of 4 inches of grout to be placed between the storm sewer pipe and the tunnel primary liner or casing. B. Secure blocking rigidly in place without dependence on wedges so that it cannot be dislodged during pipe placement and grouting operations. C. Construct bulkheads to withstand imposed grout pressure without leakage. Provide adequate venting for bulkheads. END OF SECTION 02426 01266503 STORM SEWER PIPE IN TUNNELS 02426 - 2 12/05 SECTION 02430 TUNNEL GROUT PART 1- GENERAL 1.1 SECTION INCLUDES A. Mix design requirements, testing, furnishing and production of grout for: 1. Pressure grouting of bolted liner plates for shafts. 2. Pressure grouting of primary tunnel liner. 3. Pressure grouting of jacked pipe. 4. Annular grouting of cased or uncased storm sewer pipe. 5. Grouting of the annular space between the storm sewer pipe and the primary tunnel liner, or annular space between the storm sewer pipe and the surrounding geology in the case of an unlined or uncased installation. 6. Grouting voids in ground resulting from caving, loss of ground, or settlement. 7. Grouting of manholes constructed in shafts. B. Compaction grouting is not part of this specification. 1.2 DEFINITIONS A. Pressure Grouting. Filling a void behind a liner or pipe with grout under pressure sufficient to ensure void is properly filled but without overstressing temporary or permanent ground support, or causing ground heave to occur. B. Back Grouting. Secondary pressure grouting to ensure that voids have been filled between primary tunnel or shaft liners and the surrounding ground. C. Annular Grouting. Filling the annular space between the carrier pipe and the primary tunnel liner, casing, or ground, by pumping. D. Ground Stabilization Grouting. The filling of voids, fissures, or under -slab settlement due to caving or loss of ground by injecting grout under gravity or pressure to fill the void. 1.3 REFERENCE STANDARDS A. ASTM C 138. Standard Test Method for Unit Weight, Yield and Air Content (Gravimetric) of Concrete. B. ASTM C 144. Standard Specification for Masonry Mortar. C. ASTM C 150. Standard Specification for Portland Cement. D. ASTM C 494. Standard Specification for Chemical Admixture for Concrete. E. ASTM C 618. Standard Specification for Fly Ash and Raw or Calcinated Natural Pozzolan for use as a Mineral Admixture in Portland Cement Concrete. F. ASTM C 869. Standard Specification for Foaming Agents and in Making Preformed Foam for Cellular Concrete. G. ASTM C 937. Standard Specification for Grout Fluidifier for Preplaced Aggregate Concrete. H. ASTM C 939. Test Method for Flow of Grout for Preplaced Aggregate Concrete. I. ASTM C 940. Standard Test Method for Expansion and Bleeding of Freshly Mixed Grout for Preplaced Aggregate Concrete. J. ASTM C 942. Standard Test Method for Compressive Strength of Grout for Preplaced Aggregate Concrete into Laboratory. 01266503 TUNNEL GROUT 02430 - 1 12/05 K. ASTM C 953. Standard Test Method for Time of Setting of Grout for Preplaced Aggregate Concrete in the Laboratory. L. ASTM C 1017. Standard Specification for Chemical Admixture for use in Producing Flowing Concrete. M. U.S. Army Corps of Engineers Specification CRD C 621, Non -shrink Grout. 1.4 SUBMITTALS A. Make submittals in accordance with Section 01330 - Submittal Procedures. B. Submit a description of materials, grout mix, equipment and operational procedures to accomplish each grouting operation. The description may include sketches as appropriate, indicating type and location of mixing equipment, pumps, injection points, venting method, flowlines, pressure measurement, volume measurement, grouting sequence, schedule, and stage volumes. C. Submit a grout mix design report, including: 1. Grout type and designation. 2. Grout mix constituents and proportions, including materials by weight and volume. 3. Grout densities and viscosities, including wet density at point of placement. 4. Initial set time of grout. 5. Bleeding, shrinkage/expansion. 6. Compressive strength. 7. Method to be used in applying grout. D. For cellular grout, also submit the following: 1. Foam concentrate supplier's certification of the dilution ratio for the foam concentrate. 2. A description of the proposed cellular grout production procedures. E. Maintain and submit logs of grouting operations indicating pressure, density, and volume for each grout placement. PART2-PRODUCTS 2.1 MATERIALS A. Grout Type Applications. 1. Grout for pressure grouting and back grouting: Sand -cement mortar mix. 2. Grout for annular grouting: Low density (cellular) grout or sand -cement mortar mix. 3. Grout for filling space around manholes in shafts: Sand -cement mortar mix. 4. Ground stabilization: Sand -cement mortar mix. B. Do not include toxic or poisonous substances in the grout mix or otherwise inject such substances underground. 2.2 GROUT A. Employ and pay for a commercial testing laboratory, acceptable to the Owner, to prepare and test the grout mix design. Develop one or more mixes based on the following criteria as applicable: 1. Size of the annular void between storm sewer pipe and liner, or size of the void between primary liner and the surrounding soil. 2. Absence or presence of groundwater. 3. Adequate retardation. 01266503 TUNNEL GROUT 02430 - 2 12/05 4. Non -shrink characteristics. 5. Pumping distances. B. Prepare mixes that satisfy the required application. Materials used in grout mix shall meet the following standards: 1. Cement: ASTM C 150. 2. Fly Ash: ASTM C 618. 3. Water: Potable. 4. Foam: ASTM C 869. 5. Slurry: ASTM C 138. 6. Cellular Grout: ASTM C 138. 7. Sand for sand -cement mortar mix: ASTM C 144. C. Provide grout that meets the following minimum requirements: 1. Minimum 28-day unconfined compressive strength: 1000 psi for sand -cement mortar grout; 300 psi for cellular grout. 2. Determine strength by ASTM C 942. D. Fluidifier. Use a fluidifier, meeting ASTM C 937, that holds the solid constituents of the grout in colloidal suspension and is compatible with the cement and water used in the grouting operations. E. Admixtures. 1. Use admixtures meeting ASTM C 494 and ASTM C 1017 as required, to improve pumpability, to control time of set, to hold sand in suspension and to reduce segregation and bleeding. 2. For cellular grout, do not use foam or admixtures that promote steel corrosion. 3. Ensure that admixtures used in a mix are compatible. Provide written confirmation from the admixture manufacturers of their compatibility. F. Mineral Filler: Filler used in grout shall be fly ash composed of finely divided siliceous residue and in accordance with ASTM C 618, Class C. The maximum amount of fly ash shall not exceed 10 percent (10%) of the cement by weight, and flyash shall not substitute for cement content. PART 3 - EXECUTION 3.1 PREPARATION A. Notify the Engineer at least 24 hours in advance of grouting operations. B. Select and operate grouting equipment to avoid damage to new or existing underground utilities and structures. C. In selection of grouting placement consider pipe flotation, length of pipe, length of tunnel, depth from surface, type of sewer pipe, type of pipe blocking and bulkheading, grout volume and length of pipe to be grouted between bulkheads. D. Operate any dewatering systems until the grouting operations are complete, and grout has cured for at least five days. 3.2 EQUIPMENT A. Batch and mix grout in equipment of sufficient size and capacity to provide the necessary quality and quantity of grout for each placement stage. B. Use equipment for grouting of a type and size generally used for the work, capable of mixing grout to a homogeneous consistency, and providing means of accurately measuring 01266503 TUNNEL GROUT 02430 - 3 12/05 grout component quantities and accurately measuring pumping pressures. Use pressure grout equipment which delivers grout to the injection point at a steady pressure. 3.3 PRESSURE GROUTING FOR PRIMARY TUNNEL AND SHAFT LINER A. Perform grouting operations to fill voids outside of the primary tunnel or shaft liner. B. For nonexpendable primary liners installed behind a shield or tunnel boring machine (TBM), fill voids with sand -cement grout promptly after each ring of the liner is out of the shield. Keep the grout pressure below a value that may cause damage or distortion to the installed liner plate rings. Provide seals on the tail of the shield or TBM which will prevent grout from spilling. C. For nonexpendable primary liners installed by hand mining or in shafts, grout once every 4 feet or more frequently if conditions dictate. D. Control grout pressures so that tunnel or shaft liner is not overstressed, and ground heave is avoided. E. For liner requiring grout, perform back grouting once each shift, or more often if required to ensure that all voids are filled. 3.4 ANNULAR GROUTING FOR SEWER LINE IN TUNNELS AND IN CASED OR UNCASED AUGERS A. Fill the annular space between the sewer pipe and the tunnel primary liner, casing or ground, with grout. B. Placement 1. Placement Limits: The limits of each grout placement stage shall be predetermined by the size and capacity of the batching equipment and the initial set time of the proposed grout. Under no circumstances shall placement continue at a grout port longer than that period of time for the mix to take initial set. Grout hole spacing and locations shall be located according to the number of stages necessary to grout tunnel liners. A stage or lift cannot be installed on another lift until a proper set has been attained. Have placement procedures approved by the admixture or additive �- manufacturer. 2. Limit pressure on the annular space to prevent damage or distortion to the pipe or liner. Define the limiting and estimated required pressure range. Provide an open ended, high point tap or equivalent vent and monitor it at the bulkhead opposite to the point of grouting. - 3. Pump grout until a material discharging is similar in consistency to that at point of injection. 4. In a primary lined tunnel, limit length of pipe installed to 200 feet or less before grouting the same length of sewer line. Repeat this cycle until all pipe is installed and grouted. - C. Remove temporary bulkheads installed for grouting. D. Batch and mix cellular grout mechanically to ensure consistency of the mix. Wet solids thoroughly before introduction of the foaming agent. Operate the batching system to maintain slurry weight within 3 percent of design density. Introduce foam into slurry in accordance with the manufacturer's recommendations. 01266503 TUNNEL GROUT 02430 - 4 12/05 I i 3.5 PRESSURE GROUTING FOR JACKED PIPE A. For jacked pipe, pressure grout the annulus after installation, displacing the bentonite lubrication. Flush the annulus with water to wash away bentonite, allow water to drain, then pressure grout the annulus. Flushing with water will be required if the grouting operation does not displace the bentonite lubrication. B. Inject grout through grout holes in the sewer pipe. Drilling holes from the surface or through the carrier pipe walls is not allowed. Perform grouting by injecting it at the pipe invert with bentonite displacement occurring through a high point tap or vent. C. Control ground water as necessary to permit completion of grouting without separation of the grout materials. D. Limit pressures to prevent damage or distortion to the pipe or to keep flexible pipe within acceptable tolerances. E. Pump grout until material discharging is similar in consistency to that at point of injection. 3.6 GROUND STABILIZATION GROUTING A. Completely fill voids outside the limits of excavation caused by caving or collapse of ground. Fill with gravity or pressure injected sand -cement grout as necessary to fill the void. B. Take care in grouting operations to prevent damage to adjacent utilities or public or private property. Grout at a pressure that will not distort or imperil any portion of the work or existing installations or structures. C. Verify that the void has been filled by volumetric comparisons and visual inspection. In the case of settlement under existing slabs, take cores as directed by the Engineer, at no additional cost to the Owner, to demonstrate that the void has been filled. 3.7 FIELD QUALITY CONTROL A. Pressure Grouting for Primary Tunnel and Shaft Liners. 1. For each shaft, make one set of four compressive test specimens for each 30-foot depth and one set for any remaining portion less than a 30-foot increment. 2. Make one set of four compressive test specimens for every 600 feet of primary lined (non -expandable) tunnel requiring grout. For less than 600 feet of primary lined length, make one set of four compressive test specimens. B. Annular Grouting for Sewer Line in Tunnels and in Cased or Uncased Augers. 1. Make one set of four compressive test specimens for every 600 feet of sewer pipe installed in primary lined tunnel. For less than 600 feet of primary lined length, make one set of four compressive test specimens. 2. For cased or uncased augers, make one set of four compressive test specimens for each grouting operation, or for each 100 feet of pipe installed, whichever is more frequent. 3. For cellular grout, check the slurry density both at point of hatching and placement at least twice each hour in accordance with ASTM C 138. Record density, time, and temperature. Density must be within 3 percent of design density at point of batching and 5 percent of design density at point of placement. C. Pressure Grouting for Jacked Pipe. Make one set of four compressive test specimens for every 400 feet of jacked pipe pressure grouting. D. Ground Stabilization Grouting. Make one set of four compressive test specimens for every location where ground stabilization grouting is performed. E. Test specimens and laboratory testing shall be at Contractor's expense. 01266503 TUNNEL GROUT 02430 - 5 12/05 F. Owner may take such samples, prepare specimens and perform laboratory tests for the Owner's own quality control checks. Such work shall be at Owner's expense, except that Contractor will be charged for failing tests. Failing test charges to Contractor shall include actual test charges plus pro-rata technician charges, pro-rata mileage charges, pro-rata trip charges and other such charges that are billed to the Owner by the Owner's testing agency. Contractor shall assist Owner or Owner's representative with access to the site of the work and materials to be tested. END OF SECTION 02430 01266503 TUNNEL GROUT 02430 - 6 12/05 SECTION 02441 MICROTUNNELING AND PIPE -JACKED TUNNELS PART 1-GENERAL 1.1 SECTION INCLUDES A. Tunnel construction of sewers by one -pass methods with or without man entry. The construction methods involve jacking pipe following a hand -shield excavation or a tunnel boring machine (TBM) or micro tunnel boring machine (MTBM), with the pipe serving as both the tunnel liner during construction and the storm sewer pipe after completion of construction. B. Contractor may select fiberglass reinforced mortar pipe (FRMP) or reinforced concrete pipe (RCP) for storm sewers installed by these methods. 1.2 REFERENCE STANDARDS A. American Railway Engineering Association (AREA) Manual for Railway Engineering. B. American Association of State Highway and Transportation Officials (AASHTO). C. Occupational Safety and Health Administration (OSHA). D. National Electrical Code - (NFPA 70). E. American Society for Testing and Materials (ASTM). 1.3 DEFINITION A. Jacked Pipe. A method for installing sewer pipe that serves as initial construction lining and tunnel support, installed for stability and safety during construction, and as the storm sewer pipe. This procedure uses the thrust power of hydraulic jacks to advance the pipe forward through the ground as the leading face is excavated. B. Microtunneling. A method of installing pipe by jacking the pipe behind a microtunnel boring machine which is connected to and shoved forward by the pipe being installed, generally precluding man entry. C. Tunnel Boring Machine (TBM). Mechanized excavating equipment that is steerable, guided and articulated, connected to and shoved forward by the pipe being installed, with man entry. D. Microtunnel Boring Machine (MTBM). Mechanized excavating equipment that is remotely -controlled, steerable, guided and articulated, connected to and shoved forward by the pipe being installed, usually precluding man entry. E. Tunneling Methodology. A written description, together with supporting documentation that defines Contractor's plans and procedures for the microtunneling or pipe jacking operations. F. Zone of Active Excavation. Area located within a radial distance about a surface point directly above the face of excavation equal to the depth to the bottom of the excavation. G. Critical Structure. Any building, structure, bridge, pier, or similar construction partially or entirely located within a zone of active excavation. 01266503 MICROTUNNELING AND PIPE -JACKED TUNNELS 02441 - 1 12/05 1.4 TUNNEL SUBMITTALS A. Submittals shall be made in accordance with Section 01330 - Submittal Procedures. B. The following submittals are required: 1. Tunneling Methodology. A brief description of proposed tunnel methodology for review. The description should be sufficient to convey the following: a. Proposed method of tunnel construction and type of face support. b. Manufacturer and type of tunneling equipment proposed; type of lighting and J ventilation systems. C. Number and duration of shifts planned to be worked each day. See Section _ 01140 — Work Restrictions. d. Sequence of operations. See Section 01140 — Work Restrictions. e. Locations of access shafts and work sites. f. Method of spoil transportation from the face, surface storage and disposal location. g. Capacity of jacking equipment and type of cushioning. h. Identify critical utility crossings and special precautions proposed. 2. Drawings and Calculations: Submit for record purposes, drawings, and calculations for any tunnel support system designed by the Contractor. Drawings shall be V adequate for construction, and include installation details. For pipe jacking and microtunneling, show pipe and pipe joint detail. Documents must be signed and sealed by a Professional Engineer registered in the State of Texas. Calculations shall include clear statement of criteria used for the design as described in Paragraph 1.5, Design Criteria. 3. Quality Control: Submit for review a brief description of quality control methods including: a. Method and frequency of survey control. b. Example of tunnel daily log. 4. Geotechnical Investigation: When geotechnical investigations are conducted by the 1 Contractor, submit results to the Owner for record purposes. 5. Monitoring Plans: a. Instrumentation Monitoring Plan: Submit a monitoring plan for review prior to construction that includes a schedule of instrumentation design, layout of instrumentation points, equipment installation details, manufacturer's catalog literature, and monitoring report forms. b. Surface Settlement Monitoring Plan. Submit a settlement monitoring plan for review prior to construction. The plan shall identify the location of settlement monitoring points, reference benchmarks, survey frequency and procedures, and reporting formats. 6. Structures Assessment. Preconstruction and postconstruction assessment reports shall be provided for critical structures, namely those located within the zone of active excavation from the proposed tunnel centerline. Photographs or a video of any existing damage to structures in the vicinity of the sewer alignment shall be included in the assessment reports. 7. The readings of all monitoring shall be submitted to the Owner. 8. Daily Reports: The shift log as defined in Paragraph 3.4, Pipe jacked Tunneling Data, subparagraph 3.4A, shall be maintained by the Contractor, and must be made available to the Owner on request. 01266503 MICROTUNNELING AND PIPE -JACKED TUNNELS 02441 - 2 12/05 1.5 DESIGN CRITERIA A. Contractor is responsible for selection of the appropriate pipe and pipe joints to carry the thrust of any jacking forces or other construction loads in combination with overburden, earth and hydrostatic loads. Design of any pipe indicated on the Drawings considers in -place loads only and does not take into account any construction loads. The criteria for longitudinal loading (jacking forces) on the pipe and joints shall be determined by the Contractor, based on the selected method of construction. B. The jacked pipe shall be designed to withstand the thrust from the MTBM, TBM or shield and pipe advance without damage or distortion. The propulsion jacks shall be configured so that the thrust is uniformly distributed and will not damage or distort the pipe. C. Take into account loads from handling and storing. D. The criteria to be used at railroad crossings shall be Cooper E-80 locomotive loading distributions in accordance with AREA specifications for culverts. In the design, account for additive loadings due to multiple tracks. E. The criteria to be used for truck loading shall be HS-20 vehicle loading distributions in accordance with AASHTO. HS-20 vehicle loading shall be incorporated for all areas outside of railroad right-of-way. F. Provide pipes of diameter shown on the Drawings. Substitution of pipe with larger diameter to suit MTBM or TBM equipment availability will only be permitted if the Contractor can demonstrate to the Engineer's satisfaction that design flows and velocities can be achieved without adverse effects on the design hydraulic gradient, and does not increase pipe size without increasing all other downstream pipe sizes. PART 2 - PRODUCTS 2.1 SEWER PIPE A. Contractor shall be responsible for selecting appropriate pipes and pipe joints to safely cant' the loads imposed during construction, including jacking forces. Pipe joints shall be flush with the outside pipe face when the pipes are assembled. Pipe materials shall be selected by Contractor from the following: B. Fiberglass pipe, joints and fittings to be in accordance with Section 02635 - Centrifugally - Cast Fiberglass Pipe and/or Section 02637 — Filament Wound Fiberglass Pipe. C. Reinforced concrete pipe with joints and fittings to be in accordance with Section 02638 - Reinforced Concrete Pipe. D. Use pipe that is round with a smooth, even outer surface, and has joints that allow for easy connections between pipes. Pipe ends shall be designed so that jacking loads are evenly distributed around the entire pipe joint and such that point loads will not occur when the pipe is installed. Pipe used for pipe jacking shall be capable of withstanding all forces that will be imposed by the process of installation, as well as the final in -place loading conditions. Protect the driving ends of the pipe and joints against damage. 01266503 MICROTUNNELING AND PIPE -JACKED TUNNELS 02441 - 3 12/05 PART 3 - EXECUTION 3.1 CONSTRUCTION OPERATIONS CRITERIA A. Use methods for microtunneling and pipe jacked tunneling operations that will minimize ground settlement. Select a method which will control flow of water and prevent loss of soil into the tunnel and provide stability of the face under anticipated conditions. B. Conduct tunneling operations in accordance with applicable safety rules and regulations, OSHA standards and Contractor's safety plan. Use methods which include due regard for safety of workmen, adjacent structures, utilities, and the public. C. Maintain clean working conditions wherever there is man access. D. For tunneling under railroad embankments, highways, or streets, perform the installation so as to avoid interference with the operation of the railroads, highways, or streets, except as approved by the owner of the facility. E. Have a written emergency plan for handling traffic, notifying controlling agencies and general public safety in the event of unacceptable or catastrophic subsidence of railroad embankments, highways or streets. 3.2 SURFACE WATER CONTROL A. Surface facilities for dewatering will not be allowed in the "no surface access" reaches shown on the plans. 3.3 EQUIPMENT A. Full directional guidance of a shield, TBM, or MTBM is a prerequisite of this method of construction. B. The Contractor shall be responsible for selection of tunneling equipment which, based on past experience, has proven to be satisfactory for excavation of the soils to be encountered. C. The Contractor shall employ tunneling equipment that will be capable of handling the various anticipated ground conditions and is capable of minimizing loss of soil ahead of and around the machine and shall provide satisfactory support of the excavated 'face. D. Tunnel Boring Machine (TBM). A TBM used for pipe jacking shall conform to the shape of the tunnel with a uniform perimeter that is free of projections that could produce over -excavation or voids. An appropriately sized overcutting head may be provided to facilitate steering. In addition it shall: 1. Be capable of full face closure. 2. Be equipped with appropriate seals to prevent loss of bentonite lubricant. 3. Be capable of correcting roll by reverse drive or fins. 4. Be designed to handle adverse ground conditions including ground water ingress. 5. Be equipped with visual display to show the operator actual position of TBM relative to design reference. E. Tunnel Shield. If a hand shield is used for pipe jacked tunneling (with or without attached mechanized excavating equipment), the shield must be capable of handling the various anticipated ground conditions. In addition, the shield shall: 1. Conform to the shape of the tunnel with a uniform perimeter that is free of projections that could produce over -excavation or voids. An appropriately sized overcutting head may be provided to facilitate steering. 2. Be designed to allow the face of the tunnel to be closed by use of gates or breasting boards without loss of ground. 01266503 MICROTUNNELING AND PIPE -JACKED TUNNELS 02441 - 4 12/05 F. Microtunneling Equipment. In the case of MTBM, use a spoil transportation system which: 1. Either balances the soil and ground water pressures by the use of a slurry or earth pressure balance system; system shall be capable of adjustments required to maintain face stability for the particular soil condition and shall monitor and continuously balance the soil and ground water pressure to prevent loss of slurry or uncontrolled soil and ground water inflow, or, in the case of a slurry spoil transportation system: a. Provides pressure at the excavation face by use of the slurry pumps, pressure control valves, and a flow meter. b. Includes a slurry bypass unit in the system to allow the direction of flow to be changed and isolated, as necessary. C. Includes a separation process. Design it to provide adequate separation of the spoil from the slurry so that slurry with a sediment content within the limits required for successful tunneling can be returned to the cutting face for reuse. Appropriately contain spoil at the site prior to disposal. d. Uses the type of separation process suited to the size of tunnel being constructed, the soil type being excavated, and the work space available at each work area for operating the plant. e. Allows the composition of the slurry to be monitored to maintain the slurry weight and viscosity limits required. 2. In the case of a cased auger earth pressure balance system, the system shall be capable of adjustments required to maintain face stability for the particular soil condition to be encountered. Monitor and continuously balance the soil and ground water pressure to prevent loss of soil or uncontrolled ground water inflow. a. In a cased auger spoil transportation system, manage the pressure at the excavation face by controlling the volume of spoil removal with respect to the advance rate. Monitor the speed of rotation of the auger flight, and the addition of water. 3. Remote Control System. Provide an MTBM which includes a remote control system with the following features: a. Allows for operation of the system without the need for personnel to enter the tunnel. Has a display available to the operator, at a remote operation console, showing the position of the shield in relation to a design reference together with other information such as face pressure, roll, pitch, steering attitude, valve positions, thrust force, cutter head torque, rate of advance and installed length. b. Integrates the system of excavation and removal of spoil and its simultaneous replacement by pipe. As each pipe section is jacked forward, the control system shall synchronize all of the operational functions of the system. 4. Active Direction Control. Provide an MTBM which includes an active direction control system with the following features: a. Controls line and grade by a guidance system that relates the actual position of the MTBM to a design reference (e.g., by a laser beam transmitted from the jacking shaft along the pipe to a target mounted in the shield). b. Provides active steering information which shall be monitored and transmitted to the operating console. C. Provides positioning and operation information to the operator on the control console. 5. Use generator which is suitably insulated for noise ("hospital" type) in residential or commercial areas. 01266503 MICROTUNNELING AND PIPE -JACKED TUNNELS 02441 - 5 12/05 3.4 3.5 G. Pipe Jacking Equipment. Provide a pipe jacking system with the following features: I. Has the main jacks mounted in a jacking frame located in the starting shaft. 2. Has a jacking frame which successively pushes a string of connected pipes following the tunneling excavation equipment towards a receiving shaft. 3. Has sufficient jacking capacity to push the tunneling excavation equipment and the string of pipe through the ground. Incorporates intermediate jacking stations, if required. 4. Has a capacity at least 20 percent greater than the calculated maximum jacking load. 5. Develops a uniform distribution of jacking forces on the end of the pipe by use of spreader rings and packing, measured by operating gauges. 6. Provides and maintains a pipe lubrication system at all times to lower the friction developed on the surface of the pipe during jacking. 7. Jack Thrust Reactions. Use reactions for pipe jacking that are adequate to support the jacking pressure developed by the main jacking system. Special care shall be taken when setting the pipe guide rails in the jacking shaft to ensure correctness of the alignment, grade, and stability. H. Air Quality. Provide equipment to maintain proper air quality of manned tunnel operations during construction in accordance with OSHA requirements. I. Enclose lighting fixtures in watertight enclosures with suitable guards. Provide separate circuits for lighting, and other equipment. J. Electrical systems shall conform to requirements of National Electrical Code - NFPA70. PIPE -JACKED TUNNELING DATA A. Maintain shift logs of construction events and observations. The Owner shall have access to the Contractor's logs with regard to the following information: 1. Location of boring machine face or shield by station and progress of tunnel drive during shift. 2. Hours worked per shift on tunneling operations. 3. Completed field forms for checking line and grade of the tunneling operation, showing achieved tolerance relative to design alignment. Steering control logs will generally be acceptable. 4. Maximum pipe jacking pressures per drive. 5. Rate of tunneling advance. 6. Location, elevation and brief soil descriptions of soil strata. 7. Ground water control operations and piezometric levels. 8. Observation of any lost ground or other ground movement. 9. Any unusual conditions or events. 10. Reasons for operational shutdown in the event a drive is halted. EXCAVATION AND JACKING OF PIPE A. Tunnel Excavation. 1. Keep tunnel excavation within the easements and rights -of -way indicated on the Drawings and to the lines and grades designated on the Drawings. 2. Perform tunneling operations in a manner that will minimize the movement of the ground in front of and surrounding the tunnel. Prevent damage to structures and utilities above and in the vicinity of the tunneling operations. 01266503 MICROTUNNELING AND PIPE -JACKED TUNNELS 02441 - 6 12/05 3. Open -face excavations: a. Keep the face breasted or otherwise supported and prevent falls, excessive raveling, or erosion. Maintain standby face supports for immediate use when needed. b. During shut -down periods, support the face of the excavation by positive means; no support shall rely solely on hydraulic pressure. 4. Closed -face excavation: a. Carefully control volume of spoil removed. Advance rate and excavation rate to be compatible to avoid over excavation or loss of ground. b. When cutting head is withdrawn or is open for any purpose, keep excavated face supported and stabilized. 5. Excavated diameter shall be a minimum size to permit pipe installation by jacking with allowance for bentonite injection into the annular space. 6. Whenever there is a condition encountered which could endanger the tunnel excavation or adjacent structures, operate without intermission including 24-hour working, weekends and holidays, until the condition no longer exists. 7. The Contractor shall be responsible for damage due to settlement from any construction -induced activities. B. Pipe Jacking 1. Cushion pipe joints as necessary to transmit the jacking forces without damage to the pipe or pipe joints. 2. Maintain an envelope of bentonite slurry around the exterior of the pipe during the jacking and excavation operation to reduce the exterior friction and possibility of the pipe seizing in place. 3. If the pipe seizes up in place and the Contractor elects to construct a recovery access shaft, obtain approval from the Owner. Coordinate traffic control measures and utility adjustments as necessary prior to commencing work. No recovery access shafts shall be permissible on railroad, highway or private property without prior written permission of the controlling agencies or owner. 4. In the event a section of pipe is damaged during the jacking operation, or joint failure occurs, as evidenced by inspection, visible ground water inflow or other observations, the Contractor shall submit for approval his methods for repair or replacement of the pipe. C. Grouting. Grouting requirements are defined in Section 02430 - Tunnel Grout. 3.6 CONTROL OF LINE AND GRADE A. Construction Control. 1. The Contractor shall establish the baselines and benchmarks necessary for construction control of the work. Contractor shall check baselines and benchmarks at the beginning of the Work and report any errors or discrepancies to the Engineer. 2. Use the baselines and benchmarks established by the Engineer to establish and maintain construction control points, reference lines and grades for locating tunnel, sewer pipe, and structures. 3. Establish construction control points sufficiently far from the work so as not to be affected by ground movement caused by pipe jacked tunneling operations. B. Benchmark Movement. The Contractor shall ensure that if settlement of the ground surface occurs during construction which affects the accuracy of the temporary benchmarks the Contractor shall detect and report such movement and reestablish temporary benchmarks. Advise the Engineer of any settlement affecting the benchmarks. 01266503 MICROTUNNELING AND PIPE -JACKED TUNNELS 02441 - 7 12/05 C. Line and Grade. 1. Check and record the survey control for the tunnel against an above -ground undisturbed reference at least once for each 250 feet of tunnel constructed. 2. Record the exact position of the MTBM or TBM or shield after each shove to ensure the alignment is within specified tolerances. Make immediate correction to alignment before allowable tolerances are exceeded. 3. When excavation is off line or grade, make alignment corrections to avoid reverse grades in gravity storm sewers. 4. Acceptance criteria for the sewer pipe shall be plus or minus 6 inches in horizontal alignment from the theoretical at any point between manholes, including the receiving end, and plus or minus 1-inch in elevation from the theoretical. 5. Pipe installed outside tolerances and subsequently abandoned shall first be fully grouted unless removal of the pipe is required by the Owner. 3.7 MONITORING A. Instrumentation Monitoring. Instrumentation shall be accessible at all times to the Owner. k Readings shall be submitted promptly to the Owner. 1. Install and maintain an instrumentation system to monitor and detect movement of the ground surface and adjacent structures. Establish vertical control points at a distance from the construction areas that avoids disturbance due to ground settlement. 2. Installation of the instrumentation shall not preclude the Owner, through an independent contractor or consultant, from installing instrumentation in, on, near, or adjacent to the construction work. Access shall be provided to the work for such independent installations. 3. Instruments shall be installed in accordance with the approved monitoring plan and the manufacturer's recommendations. B. Surface Settlement Monitoring 1. Establish monitoring points on all critical structures. 2. Record location of settlement monitoring points with respect to construction baselines and elevations. Record elevations to an accuracy of 0.01 feet for each monitoring point location. Monitoring points shall be established at locations and by methods that protect them from damage by construction operations, tampering, or other external influences. 3. Ground surface elevations shall be recorded on the centerline ahead of the tunneling operations at a minimum of 100-foot intervals or at least three locations per tunnel drive. Settlement monitoring points must be clearly marked by studs or paint for ease of locating. 4. Railroads. Monitor ground settlement of track subbase at centerline of each track. 5. Utilities and Pipelines. Monitor ground settlement directly above and 10 feet before and after the utility or pipeline intersection. C. Reading Frequency and Reporting. The Contractor shall submit records of readings from the various instruments and survey points to the Engineer. 1. Instrumentation monitoring results to be read at the frequency specified and, unless otherwise specified, shall be started prior to the passing of the zone of active excavation reaching that point, and shall be continued until the zone of active excavation and until no further detectable movement occurs. 2. Surface settlement monitoring readings shall be taken: a. Prior to the zone of active excavation reaching that point, b. When the tunnel face reaches the monitoring point (in plan), and 01266503 MICROTUNNELING AND PIPE -JACKED TUNNELS 02441 - 8 j 12/05 C. When the zone of active excavation has passed and no further movement is detected. 3. All monitoring readings shall be submitted promptly to the Owner. 4. Immediately report to the Owner any movement, cracking, or settlement which is detected. 5. Following substantial completion but prior to final completion, make a final survey of all monitoring points. 3.8 DISPOSAL OF EXCESS MATERIAL A. Remove spoil in accordance with Section 01576 - Waste Material Disposal. END OF SECTION 02441 01266503 MICROTUNNELING AND PIPE -JACKED TUNNELS 02441 - 9 12/05 SECTION 02448 PIPE AND CASING AUGERING FOR SEWERS PART 1- GENERAL 1.1 SECTION INCLUDES A. Installation of casing for storm sewer pipe by dry augering or slurry boring methods, together with installation of storm sewer pipe in the casing. B. Installation of storm sewer pipe by slurry boring methods. Construction casing may be used at the Contractor's option. 1.2 DEFINITIONS A. Augering means either "dry augering" or "slurry boring". B. Dry augering is jacking a casing while excavating the soil at the heading and transporting the spoil back through the casing by an otherwise uncased auger. C. Slurry boring is installing a casing or pipe by drilling a small diameter pilot hole, followed by reaming the bore to full diameter with the assistance of slurry or drilling fluids. 1.3 REFERENCE STANDARDS A. American Railway Engineering Association (AREA) Manual for Railway Engineering. B. American Association of State Highway and Transportation Officials (AASHTO). C. AWWA C 200 - Steel Water Pipe, 6-Inch and Larger. D. ASTM A 139 — Electric Fusion (Arc) — Welded Pipe (NPS4 and over). 1.4 SUBMITTAL A. Make submittals in conformance with Section 01330 - Submittal Procedures. B. For installation by augering, submit for review: 1. Description of mechanized excavating equipment. 2. Method of controlling line and grade. 3. Grouting techniques to be used for filling annular void between storm sewer pipe and casing, and void between sewer pipe or casing and the ground, including equipment, pumping and injection procedures, pressure grout types, and mixes. 4. Locations and dimensions of pits. 5. Pit design and construction drawings. 6. Identification of casings required and paid under the Contract and casings installed at the Contractor's option. 7. Design of casings. C. Prepare auger pit and casing design submittals that are site specific. Have auger pit and casing design submittals signed and sealed by a qualified Professional Engineer registered in the State of Texas. 01266503 PIPE AND CASING AUGERING FOR SEWERS 02448 - 1 12/05 I D. Construction phase submittals shall include: -- l . Daily logs of augering and boring operations. 2. Settlement monitoring data to meet the requirements of paragraph 3.5, Settlement Monitoring. 3. Submit daily logs and settlement monitoring data within 5 days after the day of observation. 1.5 CRITERIA FOR DETERMINING CASING INSTALLATION LOADS A. Select and design casing pipe and pipe joints to carry the thrust of jacks or loads due to the pulling mechanism in combination with overburden, earth and hydrostatic loads. Select casings for dry augering to withstand the action of the auger without damage. B. Have a Professional Engineer determine design stresses, design deflections and factors of safety for design of casing. Present such determination as a part of the design submittal. Apply the following maximum casing pipe stresses and deflections to casings shown on the Drawings: 1. Design stress in the pipe wall: 50 percent of the minimum yield point of the steel or 18,000 psi, whichever is less, when subjected to the applicable loading conditions. 2. Wall thickness: Maximum allowable deflection which does not exceed 3 percent of nominal casing diameter. C. Use Cooper E-80 locomotive loading distributions as criteria for railroad crossings in accordance with AREA'S specifications for culverts. In the design, account for additive loadings due to multiple tracks. D. Use HS-20 vehicle loading distributions as criteria for truck loading in accordance with AASHTO. E. When not specifically indicated on the Drawings, select casing diameter to permit practical installation (including skids if applicable) and grouting. PART 2 - PRODUCTS 2.1 MATERIALS A. Provide new casing pipe which is straight, circular in section, uncoated, welded steel pipe, manufactured in accordance with AWWA C 200, ASTM A 139 Grade B or ASTM A 252, Grade 2; wall thickness of 0.25 inches or greater. B. Provide storm sewer pipe in accordance with drawings and specifications. C. Provide restrained joint storm sewer pipe when installing sewer pipe in slurry bored holes by a pull -back method. D. Supply grout as specified in Section 02430 - Tunnel Grout. PART 3 - EXECUTION 3.1 LOCATION AND SIZE OF AUGER PITS A. Show the location of auger pits on the auger pit construction drawings. Locate auger pits for slurry boring so that the distance between pits is no greater than 80 feet; and for dry augering not more than 120 feet apart. 01266503 PIPE AND CASING AUGERING FOR SEWERS 02448 - 2 12/05 B. Where possible, locate auger pits and associated work areas to avoid blocking driveways and cross streets and to minimize disruption to business and commercial interests. Avoid auger pit locations near areas identified as potentially contaminated. C. Make size adequate for construction of any structures indicated on the Drawings. Provide adequate room to meet Contractor's operational requirements for augering. D. Provide a portable concrete traffic barrier around the periphery of the pit, meeting applicable safety standards. Properly maintain the barrier throughout the period the pit remains open. Angle traffic barriers in the direction of the lane flow; do not place barriers perpendicular to on -coming traffic. E. Provide a full cover or other security fencing for each access pit in which there is no construction activity or which is unattended by Contractor's personnel. 3.2 DRY AUGERING OF CASING A. Provide jacks, mounted on a frame or against a backstop, of a capacity suitable for forcing the excavating auger and casing through the soil conditions to be encountered. Operate jacks so that even pressure is applied to the casing. B. Provide steerable front section of casing to allow vertical grade adjustments. Provide a water level or other means to allow monitoring of the grade elevation of the auger casing. 1 C. Bentonite slurry may be used to lubricate the casing during installation. The use of water to 1 facilitate removal of spoil is permitted; however, water jetting for excavation of the soil is L not allowed when jacking casing. _ D. Tolerances from lines and grades shown on the Drawings for gravity storm sewer pipe installed in casing are plus or minus 6 inches in horizontal alignment, and plus or minus 1 inch in elevation. 3.3 SLURRY BORING OF CASING OR PIPE A. Drill a small diameter pilot hole and check for line and grade at the receiving end. Redrill r_ the pilot hole if the bored pipe does not meet specified tolerances. B. Using the pilot hole as a guide, bore a larger diameter hole of sufficient size for pipe or - casing installation. Water jetting is not permitted. C. Bentonite slurry may be used to maintain a stable hole and furnish lubrication for pipe or casing installation. D. Tolerances from lines and grades shown on the Drawings for the installed storm sewer pipe are plus or minus 6 inches in horizontal alignment and plus or minus 1-1/2 inches in elevation between adjacent manholes. E. Completely fill the annular space between the sewer pipe and the surrounding soil or casing with grout, without displacing the pipe during the grouting operation. 3.4 STORM SEWER PIPE IN CASING A. Grout the annular void between storm sewer pipe and any casing from end to end of the casing. Block and brace the storm sewer pipe to prevent movement during grout placement and to maintain specified line and grade. Grout as specified in Section 02430 - Tunnel Grout. 01266503 PIPE AND CASING AUGERING FOR SEWERS 02448 - 3 12/05 3.5 SETTLEMENT MONITORING A. Monitor the ground surface elevation along the length of the augering operation. Locate and record settlement monitoring points with respect to construction baseline and elevations. Record elevations to an accuracy of 0.01 feet for each monitoring point location. Establish monitoring points at locations and by methods that protect them from damage by construction operations, tampering, or other external influences. As a minimum, locate survey points as follows: 1. For road crossings: Centerline and each shoulder. 2. Railroads: Track subbase at centerline of each track. 3. Utilities and Pipelines: Directly above and 10 feet before and after the utility or pipeline intersection. 4. Long bores under improved areas such as pavements: Ground surface elevations must be recorded on the centerline ahead of augering operations at locations not to exceed 50 feet apart (including points located for roads, railroads, utilities, and pipelines), or at least three locations per augering drive. B. Reading Frequency and Reporting. Take settlement survey readings: 1. Prior to the auger excavation reaching the point. 2. After the auger reaches the monitoring point in plan. 3. After grouting of the ground supporting pipe or casing is complete. C. Immediately report to the Owner any movement, cracking, or settlement which is detected. D. Following substantial completion but prior to final completion, make a final survey of all monitoring points. 3.6 DISPOSAL OF EXCESS MATERIAL A. Remove and dispose of spoil from the job site in accordance with Section 01576 - Waste Material Disposal. END OF SECTION 02448 01266503 PIPE AND CASING AUGERING FOR SEWERS 02448 - 4 12/05 SECTION 02470 TRAFFIC SIGNAL SYSTEMS PART1-GENERAL 1.1 SUMMARY A. This Section includes the following 1. Traffic Signal Assemblies 2. OPTICOM Installation 3. VIVDS Installation 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections, apply to this Section. B. Section 1400 - Quality Requirements. C. Section 02317 - Excavation and Backfill for Utilities D. Section 03300 - Cast in Place Concrete 1.3 DEFINITIONS A. TXDOT - Texas Department of Transportation "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" 2004. 1.4 REFERENCES TXDOT Item 680 Installation of Highway Traffic Signals TXDOT Item 682 Vehicle and Pedestrian Signal Heads TXDOT Item 684 Traffic Signal Cables TXDOT Item 686 Traffic Signal Pole Assemblies TXDOT Item 687 Pedestal Pole Assemblies TXDOT Item 656 Foundations for Traffic Control Assemblies 1.5 SUBMITTALS A. Product Data 1. For each type of product indicated. Include technical data and tested physical and performance properties, B. Qualification Data 1. Submit qualifications of product manufacturers 1.6 QUALITY ASSURANCE A. Installer Qualifications: Installer for various elements of traffic signal systems shall be experienced in the successful installation of traffic signal systems. 1.7 DELIVERY STORAGE AND HANDLING A. Protect materials from damage during delivery, storage, and after installation until accepted by the Owner. 01266503 TRAFFIC SIGNAL SYSTEMS 02470 - 1 12/05 PART2-PRODUCTS 2.1 Traffic Signal Poles, Masts, Foundations, Wiring, Loop Detectors and Ground Boxes A. In accordance with applicable TxDOT specifications and standard drawings. 2.2 12" Signal Heads and Back Plates (Louvered) A. General Each traffic signal shall consist of one or more signal faces arranged in suitable mounting framework as specified elsewhere. Each signal face shall consist of one or more signal sections each of such design and construction as to fit rigidly and securely together, in conformance with the latest ITE Specifications, to present a clean, pleasing appearance and to prevent the entrance of dirt or moisture. B. Section Housing The housing of each section shall be a one piece corrosion resistant aluminum alloy die casting complete with integrally cast top, bottom and sides. The die cast aluminum housing, door and reflector ring if provided shall meet the minimum requirements of the American Standards Association. C. Housing Door The housing door of each signal section shall be a 1-piece corrosion resistant aluminum die casting. Two hinge lugs shall be cast on the left of each door and latch jaws shall be cast on the right side of each door. The door shall be attached to the housing by means of two 18-8 type 304 Stainless Steel hinge pins. A corrosion resistant 18-8 type 304 Stainless Steel latch screw and wing nut on the right side of the housing shall provide for opening and closing the signal door without the use of any tools. A gasket groove on the inside of the door shall accommodate a weatherproof and mildew proof air cored resilient neoprene gasket, which, when the door is closed, shall seal against a raised bead on housing, making a positive weather proof and dust proof seal. The outer face of the door shall have 4-tapped holes equally spaced about the circumference of the lens opening with 4 18-8 type 304 Stainless Steel truss head screws to accommodate the signal visor. D. Optical System 1. Lens (glass) The lens shall be standard Red, Yellow, Green, for 3-section and with additional Yellow Arrow, Green Arrow for 5-section Traffic Signal Section . The lens shall conform to the specifications of the ITE Standards, (ITE Technical Report No. 1) and American Standards Association, D 10.1-1951 UDC-656.054 where applicable. The lens shall fit into a specially designed 1 piece slotted air cored neoprene lens gasket designed to fit the housing door in such a manner so as to exclude moisture, dust and road film. The lens and gasket shall be secured to the door with 4 aluminum lens clips. The lens gasket shall be provided with an open slot extending completely around the circumference of the gasket to accommodate the lens clips in such a manner that the lens may be easily rotated and aligned without removing the lens, gasket or clips. 2. Reflector The reflector shall be a one piece parabolic second surfaced silvered glass or a specular Alzakaluminum reflector. All reflectors shall conform to the standards of the ITE technical report No. 1. The reflector shall have an opening in the back to accommodate the lamp and lamp holder. 3. Lamp Holder 01266503 TRAFFIC SIGNAL SYSTEMS 02470 - 2 12/05 The lamp holder shall have a heat, moisture and weatherproof molded phenolic housing or high temperature nylon and be designed to accommodate all standard 135watt, 3" LCL traffic signal lamps and to automatically position the filament of the lamp at the exact focal point of the reflector so that an accurate focus will always be obtained. The lamp holder shall be designed so that it can be easily rotated and positively positioned, without the use of any tools, and provide proper lamp filament orientation without affecting the lamp focus. The inner brass screw of the lamp holder shall have a lamp grip to prevent the lamp from working loose due to vibration. 4. Reflector Ring The reflector and lamp holder shall be held in place in a die cast aluminum reflector ring by means of a cadmium plated spring -wire bail. Reflector ring and complete reflector and socket assembly shall be pivoted between two stainless steel pins in such a manner that it can be swung open for ease in servicing the signal without the use of any tools. The reflector, reflector ring, lamp holder and spring -wire bail shall be designed so that they may be moved or replaced either individually or as a complete unit without the use of any tools. E. Wiring Each socket shall be provided with 2 leads with spade type terminals. The leads shall be #18-AWG Type TEW 600 volt AWM Fixture Wire with 2 64-1050 centigrade thermoplastic insulation. The leads shall be color section center contact. Each complete signal section shall be provided with a terminal board. Terminal boards shall be placed in the red section unless otherwise specified. The terminal board shall be 6-position, 12-terminal barrier type strip. Signal Head shall be wired according to ITE standards. F. Visors Visors shall be 12" tunnel type. Visors shall be blaned, formed and welded from 0.040 3003-H16 aluminum alloy and shall have twist -on attaching ears to facilitate installation. The visor shall be constructed in such a manner that it can be installed or removed from the signal head without removing the attaching screws. The axis of the visors shall deviate not more than 70 nor less than 71/20 downward from the horizontal. Visors of special length or design shall be furnished when specified. G. Gaskets 1. Door A neoprene hollow cored door gasket shall provide positive seal between the door and signal housing. 2. Lens Gasket A special 1-piece slotted air cored neoprene lens gasket shall provide positive seals between the lens and signal door and between the lens and reflector ring. 3. Reflector Gasket A neoprene "J" section reflector gasket shall provide a cushion and positive seal between the reflector and reflector ring. 4. Lamp Holder Gasket A soft fiber socket gasket shall provide a cushion and positive seal between the reflector and lamp holder. 01266503 TRAFFIC SIGNAL SYSTEMS 02470 - 3 12/05 H. Painting 1. General (housing -yellow, visor and door -black) All surfaces inside and out of the signal housing, door and visors shall be finished with 3-coats of best quality infra -red oven baked paint before assembly or powder painted process. The stainless steel latching device shall "not" be painted. 2. Coats a. First First coat - primer; shall be Epon, Oxide baking primer and shall meet and/or exceed the performance specification of Federal Specification TT-P-636. b. Second Second coat - grey enamel; shall be medium grey Alkyd Urea exterior baking enamel and shall comply with Federal Specification TT-E-489b. C. Third Third coat - black enamel; shall be Traffic Signal black alkyd urea exterior baking enamel. The third coat on the inside of the visors and door shall be an Alkyd Urea Black Synthetic Baking enamel, with minimum gloss reflection and shall meet the performance requirements of MIL-E-5567 Enamel Heat Resisting Glyveryl Plugged, Type 4, Instrument Black. The housing shall be highway Yellow. I. Back plates 1. Material a. Back plate shall be made from Alodine Aluminum. b. Back plate shall have a minimum thickness of 0.088 inch. 2. Fabrication a. Back plate shall be one piece. b. Back plate shall be designed to fit each manufacturers signal and be contoured to the signal head to eliminate gaps between the back plate and signal housing and to allow for attaching the signal head. C. Back plate shall provide a 5 5/8" border beyond both sides, top and bottom of the signal and shall have 1 1/4" corner radius unless otherwise specified on the typical drawings. d. The finished back plate shall be painted flat black and pre -drilled to fit the signal for which it is designed or shall contain drill starts for field drilling. e. Louvers shall be a 2 3/4 inch slot. A typical 3section head shall have 20 louvers top and bottom and 6 louvers per side equally spaced. A typical 5 section head shall have 6 louvers per side with 25 louvers per top and bottom. 3. Hardware a. Each back plate shall be provided with all necessary bolts, nuts and washers for attaching to the signal head. b. All hardware shall have a permanent black finish. C. When mounted on bosses provided on the signal head self -tapping screws shall be provided along with applicable washers. When mounting by drilling through the signal body the proper quantity of the following shall be provided. 8-32 X 3/4" Pan Head Screw, #10 Flat washer, 1" Fender washer Hex Head, Nylon insert, Lock Nut 01266503 TRAFFIC SIGNAL SYSTEMS 02470 - 4 12/05 J. Misc. Fittings and Parts All exposed screws and fasteners shall be 18-8 Type 304 Stainless Steel. All interior screws, fasteners and metal parts shall be Stainless Steel, non-ferrous and non -corrodible materials, or if ferrous materials are used they shall be protected against corrosion by cadmium plating. All plating shall meet the minimum requirements of Federal Specification QQ-P-416 Type 11, Class A. K. Special Requirement and Guarantee Each manufacturer shall include in their proposal all warrants and/or guarantees with respect to materials, parts, workmanship and performance of their product. A minimum guarantee of 2-years shall be provided. 2.3 OPTICOM DEVICE, VIVDS CAMERA AND CONTROLLER A. Provided by the City of Lubbock. PART 3 - EXECUTION 3.1 TRAFFIC SIGNAL POLES, MASTS, FOUNDATIONS, WIRING, LOOP DETECTORS AND GROUND BOXES A. Install in accordance with applicable TxDOT specifications and standard drawings. Coordinate all work with the City of Lubbock Traffic Engineering Department. 3.2 12" SIGNAL HEADS AND BACK PLATES (LOUVERED) A. Install in accordance with applicable TxDOT specifications and standard drawings. Coordinate all work with the City of Lubbock Traffic Engineering Department. 3.3 OPTICOM DEVICE AND VIVDS CAMERA A. Install in accordance with applicable TxDOT specifications and standard drawings. Coordinate all work with the City of Lubbock Traffic Engineering Department. 3.4 CONTROLLER AND CABINET A. Foundation to be installed by the Contractor. Coordinate conduit and wiring to the controller with the City of Lubbock Traffic Engineering Department. B. Controller and Cabinet to be installed by the Owner. 3.5 TESTING A. Testing to be performed by the Owner. The Contractor shall make repairs or adjustments to Contractor's installations as necessary. END OF SECTION 01266503 TRAFFIC SIGNAL SYSTEMS 02470 - 5 12/05 SECTION 02533 ACCEPTANCE TESTING FOR STORM SEWERS PART1-GENERAL 1.1 SECTION INCLUDES A. Acceptance testing of storm sewers including: 1. Visual inspection of storm sewer pipes. 2. Mandrel testing for flexible wall storm sewer pipes. 3. Leakage testing of storm sewer pipes. 4. Leakage testing of manholes. 5. Video record of storm sewer interior. 1.2 REFERENCES A. ASTM C 924 - Standard Practice for Testing Concrete Pipe Sewer Lines by Low -Pressure Air Test Method. B. ASTM C 1103 — Standard Practice for Joint Acceptance Testing of Installed Precast Concrete Pipe Sewer Lines. C. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. D. ASTM F 1417 - Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low Pressure Air. 1.3 PERFORMANCE REQUIREMENTS A. Leakage testing for both pipe and manhole is required. All flexible wall and semi -rigid wall pipe shall be mandrel tested regardless of location. B. Flexible pipe, including "semi -rigid" pipe, is required to show no more than 5 percent deflection of the original pipe diameter. Test pipe no sooner than 30 days after backfilling of a line segment but prior to final acceptance using a standard mandrel to verify that installed pipe is within specified deflection tolerances. C. Maximum allowable leakage for Infiltration or Exfiltration. 1. The total exfiltration, as determined by a hydrostatic head test, shall not exceed 50 gallons per inch diameter per mile of pipe per 24 hours at a minimum test head of 6 feet above the crown of the pipe at the upstream manhole or 6 feet above the groundwater elevation, whichever is greater. The low-pressure air test listed below may be used in lieu of a hydrostatic head test. 2. When pipes are installed more than 6 feet below the groundwater level, an infiltration test shall be used in lieu of the exfiltration test. The total infiltration shall not exceed 50 gallons per inch diameter per mile of pipe per 24 hours. Groundwater elevation must be at least 6 feet above the crown of the pipe at the upstream manhole. 3. Refer to Table 02533-1, Water Test Allowable Leakage, at the end of this section, for measuring leakage in storm sewers. Perform leakage testing to verify that leakage criteria are met. 4. For cast -in -place non -reinforced concrete pipe, see Section 03301 — Cast -in -Place Non -Reinforced Concrete Pipe for allowable leakage. 01266503 ACCEPTANCE TESTING FOR STORM SEWERS 02533 - 1 12/05 D. Perform air testing in accordance with requirements of this section and the referenced standards in paragraph 1.2. Refer to Table 02533-2, Time Allowed For Pressure Loss From 3.5 psig to 2.5 psig, Table 02533-3, Minimum Testing Times for Low Pressure Air Test, and Table 02533-4, Vacuum Test Time Table, at the end of this Section. Hydrostatic head test may be used in lieu of low pressure air tests. 1.4 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Test Plan: Before testing begins and in adequate time to obtain approval through the submittal process, prepare and submit a test plan for approval by Engineer. Include testing procedures, methods, equipment, and tentative schedule. Obtain advance written approval for deviations from the Drawings and Specifications. C. Test Reports: Submit test reports for each test on each segment of storm sewer. 1.5 GRAVITY STORM SEWER QUALITY ASSURANCE t_ A. Repair, correct, and retest manholes or sections of pipe which fail to meet specified requirements when tested. 1.6 SEQUENCING AND SCHEDULING A. Perform testing as work progresses. Schedule testing so that no more than 1000 linear feet of installed sewer remains untested at any one time, unless otherwise authorized by the Engineer. B. Coordinate testing schedules with Engineer. Perform testing under observation of Engineer. PART2-PRODUCTS 2.1 DEFLECTION MANDREL A. Mandrel Sizing. The rigid mandrel shall have an outside diameter (O.D.) equal to 95 percent of the inside diameter (I.D.) of the pipe. The inside diameter of the pipe, for the purpose of determining the outside diameter of the mandrel, shall be the average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and the average inside diameter for I.D. controlled pipe. Dimensions shall be per appropriate standard. t- Statistical or other "tolerance packages" shall not be considered in mandrel sizing. B. Mandrel Design. The rigid mandrel shall be constructed of a metal or a rigid plastic 1 material that can withstand 200 psi without being deformed. The mandrel shall have nine or more "runners" or "legs" as long as the total number of legs is an odd number. The barrel section of the mandrel shall have a length of at least 75 percent of the inside diameter of the pipe. The rigid mandrel shall not have adjustable or collapsible legs which would allow a reduction in mandrel diameter during testing. A proving ring shall be ` provided and used for modifying each size mandrel. C. Proving Ring. Furnish a "proving ring" with each mandrel. Fabricate the ring of 1/2-inch-thick, 3-inch-wide bar steel to a diameter 0.02 inches larger than approved mandrel diameter. D. Contractor shall provide Owner with manufacturer's Inside Diameter Values for all applicable flexible wall pipe. 01266503 ACCEPTANCE TESTING FOR STORM SEWERS 02533 - 2 12/05 2.2 EXFILTRATION TEST A. Water Meter: Obtain a transient water meter from the City for use when water for testing will be taken from the City system. Conform to City requirements for water meter use. Metered volume will be used to determine charges to Contractor by City for water used. B. Test Equipment: 1. Pipe plugs. 2. Pipe risers where the manhole cone is less than 6 feet above highest point in pipe or service lead. 2.3 INFILTRATION TEST A. Test Equipment: 1. Calibrated 90 degree V-notch weir. 2. Pipe plugs. 2.4 LOW - PRESSURE AIR TEST A. Minimum Requirement for Equipment: 1. Control panel. 2. Low-pressure air supply connected to control panel. 3. Pneumatic plugs: Acceptable size for diameter of pipe to be tested; capable of withstanding internal test pressure without leaking or requiring external bracing. 4. Air hoses from control panel to: a. Air supply. b. Pneumatic plugs. C. Sealed line for pressuring. d. Sealed line for monitoring internal pressure. B. Testing Pneumatic Plugs: Place a pneumatic plug in each end of a length of pipe on the ground. Pressurize plugs to 25 psig, or less if plug manufacturer's recommended maximum pressure is less than 25 psig; then pressurize sealed pipe to 5 psig. Plugs are acceptable if they remain in place against the test pressure without external aids. C. For 54-inch diameter pipe, apparatus for testing one joint at a time shall be furnished by the Contractor and used for single joint testing. 2.5 GROUND WATER DETERMINATION A. Equipment: Pipe probe or small diameter casing for ground water elevation determination. Ground water elevation must be determined at each end of each test section. PART 3 - EXECUTION 3.1 PREPARATION A. Provide labor, equipment, tools, test plugs, risers, air compressor, air hose, pressure meters, pipe probe, calibrated weirs, or any other device necessary for proper testing and inspection. 01266503 ACCEPTANCE TESTING FOR STORM SEWERS 02533 - 3 12/05 3.2 3.3 B. The selection of test methods and pressures for storm sewers shall be determined based on ground water elevation. If no ground water control is required for pipe installation, then ground water will not be considered a factor. MANDREL TESTING FOR GRAVITY STORM SEWERS A. Perform deflection testing on flexible and semi -rigid pipe to confirm pipe has no more than 5% deflection of the original pipe diameter. Mandrel testing shall conform to ASTM D 3034, except that 5% is maximum permissible deflection. Perform testing no sooner than 30 days after backfilling of line segment, but prior to final acceptance testing of the line segment. B. Pull the approved mandrel through sewer sections. Replace any section of storm sewer not passing the mandrel. Mandrel testing is not required for stubs of one standard joint length or less. C. Retest repaired or replaced sewer sections. LEAKAGE TESTING FOR GRAVITY STORM SEWERS A. Test Options: 1. Test gravity storm sewer pipes for leakage by either exfiltration or infiltration methods, as appropriate, or with low pressure air testing. 2. Test new storm sewer manholes with water or low pressure air. Manholes tested with low pressure air shall undergo a physical inspection prior to testing. 3. Leakage testing shall be performed after backfilling of a line segment. 4. If no installed piezometer or monitoring well is within 500 feet of each end of the sewer segment, Contractor shall provide a temporary piezometer or monitoring well at each end of storm sewer segment being tested for this purpose. If no groundwater is encountered during pipe installation, then this requirement will be waived. B. Compensating for Ground Water Pressure: 1. Where ground water exists, install a pipe nipple at the same time storm sewer line is placed. Use a 1/2-inch capped pipe nipple approximately 10 inches long. Make the installation through manhole wall on top of the sewer line where line enters manhole. 2. Immediately before performing line acceptance test, remove cap, clear pipe nipple with air pressure, and connect a clear plastic tube to nipple. Support tube vertically and allow water to rise in the tube. After water stops rising, measure height in feet of water over invert of the pipe. Divide this height by 2.3 feet/psi to determine the ground water pressure to be used in line testing. C. Exfiltration test: 1. Determine ground water elevation. 2. Plug sewer in downstream manhole. 3. Plug incoming pipes in upstream manhole. 4. Install riser pipe in outgoing pipe of upstream manhole. 5. Fill sewer pipe and manhole or pipe riser, if used, with water to a point 6-1/2 feet above highest point in sewer pipe or ground water table, whichever is highest. 01266503 ACCEPTANCE TESTING FOR STORM SEWERS 02533 - 4 12/05 6. Allow water to stabilize for one to two hours. Take water level reading to determine drop of water surface, in inches, over a one -hour period, and calculate water loss (1 inch of water in 4 feet diameter manhole equals 8.22 gallons) or measure the quantity of water required to keep water at same level. Loss shall not exceed that calculated from allowable leakage according to Table 02533-1 at the end of this Section, or exceed the allowable leakage in Section 03301 as applicable. D. Infiltration test: Ground water elevation must be not less than 6.0 feet above highest point of sewer pipe. 1. Determine ground water elevation. 2. Plug incoming pipes in upstream manhole. 3. Insert calibrated 90 degree V-notch weir in pipe on downstream manhole. 4. Allow water to rise and flow over weir until it stabilizes. 5. Take five readings of accumulated volume over a period of 2 hours and use average for infiltration. The average must not exceed that calculated for 2 hours from allowable leakage according to the Table 02533-1 at the end of this Section, or exceed allowable leakage in Section 03301 as applicable. E. Low - Pressure Air Test: When using this test conform to ASTM C 924, ASTM C 1103, or ASTM F 1417, as applicable, with holding time not less than that listed in Table 02533-2. 1. Air testing for sections of pipe shall be limited to lines less than 54-inch average inside diameter. 2. The minimum time allowable for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch during a joint test shall be 10 seconds, regardless of pipe size. 3. For pipe sections less than 54-inch average inside diameter: a. Determine ground water level. b. Plug both ends of pipe. For concrete pipe, flood pipe and allow 2 hours to saturate concrete. Then drain and plug concrete pipe. C. Pressurize pipe to 4.0 psig. Increase pressure 1.0 psi for each 2.3 feet of ground water over highest point in system. Allow pressure to stabilize for 2 to 4 minutes. Adjust pressure to start at 3.5 psig (plus adjustment for ground water table). See Table 02533-2 at the end of this Section. d. To determine air loss, measure the time interval for pressure to drop to 2.5 psig. The time must exceed that listed in the Table 02533-2 at the end of this Section for pipe diameter and length. F. Retest: Any section of pipe which fails to meet requirements shall be repaired and retested. G. Joint repair for reinforced concrete pipe joints failing the leakage test shall be through the use of Avanti International Scotch -Seal 5600 series water -activated foam overlaid with non -shrink epoxy grout. Submit repair procedure to Engineer for approval prior to joint repair activities. H. Joint repair for fiberglass pipe shall be by field lay-up of resins, fiberglass sheets and fiberglass adhesives. Procedure shall be as required by pipe manufacturer. Submit procedure to Engineer for approval prior to joint repair activities. I. Individual joint test options do not apply to cast -in -place non -reinforced concrete pipe. 3.4 TEST CRITERIA TABLES A. Exfiltration and Infiltration Water Tests: Refer to Table 02533-1, Water Test Allowable Leakage, at the end of this Section. 01266503 ACCEPTANCE TESTING FOR STORM SEWERS 02533 - 5 12/05 B. Low - Pressure Air Test: 1. Times in Table 02533-2, Time Allowed For Pressure Loss From 3.5 psig to 2.5 psig, at the end of this Section, are based on the equation: T = 0.0850(D)(K)/(Q) where: T = time for pressure to drop 1.0 pounds per square inch gauge in seconds K = 0.000419 DL, but not less than 1.0 D = average inside diameter in inches L = length of line of same pipe size in feet Q — rate of loss, 0.0015 ft3/min./sq. ft. internal surface 2. Since a K value of less than 1.0 shall not be used, there are minimum testing times for each pipe diameter as given in Table 02533-3, Minimum Testing Times for Low Pressure Air Test. a. Notes: 1) When two sizes of pipe are involved, the time shall be computed by the ratio of lengths involved. 2) If the joint test is used, a visual inspection of the joint shall be performed immediately after testing. 3) For joint test, the pipe is to be pressurized to 3.5 psi greater than the pressure exerted by groundwater above the pipe. Once the pressure has stabilized, the minimum times allowable for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch gauge shall be 10 seconds. 3.5 INCREASED TESTING FREQUENCY A. For manufactured pipe with gasketed joints, if the joint failure rate exceeds one joint per 500 joints (0.20 percent), the Engineer can require joint testing when the pipe is placed in the trench or tunnel and again after backfilling the trench or grouting the tunnel. 3.6 LEAKAGE TESTING FOR MANHOLES A. Perform vacuum test as specified by Cheme Industries, Inc. in accordance with ASTM C 1244. This test applies to all manholes. B. After construction of manholes, completion of wall sealing, or completion of rehabilitation, test manholes for water tightness using vacuum testing procedures. Repeat test on manholes having bolt -down covers after backfilling is complete. Repeat test on manholes showing evidence of displacement during backfilling. C. Plug incoming and outgoing lines with suitably -sized pneumatic or mechanical plugs. Ensure plugs are properly rated for pressures required for test; follow manufacturer's safety and installation recommendations. Place plugs a minimum of 6 inches outside of manhole walls. Brace inverts to prevent lines from being dislodged if lines entering manhole have not been backfilled. D. Vacuum testing: 1. Install vacuum tester head assembly at top access point of manhole and adjust for proper seal on straight top section of manhole structure. Following manufacturer's instructions and safety precautions, inflate sealing element to the recommended maximum inflation pressure; do not over -inflate. 01266503 ACCEPTANCE TESTING FOR STORM SEWERS 02533 - 6 12/05 2. Evacuate manhole with vacuum pump to 10 inches mercury (Hg), disconnect pump, and monitor vacuum for the time period specified in Table 02533 — 4 at the end of this section. 3. If the drop in vacuum exceeds 1 inch Hg over the specified time period, locate leaks, complete repairs necessary to seal manhole and repeat test procedure until satisfactory results are obtained. 3.7 VIDEO RECORD A. Provide video record of storm sewer interior in VHS video tape format. B. Provide voice narrative on video tape of special observations. C. Label video tape cassette with line designation and station limits covered by that particular cassette. D. Provide titles on tape with line designation, date of exposure, station limits covered, and internal diameter of storm sewer. E. Rate of travel in storm sewer for video tape equipment shall not exceed 100 feet per minute. F. Video taping may be accomplished by either remote control or manned entry, or a combination of the two methods. 01266503 ACCEPTANCE TESTING FOR STORM SEWERS 02533 - 7 12/05 Table 02533-1 WATER TEST ALLOWABLE LEAKAGE VOLUME PER INCH OF DEPTH IN DIAMETER OF RISER ALLOWANCE LEAKAGE RISER OR STACK IN PIPE SIZE IN GALLONS/MINUTE INCHES INCH GALLONS INCHES PER 100 FT. 1 0.7854 .0034 24 0.0158 2 3.1416 .0136 30 0.0197 2.5 4.9087 .0212 36 0.0237 3 7.0686 .0306 42 0.0276 4 12.5664 .0544 48 0.0316 5 19.6350 .0850 54 0.0355 6 28.2743 .1224 60 0.0395 8 50.2655 .2176 72 0.0473 For other diameters, multiply square of diameters by value for 1" diameter. Equivalent to 50 gallons per inch of I inside diameter per mile per 24 hours. I I_ 01266503 ACCEPTANCE TESTING FOR STORM SEWERS 02533 - 8 12/05 ! __ Table 02533-2 TIME ALLOWED FOR PRESSURE LOSS FROM 3.5 PSIG TO 2.5 PSIG Pipe Dia. (in) Min. Time (min:sec) Length for Min. Time ft) Time for Longer Length sec Specification Time for Length L Shown (min: sec) 100 (ft) 150 (ft 200 ft 250 ft 300 ft 350 ft 400 ft 450 ft 500 (ft) 550 ft 600 ft 24 22:40 99 13.676E 22:48 34:11 45:35 56:59 68:23 79:47 91:10 102:34 113:58 125:22 136:46 30 28:20 80 21.369L 35:37 53:25 71:14 89:02 106:51 124:39 142:28 160:16 178:04 195:53 213:41 36 34:00 66 30.771L 51:17 76:56 102:34 128:13 153:51 179:30 205:09 230:47 256:26 282:04 307:43 42 39:40 57 41.883E 1 69:48 104:42 139:37 174:31 209:25 244:19 279:13 314:07 349:02 383:56 418:50 54 51:00 1 44 169.1236L 1 115:24 173:05 230:47 288:29 346:11 403:52 461:34 519:16 576:58 634:40 692:21 01266503 ACCEPTANCE TESTING FOR STORM SEWERS 02533 - 9 12/05 Table 02533-3 MINIMUM TESTING TIMES FOR LOW PRESSURE AIR TEST LENGTH FOR PIPE MINIMUM MINIMUM TIME FOR LONGER DIAMETER TIME TIME LENGTH (INCHES) (SECONDS) (FEET) (SECONDS) 24 1360 99 13.676 L 30 1700 80 21.369 L 36 2040 66 30.771 L 42 2380 57 41.883 L 54 3060 44 69.236 L I 01266503 ACCEPTANCE TESTING FOR STORM SEWERS 02533 - 10 12/05 Table 02533 — 4 MANHOLE VACUUM TEST TIME TABLE Depth, Feet Diameter, Inches 48 60 1 66 72 Time, Seconds 8 20 26 29 33 10 25 33 36 41 12 30 39 43 49 14 35 46 51 57 16 40 52 58 67 18 45 59 65 73 20 50 65 72 81 22 55 72 79 89 24 59 78 87 97 26 64 85 94 105 28 69 91 101 113 30 74 98 108 121 The values listed above are taken from ASTM Specification C 1244-93 "Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test." END OF SECTION 02533 01266503 ACCEPTANCE TESTING FOR STORM SEWERS 02533- 11 12/05 SECTION 02631 STORM SEWERS PART 1- GENERAL 1.1 SECTION INCLUDES A. Storm sewers and appurtenances. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections apply to this Section. B. Section 01576 — Waste Material Disposal. C. Section 02082 — Pre -cast Concrete Manholes and Vaults. D. Section 02221 — Removing Existing Pavements. E. Section 02231 — Tree and Plant Protection. F. Section 02240 — Dewatering. G. Section 02300 — Earthwork. H. Section 02317 — Excavation and Backfill for Utilities. I. Section 02320 — Utility Backfill Materials. J. Section 02425 — Tunnel Excavation and Primary Liner. K. Section 02426 — Storm Sewer Pipe in Tunnels. L. Section 02441 — Microtunneling and Pipe -Jacked Tunnels. M. Section 02448 — Pipe and Casing Augering for Sewers. N. Section 02533 — Acceptance Testing for Storm Sewers, O. Section 02632 — Cast -in -Place Headwalls and Wingwalls. P. Section 02635 — Centrifugally Cast Fiberglass Pipe. Q. Section 02637 — Filament Wound Fiberglass Pipe. R. Section 02638 — Reinforced Concrete Pipe. S. Section 02741 — Hot -Mix Asphalt Paving. T. Section 02751 — Portland Cement Concrete Pavement. U. Section 02764 — Pavement Joint Sealants. V. Section 02920 — Lawns and Grasses. W. Section 11296 — Elastomeric Check Valves. 1.3 SUBMITTALS A. Conform to the requirements of Section 01330 — Submittal Procedures. B. Laying schedule for storm sewer pipe. 1. Show or list station limits for each type pipe. 2. Where installation method is at Contractor's option, show or list station limits for installation method for each type pipe. 3. Permissible pipe materials for the various storm sewers for the project are indicated on the drawings for the base bid for this project. C. Submittals required for each type pipe are listed in the submittals paragraph for each type pipe in the various pipe specifications sections. 01266503 STORM SEWERS 02631 - 1 12/05 1.4 QUALITY ASSURANCE A. Conform with Section 02533 — Acceptance Testing for Storm Sewers. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Comply with Section 01600 — Product Requirements. B. Handle pipe, fittings, and accessories carefully with approved handling devices. Do not drop or roll pipe off trucks or trailers. Materials cracked, gouged, chipped, dented, or otherwise damaged shall not be used for installation. C. Store pipe and fittings on heavy timbers or platforms to avoid contact with the ground. D. Unload pipe, fittings, and appurtenances as close as practical to the location of installation to avoid unnecessary handling. E. Keep interiors of pipe and fittings free of dirt and foreign matter. PART2-PRODUCTS 2.1 PIPE A. Piping materials for storm sewers shall be of the sizes and types indicated on the drawings. B. Conform with applicable pipe material specification section. 2.2 PIPE MATERIAL SCHEDULE A. Pre -cast Concrete Manholes and Vaults — Section 02082. B. Centrifugally Cast Fiberglass Pipe — Section 02635. C. Filament Wound Fiberglass Pipe — Section 02637. D. Reinforced Concrete Pipe — Section 02638. 2.3 BEDDING, BACKFILL AND TOPSOIL MATERIAL A. Bedding and Backfill Material: Comply with the following specification sections and the drawings: 1. Section 02317 — Excavation and Backfill for Utilities. 2. Section 02320 — Utility Backfill Materials B. Topsoil: Section 02320 — Utility Backfill Materials. PART 3 - EXECUTION 3.1 PREPARATION A. A. Set up street detours and barricades in preparation for excavation. Conform to requirements of Section 01555 — Barricades, Signs and Traffic Handling and the traffic control plans indicated on the drawings. Provide advance notices as required under Section 01140 — Work Restrictions. B. Maintain barricades and warning lights for streets and intersections while work is in progress or where affected by the work and is considered hazardous to traffic movements. C. In lake areas set up tree protection in accordance with Section 02231 — Tree and Plant Protection. 01266503 STORM SEWERS 02631 - 2 12/05 D. Immediately notify the agency or company owning utility lines which are damaged, broken or disturbed. Obtain approval from Owner and controlling agency for repairs or relocations, either temporary or permanent. E. Remove old pavements and structures including sidewalks and driveways in accordance with requirements of Section 02221 - Removing Existing Pavements. F. Install and operate necessary surface water control measures. G. Install and maintain storm water pollution prevention measures as required by the TPDES permit and comply with Section 01356 — Storm Water Pollution Prevention Plan. 3.2 EXCAVATION A. Earthwork. Refer to Section 02317 - Excavation and Backfill for Utilities and as indicated on drawings. B. Line and Grade. Contractor shall establish the line and grade as indicated on drawings. Maintain this control for a minimum of 100 feet behind and ahead of the pipe -laying operation. Use amply sized grade boards. Protect grade boards and location stakes from damage or dislocation. Use of laser beam equipment to establish and maintain proper line and grade of the work is acceptable. C. Trench Excavation. Excavate pipe trenches to a level as indicated on the trench detail drawings. Backfill the excavation with the specified bedding material to the level indicated on the drawings or as specified for the pipe type. Tamp and compact backfill to provide bedding at the indicated grade. Form the bedding foundation to the minimum depth indicated on the drawings or as specified. 3.3 PIPE INSTALLATION A. Install in accordance with the drawings and as specified in this Section. Conform with pipe specifications sections listed in paragraph 2.2 as applicable. Where manufacturer's installation recommendations conflict with drawings and specifications, the Engineer shall make the determination on installation requirements. No additional compensation to Contractor will be made for such determinations. B. Install and maintain excavation supports. Conform with Section 02260 — Excavation Support and Protection. C. Install pipe only after excavation is completed, bottom of trench is shaped, bedding material is installed, and trench has been approved by the Engineer. D. Install pipe to the line and grade indicated on Drawings. Place pipe so that it has continuous bearing of barrel on bedding material and is laid in the trench so the interior surfaces of the pipe follow the grades and alignments indicated. E. Install pipe with the spigot ends toward the direction of flow. F. Form a concentric joint with each section of adjoining pipe to prevent offsets. G. Place and drive home newly laid sections with come -a -long winches to eliminate damage to sections. Use of back hoes or similar powered equipment will not be allowed for placing or joining pipe, unless protective measures are provided and approved in advance by the Engineer. H. Keep interior of pipe clean as installation progresses. Where cleaning after laying the pipe is difficult because of small pipe size, use a suitable swab or drag inside the pipe and pull it forward past each joint immediately after the joint has been completed. Maintain clean gaskets and gasket sealing surfaces. I. Keep excavations free of water during construction and until final inspection. J. When work is not in progress, cover the exposed ends of pipes with a plug specifically I designed as pipe plug to prevent foreign material from entering the pipe. �. 01266503 STORM SEWERS 02631 - 3 12/05 3.4 PIPE INSTALLATION OTHER THAN OPEN CUT A. For installation of pipe by tunneling and use of a tunnel liner through which the carrier pipe is installed, conform to the requirements of Section 02425 — Tunnel Excavation and Primary Liner, and Section 02426 — Storm Sewer Pipe in Tunnels. B. For installation of pipe by microtunneling methods and via pipe jacked tunnels, conform to the requirements of Section 02441— Microtunneling and Pipe -Jacked Tunnels. C. For installation of pipe by augering, boring, or jacking pipe, conform to the requirements of Section 02448 - Pipe and Casing Augering for Sewers. 3.5 INSTALLATION OF APPURTENANCES A. Construct manholes to conform to requirements of Section 02082 - Precast Concrete Manholes and Vaults. Install frames, grate rings and covers to conform to requirements of Section 02084 - Frames, Grates, Rings and Covers. B. Install headwalls and wingwalls to conform to requirements of Section 02632 — Cast -in - Place Headwalls and Wingwalls. Install inlets and control structures according to the drawings and Section 03300 — Cast -in -Place Concrete. C. Excavate and backfill headwalls, wingwalls, inlets, and control structures in accordance with Section 02300 - Earthwork. D. Adjust manhole covers to finish grade conforming to requirements of Section 02082 — Precast Concrete Manholes and Vaults. 3.6 TEST A. Conform to requirements of Section 02533 — Acceptance Testing for Storm Sewers. B. Provide video record of interior in accordance with Section 02533 — Acceptance Testing for Storm Sewers. 3.7 BACKFILL AND SITE CLEANUP A. Backfill trench after pipe installation is inspected and approved by the Engineer. B. Bed pipes with materials conforming to requirements of Section 02320 - Utility Backfill Materials and as indicated on drawings. C. Backfill and compact soil in accordance with Section 02317 - Excavation and Backfill for Utilities. D. Repair and replace removed or damaged pavement and sidewalks as specified in the following applicable sections and shown on the drawings: 1. Unpaved roadway surfaces consisting of flexible base as the surface course: Section 02300 - Earthwork. 2. Flexible base under paved roadway: Section 02300 — Earthwork. 3. Asphalt stabilized base: Section 02741 — Hot -Mix Asphalt Paving. 4. Hot -mix surface or wearing course: Section 02741 — Hot -Mix Asphalt Paving. 5. Concrete pavement, valley gutter, curb and gutter, driveways, and sidewalks: Section 02751— Portland Cement Concrete Pavement. 6. Sealing pavement joints: Section 02764 — Pavement Joint Sealants. 01266503 STORM SEWERS 02631 - 4 12/05 E. In unpaved areas, grade surface as a uniform slope to natural grade as indicated on the drawings. Provide the minimum depth of topsoil of 6 inches, unless otherwise indicated on the drawings or specified to be a greater depth, and seed or sod according to requirements of Section 02920 — Lawns and Grasses, and Section 02317 — Excavation and Backfill for Utilities. F. In paved areas clean street in which storm sewer is placed by rotary broom, or street sweeper, or both as necessary to remove dirt, rock and debris. G. Clean haul streets and other paved areas used during construction by rotary broom, or street sweeper, or both as necessary to remove dirt, rock and debris. H. Street cleaning to take place within 10 calendar days after street repairs are complete. I. Dispose of dirt, rock and debris from cleaning according to Section 01576 — Waste Material Disposal. END OF SECTION 02631 01266503 STORM SEWERS 02631 - 5 12/05 SECTION 02632 CAST -IN -PLACE INLETS, HEADWALLS AND WINGWALLS PART 1- GENERAL 1.1 SECTION INCLUDES A. Cast -in -place inlets, headwalls and wingwalls for storm sewers. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specification sections apply to this section. B. Section 03300 — Cast -in -Place Concrete 1.3 REFERENCES A. ASTM C 270 - Specification for Mortar for Unit Masonry. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 - Submittal Procedures. B. Submit shop drawings for approval of design and construction details for cast -in -place units which differ from units shown on Drawings. PART 2 - PRODUCTS 2.1 MATERIALS A. Concrete: Conform to Section 03300 — Cast -in -Place Concrete, unless otherwise indicated on drawings. Provide color conditioned concrete where indicated on drawings. B. Reinforcing Steel: Conform to requirements of Section 03300 — Cast -in -Place Concrete. C. Mortar: Conform to requirements of ASTM C 270, Type S using Portland cement. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify lines and grades are correct. B. Verify compacted subgrade will support loads imposed by inlets. 3.2 INSTALLATION A. Construct inlets, headwalls, and wingwalls complete in place to the dimensions, lines and grades as shown on drawings. B. Excavate in accordance with requirements of Section 02317 - Excavation and Backfill for Utilities. 01266503 CAST -IN -PLACE INLETS, HEADWALLS AND WINGWALLS 02632 - 1 12/05 C. Forms will be required for both the outside and inside faces of concrete inlet walls; however, if the nature of the material excavated for the inlet is such that it can be hand trimmed to a smooth vertical face, and the vertical face will not deform or displace under concrete placing operations, the outside forms may be omitted with approval of Engineer. D. Place reinforcing steel to conform to details shown on the drawings. Provide a positive means for holding steel cages in place during concrete placement. Welding of reinforcing steel is not permitted unless noted on the drawings. The maximum variation in reinforcement position is plus or minus 10 percent of wall thickness or plus or minus 1/2 inch, whichever is less. Regardless of variation, the minimum cover of concrete over reinforcement as shown on the drawings shall be maintained. E. Chamfer exposed edges unless otherwise indicated on Drawings. F. Provide form liners for indicated form liner patterns. 3.3 FINISHES A. Cut off pipe leads neatly at the inside face of inlet or headwall. Point up with mortar. B. Finish concrete surfaces in accordance with requirements of Section 03300 — Cast -in -Place Concrete. C. Special finishes are shown on the drawings. 3.4 BACKFILL A. Backfill the area of excavation surrounding each completed inlet according to the requirements of Section 02317 - Excavation and Backfill for Utilities. END OF SECTION 02632 01266503 CAST -IN -PLACE INLETS, HEADWALLS AND WINGWALLS 02632 - 2 i 12/05__ i SECTION 02635 CENTRIFUGALLY CAST FIBERGLASS PIPE PART 1- GENERAL 1.1 SECTION INCLUDES A. Centrifugally cast fiberglass reinforced polymer mortar pipe for storm sewers (CCFRPM). 1.2 REFERENCES A. ASTM D 2412 — Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. B. ASTM D 3262 - Standard Specification for "Fiberglass" (Glass Fiber Reinforced Thermosetting Resin) Sewer Pipe. C. ASTM D 3681 - Method for Determining Chemical Resistance of Reinforced Thermosetting Resin Pipe in Deflected Condition. D. ASTM D 4161 - Specification for "Fiberglass" (Glass -Fiber -Reinforced Thermosetting Resin) Pipe Joints Using Flexible Elastomeric Seals. E. ASTM F 477 - Standard Specification for Elastomeric Seals (Gaskets) Joining Plastic Pipe. F. AWWA M45 — Fiberglass Pipe Design. 1.3 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Provide sufficient data for the Engineer to properly evaluate the pipe. C. Submit product data and shop drawings with the following information: 1. Design dimensions and details for pipe and fittings indicating alignment, grade, and laying dimensions. 2. Fabrication details, details of fittings and flanges, details of specials, and proposed welding procedures. 3. Show station numbers for pipe and fittings corresponding to Drawings. 4. Properties and strength of the pipe and pipe design analysis. 5. Instruction on storage, handling, transporting, and installation. 6. Standard catalog sheet. D. Test Reports: Provide test reports upon request, certifying that the pipe has been tested in accordance with and exceeds minimum requirements of ASTM D 3262 and ASTM D 3681. PART2-PRODUCTS 2.1 MATERIALS A. Resin Systems: The manufacturer shall use only polyester resin systems with a proven history of performance in this particular application. The historical data shall have been collected from applications of a composite material of similar construction and composition as the proposed product. 01266503 CENTRIFUGALLY CAST FIBERGLASS PIPE 02635 - 1 12/05 B. Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E-glass filaments with binder and sizing F_ compatible with impregnating resins. C. Silica Sand: Sand shall be minimum 98% silica with a maximum moisture content of 0.2%. D. Additives: Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents and other coloring agents, if used, shall in no way be detrimental to the performance of the product nor shall they impair visual inspection of the finished products. r E. Elastomeric Gaskets: Supply from an approved gasket manufacturer in accordance with ASTM F 477, when no contaminant is identified and suitable for the service intended. r Gaskets shall either be affixed to the pipe by means of a suitable adhesive or shall be installed in such a manner so as to prevent the gasket from rolling out of the pre-cut groove in the pipe or sleeve coupling. F. Equal to Hobas Pipe USA, Inc. product. 2.2 MANUFACTURE AND CONSTRUCTION A. Pipes t- 1. Furnish pipes in the diameters specified and within the tolerances specified below. 2. Manufacture pipe by the centrifugal casting process to result in a dense, nonporous, corrosion -resistant, consistent composite structure to meet the operating conditions as shown on the Drawings. 3. Do not use stiffening ribs or rings. B. Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings that utilize elastomeric sealing gaskets made of EPDM rubber compound as the sole means to maintain joint watertightness. The joints must meet the performance requirements of ASTM D 4161. Joints at tie-ins, when needed, may utilize fiberglass gasket -sealed closure couplings. C. Fittings: Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be capable of withstanding operating conditions when installed. They may be contact molded or manufactured from mitered sections of pipe joined by glass fiber reinforced overlays. D. Manhole Connections: Provide a water stop flange (wall pipe) for connection to a cast -in - place manhole base or other structure. E. Grout Ports: Provide grout ports in the wall of pipe when required. Provide plugs of 316 stainless steel or other corrosion -resistant material compatible with the pipe. Grout port plugs shall be designed and installed to meet the test pressure of the pipe. F. Centrifugally cast fiberglass pipe for jacking, boring or tunneling shall meet the requirements of the pertinent ASTM specifications. Pipe shall be marked to identify pipe for jacking, boring or tunneling. G. Refer to Sections: 1. Section 02425 — Tunnel Excavation and Primary Liner. 2. Section 02441 — Microtunneling and Pipe -Jacked Tunnels. 2.3 DIMENSIONS A. Diameters: The actual outside diameter of the pipes shall be in accordance with Table 3 of ASTM D 3262 for gravity sewers. For other diameters, OD's shall be per manufacturer's literature. B. Lengths: The pipe standard length will be approximately 20 feet. A maximum of 10 percent of the lengths, excluding special order pipes, may be supplied in random lengths. 01266503 CENTRIFUGALLY CAST FIBERGLASS PIPE 02635 - 2 12/05 C. Wall Thickness: The minimum wall thickness shall be the stated design thickness. The minimum single point thickness shall not be less than 90 percent of the stated design thickness. D. End Squareness: Pipe ends shall be square to the pipe axis with a maximum tolerance of 1/8". E. Tolerance of Fittings: The tolerance of the angle of an elbow and the angle between the main and leg of a wye or tee shall be plus or minus 2 degrees. The tolerance on the laying length of a fitting shall be plus or minus 2 inches. F. Pipe and joints shall be capable of withstanding long-term internal hydrostatic pressure of 10 psi without structural failure. Slight weeping at joints shall not be considered a structural failure. Jets of water discharged at joints shall be considered to be structural failure. Joint leakage that results in jets of water from the joint while under surcharge hydraulic conditions will not be permitted because of the potential for jetting the backfill while under pipe surcharge operation and potentially forming a cavity in the backfill. This criteria applies to all joints. Owner reserves the right to require the Contractor's pipe manufacturer to perform a pressure test on a joint at the manufacturer's facilities or via a contract testing entity, to be witnessed by the Owner and/or Engineer to prove the joint's compliance with the specifications, addenda and manufacturer's representations. Such manufacturer's facility test shall be for each diameter size and material type of pipe to be furnished on the project. The manufacturer shall provide all materials and test apparatus for the pressure and leakage test, including facilities to maintain internal pressure, replenish pipe water holding capacity, and for rotating the pipe as necessary for observation of the water leakage defined in the above paragraphs. The internal test pressure will be allowed to "bleed off' to a lower limit of 7 psi, but must be returned to 10 psi within 10 minutes of reaching the 7 psi lower test limit. The manufacturer shall conduct a safety briefing for the Owner and/or Engineer prior to joint make-up and the pressure test. No test joints shall be assembled unless witnessed by the Owner or Engineer and each joint shall be made-up the same as for the field installation on this project. The Contractor shall be expected to make- up the joints in the same manner and with the same types and quantities of materials and same procedures in order to meet specifications. Once the test joint, and/or joints, are made and the pipe is safely secured, the test pipe shall be filled with water and the test pressure range of 7 to 10 psi maintained as noted above in this paragraph. The duration of holding the test pressure range for each individual test run shall not be less than 24 continuous hours, unless the pipe is emptied at the Owner's or Engineer's request for rotation of the pipe joint. In such case, the pipe may be depressurized and emptied of water for the rotational activity, and such rotation of the test pipe shall be performed when requested by the witnessing Owner or Engineer. A limit of one rotation activity for each test is hereby established. Such interruption of the pressure test shall not require that the 24-hour test period start over. The elapsed time prior to rotation activity shall count toward the tota124- hour pressure test period. The test apparatus shall include chart recorders for continuous recording of each test for pressure and duration. Additional instrumentation and recording devices shall be used for maintaining a record of the joint leakage volume over the duration of each test. One photocopy of the recorded test data for each passing test shall be made available to the Owner for the Owner's records. Concurrent tests on the different joint types, pipe diameters and pipe materials may be performed at the manufacturer's discretion. Pipe joint failure, as defined above, at any time during the 24-hour test period shall be considered as a failing test. Re -testing shall begin anew the 24-hour test period. The Owner and/or Engineer shall not be prohibited from videotaping and/or photographing, for each test, the materials for each test, joint make-up activity, testing apparatus, immediate test area, and the test itself. Other portions of the 01266503 CENTRIFUGALLY CAST FIBERGLASS PIPE 02635 - 3 12/05 2.4 manufacturer's facility and operations shall not be videotaped or photographed without written permission from the manufacturer. The manufacturer is hereby notified that such videotapes and/or photographs, by the nature of the Owner being a municipality, become public documents. The Owner, Engineer and their representatives shall not be required to sign confidentiality consent agreements. STIFFNESS CLASSES A. Stiffness class of CCFRPM pipe shall not be less than that indicated on the drawings. However, that CCFRPM pipe within a primary tunnel liner wherein all voids and annular spaces are grouted shall not have a stiffness of less than 36 psi. B. Stiffness class of CCFRPM in a pipe jacking operation shall be governed either by the ring deflection limitations or by a pipe design providing longitudinal strength required by the jacking method and shall satisfy design requirements stated below. Submit design calculations as required in Paragraph 1.3, Submittals. 1. Pipe stress calculations based on jacking loads shall be performed to conform with Section 02441 - Microtunneling and Pipe -Jacked Tunnels. 2. Ring deflection calculations shall conform with design requirements of AWWA Manual of Water Supply Practices: Fiberglass Pipe Design, AWWA M45. The pipe deflection calculations shall ensure that predicted deflection will be less than 5 percent under long-term loading conditions (soil prism load) for the highest density of soil overburden and surcharge loads. Deflection on calculations shall be prepared using long-term (drained) values for soil parameters. 2.5 TESTING A. Pipes shall be tested in accordance with ASTM D 3262, as applicable, except that the factory hydrostatic pressure testing is not required except as defined in this specification section. B. Joints: Coupling joints shall be qualified per the tests of Section 7 of ASTM D 4161. C. Stiffness: Minimum pipe stiffness when tested in accordance with ASTM D2412 shall be equal to the rated stiffness class of the pipe. 2.6 INSPECTION A. The Engineer shall be entitled to inspect pipes or witness the pipe manufacturing. Such inspection shall not relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these Specifications. B. Manufacturer's Notification: Should the Engineer wish to see specific pipes during any phase of the manufacturing process, the manufacturer must provide the Engineer with adequate advance notice of when and where the production of those pipes will take place. The Engineer shall make known to manufacturer of the intent to inspect production. The manufacturer shall then inform the Engineer of the dates planned for production. C. Failure to Inspect: Should the Engineer elect not to inspect the manufacturing, testing, or finished pipes, it in no way implies approval of products or tests. 01266503 CENTRIFUGALLY CAST FIBERGLASS PIPE 02635 - 4 12/05 2.7 PACKAGING, HANDLING, AND SHIPPING A. Packing, handling, and shipping should be done in accordance with the manufacturer's recommendations. B. Pipe markings shall be in accordance with ASTM D 3262. C. Additional pipe markings shall indicate the project segment in which the pipe will be installed. Such additional markings shall be placed on both the interior and exterior surfaces of the pipe and shall not cover any other pipe markings. Pipe arriving at the work site without required markings shall not be unloaded. PART 3 - EXECUTION 3.1 INSTALLATION A. Install pipe and fittings in accordance with project plans and specifications and the manufacturer's requirements. B. The manufacturer must supply a suitable qualified field service representative to be present periodically during the installation of pipe. C. Pipe Bedding: Conform to requirements of Section 02317 - Excavation and Backfill for Utilities. D. Pipe Handling: Use textile slings, other suitable material or forklift. Chains or cables shall not be used. E. Jointing: 1. Clean ends of pipe and coupling components. 2. Check pipe ends and couplings for damage. Correct any damage found. 3. Coupling grooves must be completely free of dirt. Maintain a clean sealing gasket. 4. Apply joint lubricant to pipe ends and elastomeric seals of coupling. Use only lubricants approved by the pipe manufacturer. 5. Use suitable auxiliary equipment and end protection to push or pull the pipes together. 6. Do not exceed forces recommended by the manufacturer for coupling pipe. If excessive force is required, remove coupling, determine source of problem, and correct it. 7. Join pipes in straight alignment then deflect to required angle. Do not allow the deflection angle to exceed the deflection permitted by the manufacturer. F. If pressure grouting of the pipe is conducted as part of a pipe jacked or tunnel installation, seal the grout holes with liner resin to a thickness equal to the pipe liner thickness, or with a threaded plug for that purpose. Coat threaded plugs with manufacturer's polyester resin for additional corrosion and abrasion resistance. G. Field Tests: 1. Refer to Section 02533 — Acceptance Testing for Storm Sewers. END OF SECTION 02635 01266503 CENTRIFUGALLY CAST FIBERGLASS PIPE 02635 - 5 12/05 SECTION 02637 FILAMENT WOUND FIBERGLASS PIPE PART1-GENERAL 1.1 SECTION INCLUDES A. Filament wound fiberglass reinforced thermosetting resin mortar pipe for storm sewers (FWFRTRM). 1.2 REFERENCES A. ASTM D 2412 — Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. B. ASTM D 3262 - Standard Specification for "Fiberglass" (Glass Fiber Reinforced Thermosetting Resin) Sewer Pipe. C. ASTM D 3681 - Method for Determining Chemical Resistance of Reinforced Thermosetting Resin Pipe in Deflected Condition. D. ASTM D 4161 - Specification for "Fiberglass" (Glass -Fiber -Reinforced Thermosetting Resin) Pipe Joints Using Flexible Elastomeric Seals. E. ASTM F 477 - Standard Specification for Elastomeric Seals (Gaskets) Joining Plastic Pipe. F. AWWA M 45 — Fiberglass Pipe Design. 1.3 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Provide sufficient data for the Engineer to properly evaluate the pipe. C. Submit product data and shop drawings with the following information: 1. Design dimensions and details for pipe and fittings indicating alignment, grade, and laying dimensions. 2. Fabrication details, details of fittings and flanges, details of specials, and proposed welding procedures. 3. Show station numbers for pipe and fittings corresponding to Drawings. 4. Properties and strength of the pipe and pipe design analysis. 5. Instruction on storage, handling, transporting, and installation. 6. Standard catalog sheet. 7. Quality assurance and quality control test results D. Test Reports: Provide test reports, certifying that the pipe has been tested in accordance with and exceeds minimum requirements of ASTM D 3262 and ASTM D 3681. PART2-PRODUCTS 2.1 MATERIALS A. Resin Systems: Use only approved polyester resin systems with a proven history of performance in this particular application. The historical data shall have been acquired from applications of a composite material of similar construction and composition as the proposed product. 01266503 FILAMENT WOUND FIBERGLASS PIPE 02637 - 1 12/05 B. Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnating resins. Glass fibers commonly known as "china glass" shall not be used. Glass fibers shall be resin coated prior to incorporation into the pipe wall structure such that potential wicking is avoided. C. Silica Sand: Sand shall be minimum 98% silica with a maximum moisture content of 0.2%. D. Additives: Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents and other coloring agents, if used, shall in no way be detrimental to the performance of the product nor shall they impair visual inspection of the finished products. E. Elastomeric Gaskets: Supply from an approved gasket manufacturer in accordance with ASTM F 477, when no contaminant is identified and suitable for the service intended. Gaskets shall either be affixed to the pipe by means of a suitable adhesive or shall be installed in such a manner so as to prevent the gasket from rolling out of the pre-cut groove in the pipe or sleeve coupling. Manufacturer shall certify that the adhesives and lubricants that it used on the gaskets are not detrimental to the gaskets. F. Equal to Amitech, USA Flowtite product. 2.2 MANUFACTURE AND CONSTRUCTION A. Pipes 1. Furnish pipes in the diameters specified and within the tolerances specified below. 2. Manufacture pipe by the filament winding process on a spinning mandrel to result in a dense, nonporous, corrosion -resistant, consistent composite structure to meet the operating conditions as shown on the Drawings. 3. Do not use stiffening ribs or rings to achieve required pipe stiffness. 4. Pipe shall meet the following cell limits of ASTM D 3262: a. Type 1— Glass fiber reinforced thermosetting polyester resin mortar. b. Liner 1. C. Grade 1. d. Stiffness class as specified herein or as shown on the drawings. The higher stiffness class stated between specifications and drawings shall be the minimum permissible. B. Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings that utilize elastomeric sealing gaskets made of EPDM rubber compound as the sole means to maintain joint watertightness. The joints must meet the performance requirements of ASTM D 4161. Joints at tie-ins, when needed, may utilize fiberglass gasket -sealed closure couplings. The elastomeric gaskets shall be the sole means for achieving and maintaining water tightness. C. Fittings: Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be capable of withstanding operating conditions when installed. They may be molded or manufactured from mitered sections of pipe joined by glass fiber reinforced overlays. D. Manhole Connections: Provide a water stop flange (wall pipe) for connection to a cast -in - place manhole base or other structure, especially when cast -in -place, unless water tight boots are provided with the manhole. E. Grout Ports: Provide grout ports in the wall of pipe when required. Provide plugs of 316 stainless steel or other corrosion -resistant material compatible with the pipe. Grout port plugs shall be designed and installed to meet the test pressure of the pipe. 01266503 FILAMENT WOUND FIBERGLASS PIPE 02637 - 2 12/05 F. Filament wound fiberglass pipe for jacking, boring or tunneling shall meet the requirements of the pertinent ASTM specifications and shall have increased stiffness where necessary to resist jacking, boring or tunneling loads. Pipe shall be marked to identify pipe for jacking, boring or tunneling. G. Refer to Sections: 1. Section 02425 — Tunnel Excavation and Primary Liner. 2. Section 02441 — Microtunneling and Pipe -Jacked Tunnels. 2.3 DIMENSIONS A. Diameters: The actual inside diameter of the pipes shall be in accordance with Table 2 of ASTM D 3262 for gravity sewers. B. Lengths: The pipe standard length will be approximately 20 feet. Isolated, minimum numbers of joints less than 20 feet in length may be supplied in order to accommodate distances between appurtenances. C. Wall Thickness: The minimum wall thickness shall be the stated design thickness. The minimum single point thickness shall not be less than 95 percent of the stated design thickness. D. End Squareness: Pipe ends shall be square to the pipe axis with a maximum tolerance of 1/8". Pipe ends shall be essentially square to the pipe axis in accordance with ASTM D 3262. E. Tolerance of Fittings: The tolerance of the angle of an elbow and the angle between the main and leg of a wye or tee shall be plus or minus 1 degree. The tolerance on the laying length of a fitting shall be plus or minus 2 inches. F. Pipe and joints shall be capable of withstanding long-term internal hydrostatic pressure of 15 psi without structural failure. Slight weeping at joints shall not be considered a structural failure. Jets of water discharged at joints shall be considered to be structural failure. Joint leakage that results in jets of water.from the joint while under surcharge hydraulic conditions will not be permitted because of the potential for jetting the backfill while under pipe surcharge operation and potentially forming a cavity in the backfill. This criteria applies to all joints. Owner reserves the right to require the Contractor's pipe manufacturer to perform a pressure test on a joint at the manufacturer's facilities or via a contract testing entity, to be witnessed by the Owner and/or Engineer to prove the joint's compliance with the specifications, addenda and manufacturer's representations. The manufacturer shall provide all materials and test apparatus for the pressure and leakage test, including facilities to maintain internal pressure, replenish pipe water holding capacity, and for rotating the pipe as necessary for observation of the water leakage defined in the above paragraphs. The internal test pressure will be allowed to "bleed off' to a lower limit of 12 psi, but must be returned to 15 psi within 10 minutes of reaching the 12 psi lower test limit. The manufacturer shall conduct a safety briefing for the Owner and/or Engineer prior to joint make-up and the pressure test. No test joints shall be assembled unless witnessed by the Owner or Engineer and each joint shall be made-up the same as for the field installation on this project. The Contractor shall be expected to make-up the joints in the same manner and with the same types and quantities of materials and same procedures in order to meet specifications. Once the test joint, and/or joints, are made and the pipe is safely secured, the test pipe shall be filled with water and the test pressure range of 12 to 15 psi maintained as noted above in this paragraph. The duration of holding the test pressure range for each individual test run shall not be less than 24 continuous hours, unless the pipe is emptied at the Owner's or Engineer's request for rotation of the pipe joint. In such case, the pipe may be depressurized and emptied of water for the rotational activity, and such rotation of the test pipe shall be performed when requested by the 01266503 FILAMENT WOUND FIBERGLASS PIPE 02637 - 3 12/05 witnessing Owner or Engineer. A limit of one rotation activity for each test is hereby established. Such interruption of the pressure test shall not require that the 24-hour test period start over. The elapsed time prior to rotation activity shall count toward the tota124- hour pressure test period. The test apparatus shall include chart recorders for continuous recording of each test for pressure and duration. Additional instrumentation and recording devices shall be used for maintaining a record of the joint leakage volume over the duration of each test. One photocopy of the recorded test data for each passing test shall be made available to the Owner for the Owner's records. Concurrent tests on the different joint types, pipe diameters and pipe materials may be performed at the manufacturer's discretion. Pipe joint failure, as defined above, at any time during the 24-hour test period shall be considered as a failing test. Re -testing shall begin anew the 24-hour test period. The Owner and/or Engineer shall not be prohibited from videotaping and/or photographing, for each test, the materials for each test, joint make-up activity, testing apparatus, immediate test area, and the test itself. Other portions of the manufacturer's facility and operations shall not be videotaped or photographed without written permission from the manufacturer. The manufacturer is hereby notified that such videotapes and/or photographs, by the nature of the Owner being a municipality, become public documents. The Owner, Engineer and their representatives shall not be required to sign confidentiality consent agreements. 2.4 STIFFNESS CLASSES A. Stiffness class of FWFRTRM pipe shall not be less than that indicated on the drawings. However, that FWFRTRM pipe within a primary tunnel liner wherein all voids and annular spaces are grouted shall not have a stiffness of less than 36 psi. B. Stiffness class of FWFRTRM in a pipe jacking operation shall be governed either by the ring deflection limitations or by a pipe design providing longitudinal strength required by the jacking method and shall satisfy design requirements stated below. Submit design calculations as required in Paragraph 1.3, Submittals. 1. Pipe stress calculations based on jacking loads shall be performed to conform with Section 02441- Microtunneling and Pipe -Jacked Tunnels. 2. Ring deflection calculations shall conform with design requirements of AWWA Manual of Water Supply Practices: Fiberglass Pipe Design, AWWA M45. The pipe deflection calculations shall ensure that predicted deflection will be less than 5 percent under long-term loading conditions (soil prism load) for the highest density of soil overburden and surcharge loads. Deflection on calculations shall be prepared using long-term (drained) values for soil parameters. 2.5 TESTING A. Pipes shall be tested in accordance with ASTM D 3262, as applicable, except that the factory hydrostatic pressure testing is modified in paragraph 2, 3, F of this specification. B. Joints: Coupling joints shall be qualified per the tests of Section 7 of ASTM D 4161. C. Stiffness: Minimum pipe stiffness when tested in accordance with ASTM D 2412 shall be equal to the rated stiffness class of the pipe. 01266503 FILAMENT WOUND FIBERGLASS PIPE 02637 - 4 12/05 2.6 INSPECTION A. The Engineer shall be entitled to inspect pipes or witness the pipe manufacturing. Such inspection shall not relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these Specifications. B. Manufacturer's Notification: Should the Engineer wish to see specific pipes during any phase of the manufacturing process, the manufacturer must provide the Engineer with adequate advance notice of when and where the production of those pipes will take place. The Engineer shall make known to manufacturer of the intent to inspect production. The manufacturer shall then inform the Engineer of the dates planned for production. C. Failure to Inspect: Should the Engineer elect not to inspect the manufacturing, testing, or finished pipes, it in no way implies approval of products or tests. 2.7 PACKAGING, HANDLING, AND SHIPPING A. Packing, handling, and shipping should be done in accordance with the manufacturer's recommendations. B. Pipe markings shall be in accordance with ASTM D 3262. C. Additional pipe markings shall indicate the project segment i PART 3 - EXECUTION 3.1 INSTALLATION n A. Install pipe and fittings in accordance with project plans and specifications and the manufacturer's requirements. B. The manufacturer must supply a suitable qualified field service representative to be present periodically during the installation of pipe. C. Pipe Bedding: Conform to requirements of Section 02317 - Excavation and Backfill for Utilities. D. Pipe Handling: Use textile slings, other suitable material or forklift. Chains or cables shall not be used. E. Jointing: 1. Clean ends of pipe and coupling components. 2. Check pipe ends and couplings for damage. Correct any damage found. 3. Coupling grooves must be completely free of dirt. Maintain a clean sealing gasket. 4. Apply joint lubricant to pipe ends and elastomeric seals of coupling. Use only lubricants approved by the pipe manufacturer. 5. Use suitable auxiliary equipment and end protection or grip banding to push or pull the pipes together. 6. Do not exceed forces recommended by the manufacturer for coupling pipe. If excessive force is required, remove coupling, determine source of problem, and correct it. 01266503 FILAMENT WOUND FIBERGLASS PIPE 02637 - 5 12/05 7. Join pipes in straight alignment then deflect to required angle. Do not allow the deflection angle to exceed one-half the deflection permitted by the manufacturer. 8. Do not "over -home" the pipe within the joint (c.e., do not exceed the manufacturer's homing depth of the pipe). F. If pressure grouting of the pipe is conducted as part of a pipe jacked or tunnel installation, seal the grout holes with liner resin to a thickness equal to the pipe liner thickness or with a threaded plug for that purpose. Coat threaded plugs with manufacturer's polyester resin for additional corrosion and abrasion resistance. G. Field Tests: 1. Refer to Section 02533 — Acceptance Testing for Storm Sewers. END OF SECTION 02637 01266503 FILAMENT WOUND FIBERGLASS PIPE 02637 - 6 12/05 SECTION 02638 REINFORCED CONCRETE PIPE PART 1- GENERAL 1.1 SECTION INCLUDES A. Reinforced concrete pipe for storm sewers. 1.2 REFERENCES A. ASTM C 76 - Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. t B. ASTM C 361 — Standard Specification for Reinforced Concrete Low -Head Pressure Pipe. C. ASTM C 443 - Joints for Circular Concrete Sewer and Culvert Pipe. D. ASTM C 497 - Method of Testing Concrete Pipe, Sections, or Tile. E. ASTM C 655 - Reinforced Concrete D-load Culvert, Storm Drain and Sewer Pipe. F. ASTM C 822 - Standard Definitions and Terms Relating to Concrete Pipe and Related Products. 1.3 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 - Submittal Procedures. B. Submit complete product data for pipe, fittings and gaskets for approval. Indicate conformance to appropriate reference standards. C. Provide manufacturer's certificate of conformance to the specifications. The manufacturer shall provide load testing facilities for performing manufacturer's load tests in conformance with ASTM C 655 or ASTM C 76 as applicable, or shall arrange for an independent laboratory to perform load tests. 1. Lot size shall be the total number of joints of pipe of a specific diameter to be supplied on the project, regardless of D-Load. However, the load test shall not be run on a single D-Load of pipe if different D-Loads are being supplied for a single pipe diameter. If different diameters are supplied, there will be different lots and lot sizes. If different D-Loads are being supplied for a single diameter, at least one representative joint of pipe for each D-Load must be included in the sample size, even if it causes the number of samples to exceed the ASTM sample size. 2. Sample size for testing shall be in accordance with ASTM C 655, paragraph 10, "Acceptance of Pipe by Load Testing" for each lot of pipe. Sampling and testing shall be for each size of pipe to be furnished for the project; however, the sample size is not based on each D-Load rating. For example, if the indicated ASTM sample size is 4 joints of 48-inch diameter pipe, the four joints of pipe need not be for the same reach of storm sewer or for the same D-Load. However, if three D-Loads are within the four joint sample size, then at least one joint of each D-Load rating must be included. 3. Sampling shall be at random in accordance with paragraph 4.1.1 of ASTM C 655, provided that the D-Load representation specified herein is maintained. 4. Load testing for precast reinforced concrete pipe shall be to the formation of 0.01-inch crack. 01266503 REINFORCED CONCRETE PIPE 02638 — 1 12/05 5. Pipe that has been used in the 0.01-inch crack load tests, meets the strength requirements, and is otherwise in conformance with the specifications, may be used in the project. D. For jacking pipe, submit drawings and data describing grouting port design and closure procedures when required by Section 02430 — Tunnel Grout, including liner repair, as applicable. Grouting port closure shall meet the same durability, strength, corrosion resistance and internal pressure resistance as the remainder of the pipe. PART 2 - PRODUCTS 2.1 REINFORCED CONCRETE PIPE A. Acceptable types and classes of pipe are shown on the drawings. B. Circular reinforced concrete pipe shall conform to requirements of ASTM C 76, where such C76 pipe is required or permissible on the drawings. Lifting holes will not be permitted. Pipe shall have rubber gasketed joints conforming to ASTM C 443. C. Reinforced concrete D-load pipe shall conform to the requirements of ASTM C 655, where C655 pipe is required on the drawings or permissible. Lifting holes will not be permitted. Pipe shall have rubber gasketed joints conforming to ASTM C 443. D. Reinforced concrete pipe for jacking, boring or tunneling shall meet the requirements of the pertinent ASTM specifications. Pipe shall be marked to identify pipe for jacking, boring or tunneling. E. All reinforced concrete pipe and pipe joints shall be capable of withstanding long-term internal hydrostatic pressure shown on the drawings without failure, and without exceeding 16 ksi stress limit in the wall reinforcement due to the internal hydrostatic pressure. Slight weeping at joints shall not be considered a structural failure. Jets of water discharged at joints shall be considered to be structural failure. Joint leakage that results in jets of water from the joint under surcharge hydraulic conditions will not be permitted because of the potential for jetting the backfill while under pipe surcharge operation and potentially forming a cavity in the backfill. This criteria applies for all joints. Owner reserves the right to require the Contractor's pipe manufacturer to perform a pressure test on a water -tight and/or a non -water -tight joint (depending on whether the particular manufacturer is furnishing either type or both types of joints), at the manufacturer's facilities, to be witnessed by the Owner and/or Engineer to prove the joint's compliance with the specifications, addenda and manufacturer's representations. Such manufacturer's facility test shall be for each diameter size and material type of pipe to be furnished on the project and for each pressure listed on the drawings. The manufacturer shall provide all materials and test apparatus for the pressure and leakage test, including facilities to maintain internal pressure, replenish pipe water holding capacity, and for rotating the pipe as necessary for observation of the water leakage defined in the above paragraphs. The internal test pressure will be allowed to "bleed off' to a lower limit of 80 percent of the required pressure, but must be returned to the pressure listed in the drawings within 10 minutes of reaching the lower test limit. The manufacturer shall conduct a safety briefing for the Owner and/or Engineer prior to joint make-up and the pressure test. No test joints shall be assembled unless witnessed by the Owner or Engineer and each joint shall be made-up the same as for the field installation on this project. The Contractor shall be expected to make-up the joints in the same manner and with the same types and quantities of materials and same procedures in order to meet specifications. Once the test joint, and/or joints, are made and the pipe is safely secured, the test pipe shall be filled with water and 01266503 REINFORCED CONCRETE PIPE 02638 — 2 12/05 2.2 the test pressure range of 80 percent to 100 percent maintained as noted above in this paragraph. The duration of holding the test pressure range for each individual test run shall not be less than 24 continuous hours, unless the pipe is emptied at the Owner's or Engineer's request for rotation of the pipe joint. In such case, the pipe may be depressurized and emptied of water for the rotational activity, and such rotation of the test pipe shall be performed when requested by the witnessing Owner or Engineer. A limit of one rotation activity for each test is hereby established. Such interruption of the pressure test shall not require that the 24-hour test period start over. The elapsed time prior to rotation activity shall count toward the total 24-hour pressure test period. The test apparatus shall include chart recorders for continuous recording of each test for pressure and duration. Additional instrumentation and recording devices shall be used for maintaining a record of the joint leakage volume over the duration of each test. One photocopy of the recorded test data for each passing test shall be made available to the Owner for the Owner's records. Concurrent tests on the different joint types, pipe diameters and pipe materials may be performed at the manufacturer's discretion. Pipe joint failure, as defined above, at any time during the 24-hour test period shall be considered as a failing test. Re -testing shall begin anew the 24-hour test period. The Owner and/or Engineer shall not be prohibited from videotaping and/or photographing, for each test, the materials for each test, joint make-up activity, testing apparatus, immediate test area, and the test itself. Other portions of the manufacturer's facility and operations shall not be videotaped or photographed without written permission from the manufacturer. The manufacturer is hereby notified that such videotapes and/or photographs, by the nature of the Owner being a municipality, become public documents. The Owner, Engineer, and their representative shall not be required to sign confidentiality consent agreements. F. Refer to Section: 1. Section 02425 — Tunnel Excavation and Primary Liner. 2. Section 02441 — Microtunneling and Pipe Jacked Tunnels. JOINT SEALANT A. Rubber Gaskets 1. Furnish rubber gasket conforming to ASTM C 443 for circular reinforced concrete pipe. 2.3 MARKING A. The following information shall be clearly marked on each section of pipe: 1. The class or D-load of pipe. 2. The date of manufacture. 3. The name or trademark of the manufacture. 4. Pipe for jacking and boring shall be identified for the intended use. 5. Storm sewer line designation in which the pipe will be installed. Mark interior and exterior of pipe with line designation. Do not cover other pipe markings. Pipe transported to the site without specified markings shall not be unloaded. 01266503 REINFORCED CONCRETE PIPE 02638 — 3 12/05 2.4 INSPECTION A. The Engineer shall be entitled to inspect pipes or witness the pipe manufacturing. Such inspection shall not relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these specifications. B. Manufacturer's Notification: Should the Engineer wish to see specific pipes during any phase of the manufacturing process, the manufacturer must provide the Engineer with adequate advance notice of when and where the production of those pipes will take place. The Engineer shall make known to manufacturer of the intent to inspect production. The manufacturer shall then inform Engineer of the dates planned for production. C. Failure to Inspect: Should the Engineer elect not to inspect the manufacturing, testing, or finished pipes; it in no way implies approval of products or tests. D. The Engineer and Owner shall be entitled to witness the load tests. The manufacturer must provide the Engineer with adequate advance notice of when and where the load tests will take place. The Engineer shall then make known whether or not the load tests will be observed. 2.5 CAUSES FOR REJECTION A. Pipe shall be subject to rejection for failure to conform to any of the specification requirements. Individual sections of pipe may be rejected because of any of the following: 1. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint and the end crack is field repaired. 2. Defects that indicate imperfect proportioning, mixing and molding. 3. Surface defects indicating honeycombed or open texture. 4. Damaged ends, where such damage would prevent making a satisfactory joint, including failure to use chain or tie -down guards during transportation. 5. Exposed reinforcement not intended for tie to cast -in -place concrete. 6. Other damage or defects that, in the opinion of the Engineer, is detrimental to the function or longevity of the work. PART 3 - EXECUTION 3.1 INSTALLATION A. Conform to requirements of the following Sections, as applicable: 1. Section 02448 - Pipe and Casing Augering for Sewers. 2. Section 02630 - Storm Sewers. 3. Section 02441 - Microtunneling and Pipe Jacked Tunnels. B. Install reinforced concrete pipe in accordance with the Drawings. 3.2 TESTING A. Refer to Section 02533 — Acceptance Testing for Storm Sewers. END OF SECTION 02638 01266503 REINFORCED CONCRETE PIPE 02638 — 4 12/05 SECTION 02665 WATER WORKS PIPING, VALVES AND FITTINGS PART 1 - GENERAL 1.1 WORK INCLUDED This section of the specifications covers all water piping, valves, and fittings required for the project. The term piping as used herein shall include all piping, valves, fittings and accessories as shown on the plans and/or as specified herein. 1.2 RELATED SECTIONS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specification sections apply to this section. B. Section 01330 — Submittal Procedures. C. Section 01400 — Quality Requirements. D. Section 01500 — Temporary Facilities and Controls. E. Section 01555 — Barricades, Signs and Traffic Handling. F. Section 02221 — Removing Existing Pavements. G. Section 02260 — Excavation Support and Protection. H. Section 02300 — Earthwork. I. Section 02318 — Borrow. J. Section 02320 — Utility Backfill Materials. 1.3 SUBMITTALS A. Submit all manufacturers' data for all pipes, valves, fittings, and fire hydrants including all pipe thickness class calculations. B. Submit product information for pipe identification tape. C. Submit concrete mix design for concrete thrust blocking. 1.4 REFERENCES A. AWWA C 104 - Cement — Mortar Lining for Ductile — Iron Pipe and Fittings for Water. B. AWWA C 110 - Ductile -Iron and Gray — Iron Fittings, 3 inch through 48 inch (76mm through 1,219 mm), for Water. C. AWWA CI I I - Rubber -Gasket Joints for Ductile — Iron Pressure Pipe and Fittings. D. AWWA C104 - Rubber— Seated Butterfly Valves. E. AWWA 509 - Resilient — Seated Gate Valves for Water Supply. F. AWWA C900 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in through 12 in (100 mm through 300 mm), for water distribution. G. AWWA C905 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 in through 48 in (350 mm through 1,200 mm), for Water Transmission and Distribution. PART 2 - MATERIALS 01266503 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 1 12/05 2.1 GENERAL A. All pipe, fittings, and valves shall be new and of the best quality in material and workmanship. B. All pipe, fittings, and valves shall conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61. C. In areas where natural gas lines exist, and are cathodically protected by means of impressed current, only electrically non-conductive pipe shall be allowed. 2.2 POLYVINYL CHLORIDE (PVC) PIPE A. PVC pipe 12-inches and smaller shall be AWWA C-900, Class 150 (DR 18). B. PVC pipe 14-inches and larger shall be AWWA C905, Class 165 (DR25). The outside diameter of the PVC pipe shall be cast iron equivalent. C. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. Gaskets shall conform to ASTM F477. The nominal joint length shall be 20 feet. D. AWWA C900 and C905 pipe shall be marked as prescribed by AWWA standards including nominal site, dimension, ratio, AWWA pressure class, manufacturer's name and code, and seal of testing agency that verified the suitability of the pipe material for potable water service. E. Pipe shall meet all additional test requirements as described in AWWA C900 or C905, as applicable. F. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 2.3 DUCTILE IRON PIPE FITTINGS A. General - Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. All ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with AWWA C104. Where flanged fittings are used the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. All flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI B 16.1 Class 125 flanges rated for at least 250 psi working pressure. Bolts for flanged joints shall be of the length and diameter required by the ANSI Specification. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads. Suitable 1/8" thick rubber ring gaskets shall be provided for all flanged joints. B. Ductile iron fittings shall conform to AWWA C 110 or C153. In general, flanged fittings shall be used on all exposed piping and all other fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. All ductile iron fittings shall be cast from the same quality of metal used in casting the ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for the ductile iron pipe. 01266503 WATER WORKS PIPING, VALVES AND FITTINGS 02665 2 12/05 2.4 2.5 2.6 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS Flanged coupling adapters and flexible couplings shall be provided at the locations shown on the Drawings and at other locations required for installation of the piping system. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy coated steel construction shall be used for all couplings. All bolts, nuts and washers shall be stainless steel. STEEL CASING Steel casing pipe, where called for on the plans, shall be new welded steel pipe, manufactured in the United States, with a minimum yield strength of 35,000 psi meeting ASTM A 139 Grade B or A252 Grade 2. The exterior of the casing pipe shall have a bituminous coating. Casing wall thickness for installation shall be in accordance with the following: Location Diameter Minimum Wall Thickness Highway and Street 24" and Crossings smaller 0.250" 26" or larger 0.312" VALVES A. General - Valves that are 12-inch and smaller shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. Valves greater than 12-inches shall be butterfly valves unless otherwise noted on the plans or specified herein. B. Gate Valves - All gate valves shall be resilient seat, iron body, bronze mounted throughout and shall meet all requirements of AWWA C 509. The valves shall be of the type of joint used in the piping. All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two-inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. Gate valves shall be furnished with O-ring stem packing. All gate valves shall be designed to withstand a working pressure of 200 psi unless otherwise noted. Gate valves shall be Mueller, M&H, or Clow. All parts for valves furnished must be standard and completely interchangable with valves of the same brand. Successful bidder to furnish to the Owner, upon request, a letter stating the type of valves to be installed and a letter from the manufacturer stating that the parts are standared and interchangable. C. Butterfly Valves All butterfly valves shall be of the rubber -seated tight -closing type. They shall meet or exceed AWWA standard C504 for Class 150-B, latest revision. All valves shall be NSF approved. 01266503 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 3 12/05 Both ends of valve shall be "MY' per AWWA C111. "MY accessories must be supplied by valve manufacturer. Valve operator shall be of the worm gear or travelling -nut type, sealed, gasketed, and lubricated for underground service, and shall be designed to operate at maximum torque with a maximum pull of 80 pounds. It shall be capable of withstanding an overload input torque of 450 ft. lb at full open or full -closed position without damage to the valve or valve operator. Valve shall be capable of easy closure by one man using standard valve key. All valves shall open left (clockwise to close) and be equipped with 2" operating nut, a locking device, position indicator, and hand wheel. The valves shall be designed for positive stop in the closed position. The design water pressure differential shall be 150 psi upstream and 0 psi downstream. All tests required by Section 5 of AWWA C504 shall be performed and the manufacturer shall furnish certified copies of the reports covering these tests. All butterfly valves are to be installed in a concrete vault and shall be painted with epoxy paint with the color and type to be approved by the Engineer. D. Valve Boxes and Extension Stems - Extension stems shall be furnished on buried valves where the top of the operating nut is more than 36-inches below finished grade. Top of the extension stem shall not be more than 9-inches below the top of the valve box. All valve boxes for butterfly valves shall be precast concrete vaults manufactured by Vaughn Concrete Products, or approved equal. The valve boxes shall be constructed with the dimensions as shown on the plans. The valve box cover opening shall be centered over operating nut. Manhole frames and covers shall be East Jordon Iron Works No. 2040, with a minimum weight of 275 pounds and a Type 5 pick bar, and shall conform to the requirements of ASTM A 48. The frame and cover shall be designed with a full bearing rings so as to provide a continuous seat between frame and cover. The cover shall include lettering "City of Lubbock, Texas Water." Buried valves shall be provided with cast iron valve boxes. The boxes shall be designed to fit over a section of 6-inch C900 PVC riser pipe which will be used as an extension from the top of the valve to within 8-inches of the ground surface. The box shall have a heavy cast iron cover marked "Water". The box shall have a flange type base, with the base being approximately 4 inches larger in diameter than the outside diameter of the barrel of the box. The necessary length of 6-inch C900 PVC riser pipe required for the extension shall be considered as a part of the box. Valve boxes shall be East Jordon Iron Works No. 8453, or approved equal. E. Inserted Valves Inserted valves are those water system valves that are inserted under live pressure conditions. Inserted valves use proprietary equipment and methods that are usually licensed to the installers. Where shown on the plans, inserted valves shall be installed that are equal to Hydra -Stop or K.W. Sharp. F. Fabricated Cast Iron Tapping Sleeves for use on 4" through 12" pipe. l . General: The manufacturer of the tapping sleeves shall be experienced in their design and construction and shall have given successful service for a period of at least five (5) years. 2. Service: The tapping sleeves will be installed on the following types of pipe (1) cast iron (2) ductile iron (3) asbestos cement (4) C900 PVC, the operating pressure for all four types of water pipe is 150 psi. 01266503 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 4 12/05 3. Material: The tapping sleeves shall be cast iron, mechanical joint and conform to the latest revision of ASTM Standard Designations. The tapping sleeve shall withstand a working pressure of 200 psi. 4. Gaskets: The gaskets shall be duck tipped and shall be totally resistant to cold flow and creep. G. Fabricated Steel Tapping Sleeves for use on 14" through 20" Pipe. 1. General: The manufacturer of the tapping sleeves shall be experienced in their design and construction, shall be regularly engaged in their manufacture, and shall have produced tapping sleeves of the sizes specified herein which have given successful service for a period of at least five (5) years. Materials used in the manufacture of these tapping sleeves and the accessories shall be new and shall conform to the latest applicable standards of the American Society for Testing and Materials. 2. Service: The tapping sleeves will be installed on the following types of pipe (1) cast iron (2) ductile iron (3) asbestos cement pipe (4) C905 PVC pipe. The operating pressure for all three types of water pipe is 150 psi. a 3. Material: All steel plate used in fabrication of the tapping sleeves shall conform to ASTM A-36 or A-285, Grade C. 4. Flanges: Flanges shall be fabricated from steel plate, and all dimensions shall conform to AWWA Standard C-207 "Steel Pipe Flanges," Class D. Flanges shall be machined to a flat face with finish of 250 micro -inches or machined to a flat surface with a serrated finish in accordance with AWWA Standard C-207 "Steel Pipe Flanges." In addition, the machined face shall also be recessed for tapping valves in accordance with the M.S Standard SP-60. 5. Gaskets: Gaskets shall be compounded from new materials, and the shape of cross- section of gasket shall provide adequate seal for the design pressure. Gaskets will be shop glued to the groove provided in the body section. 6. Fasteners: Bolts and hex nuts shall be stainless steel, Usalloy, Dresserloy, Carten or an r approved equal for corrosion control. 7. Testing Outlet: A 3/4" NPT by welded coupling shall be attached to the outlet nozzle of each tapping sleeve assembly complete with a 3/4" square head pipe plug. 8. Painting: All surfaces of the saddle shall be clean, dry, and free from grease and dirt before painting. All surfaces of tapping sleeve except face of flanges, bolts and nuts, shall be given a shop coat of a two-part thermosetting epoxy, faces of flanges shall be shop coated with a rust preventive compound, such as Dearborn chemical "No-OX-ID", Houghton "Rust -Veto 344," or Rust-Oleum "R-9". Bolts and nuts shall be shipped bare, no paint or protective coating. 9. Certification: The manufacturer shall furnish a sworn statement that the inspection and all the specified tests have been made and the results thereof comply with the requirements of the applicable standard(s) herein specified. A copy of the certification shall be sent to the Engineer, City of Lubbock Water Utilities Department. f 2.7 FIRE HYDRANTS Fire hydrants shall be standard AWWA C-502 hydrants, iron body, bronze mounted throughout including drain seat ring, and shall be designed for a working pressure of 150 pounds per square inch. The fire hydrants shall be the traffic model type and shall have a 5-1/4" valve opening, two 2-1/2 inch hose nozzles and one 4-inch steamer nozzle, with 4 threads per inch and a crest to crest dimension of 4.995 inches. The hydrants shall be for 6-inch mains and shall have a M.J. Connection, and shall be 01266503 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 5 12/05 for 4-1/2 foot bury unless otherwise shown on plans. The hydrants shall be Clow Medallion, American Darling model B-84-13, Dresser style 129-09 or Mueller Centurion. Operating nuts shall be 1-1/2 inch pentagons measured to a point. The hydrants shall be painted orange. 2.8 POLYETHYLENE WRAP All buried valves and fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D 1248. The polyethylene material shall have a minimum thickness of 8 mil. The wrap shall be secured by 2-inch duct tape. 2.9 CONCRETE Concrete shall be used for blocking the pipe and fittings and shall conform to the concrete specifications as set forth in the Section 03300 Cast -In -Place Concrete, except a minimum compressive strength of 3,000 psi will be acceptable. PART 3 - EXECUTION 3.1 PIPE INSTALLATION - WATER LINES All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage and disinfected in the manner herein specified. 3.2 INSPECTION The pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. 01266503 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 6 12/05 3.5 ALIGNMENT AND GRADE All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. Contractor shall verify horizontal and vertical locations of items critical to the alignment and grade of the proposed water line. Confirm compliance with the Drawings and Specifications. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection recommended by the manufacturer of the particular type of pipe being laid and the degree of deflection shall be approved by the Engineer. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and 1_ accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped in to the trench. 3.7 CLEANING AND INSPECTING Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound pipe and materials shall be rejected. I All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. At time when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.8 LAYING AND JOINTING PVC PIPE A. General - Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe, pipe coating, or lining. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be permitted to enter the pipe. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. 01266503 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 7 12/05 If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe relaid. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. Flanged joints shall be used where shown on the plans. Mechanical joint, or other approved joints shall be installed with materials furnished by the manufacturer and in accordance with the manufacturer's specifications. Before laying the pipes, all lumps, blisters and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. Defective joints shall be repaired as directed by the Engineer. B. Mechanical Joint Piping - The last 8 inches outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. The cast-iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque -limiting wrench. Nuts spaced 180 deg. apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. C. Flanged Joints - Flanged joints where used shall be bolted with Flange bolts of best quality mild steel and of the size and length required by American Standards Association; bolts and nuts shall be provided with standard hexagonal heads. Gasket rings shall be used and shall be made of best quality rubber composition sheet packing one -eighth (1/8) inch thick, of a brand and quality approved by the Engineer. The pipe and fittings shall be properly aligned and free to move in any direction while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. 3.9 PLUGGING DEAD ENDS Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and spigot ends shall be capped. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. All plugs and caps shall have horizontal thrust blocks. 3.10 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS A. General — Valves and fittings shall be set at the locations shown on the Drawings and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves 01266503 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 8 12/05 shall be hub end as required and all valves buried in the ground shall have a cast iron or precast concrete valve box set over the valve. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked for operation prior to installation. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if necessary. B. Valve Boxes — Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the ground or at such a level as directed by the Engineer. All valve boxes under pavement shall be adjusted to finished pavement grades. C. Fire Hydrants — Fire hydrants shall be located at the points shown on the Drawings. All fire hydrants shall be set plumb, to the grade established on the drawing, and with the steamer nozzle at right angles to the street. The hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant lead or branch. The bowl of the hydrant shall be well braced against unexcavated earth at the end of the trench with concrete blocking. The concrete blocking shall be placed so as not to interfere with the hydrant drains and so that the joints of the flanges are accessible. Blocking of gate valves on fire hydrant leads shall be with concrete as shown on the Drawings. The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for operation prior to installation. Drain holes shall not be blocked or sealed. D. Hydra -stop or quick -valve insertion valves shall be installed by licensed, franchise -trained specialty personnel and equipment. These valve insertions are proprietary in nature and shall follow the proprietary methods, procedures and materials for potable water system use. 3.11 CONCRETE THRUST BLOCKING A. Anchorage of Bends, Tees and Plugs, Etc. - Reaction or thrust blocking shall be applied to all pipe lines at all tees, plugs, caps, and bends. The blocking shall be placed between solid ground and the fittings to be anchored; the area of bearing on pipe and on the ground in each instance shall be sufficient to withstand the maximum thrust anticipated and as shown on the Drawings. The blocking shall be so placed that the pipe and fitting joints will be accessible for repair. 3.12 LINE TESTING After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. Testing procedure shall be as follows: A. Duration - The duration of the hydrostatic test shall be a minimum of four (4) hours. B. Pressure - The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. C. Procedure — Each valved section of pipe shall be slowly filled with water at the specified test pressure and measured at the point of lowest elevation. Pressure shall be applied and maintained by means of a pump connected to the pipe in a satisfactory manner. The pump, 01266503 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 9 12/05 pipe connection, and all necessary apparatus, execept meters, shall be furnished by the Contractor. The Contractor shall furnish all labor for connecting the pump, meter, and gages. The water for filling the pipe and making the tests shall be obtained at the location designated by the Engineer. No charge will be made to the Contractor for water used for testing. As the line is being filled and before applying the test pressure, all air shall be expelled from the pipe by making taps at the highest point in the test segment, if necessary. After the test, the taps shall be tightly plugged. During the time the test pressure is on the pipe, the pipe shall be carefully checked at regular intervals for breaks or leaks. Any joints showing leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced with sound material in the manner provided and the test shall be repeated until satisfactory results are obtained. D. Allowable Leakage - The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula: 1. PVC Pipe The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula: L= ND,IP 7,400 where: L = Allowable leakage in gallons/per hour N = Number of joints in length of pipe tested D = Nominal diameter of the pipe in inches P = Average of the max. and min. pressures within the test section in psi 2. Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 3.13 DISINFECTION OF PIPE LINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipe lines, which shall be disinfected before being placed in service. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C651. B. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the Engineer or Engineer's Representative may witness the disinfection activities. C. After disinfection has been completed and the pipe is flushed, the Contractor shall sample the water in the pipe for bacteriological testing. Samples shall be taken after the pipeline disinfection treatment has been flushed. A minimum of two sets of samples taken 24 hours apart shall be tested and shall include on sample for every 1000 feet of water line plus sample sets at the end of each pipeline branch. If acceptable bacteriological test results are not received, the Contractor shall disinfect the pipe again and provide whatever measures necessary to achieve and acceptable result. Acceptable results shall be the bacteriological 01266503 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 10 12/05 requirements for potable water as defined by the Texas Commission on Environmental Quality. 3.14 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING Installation of the casing pipe sleeves shall be accomplished by boring as specified herein. Equipment used shall be of such size and capacity as to allow the placement of the casing to proceed in a safe and expeditious manner. Installation of the casing and the excavation and removal of the materials within the casing shall proceed simultaneously. The boring shall proceed from a pit provided for the boring equipment and workmen. Excavation and location of the pit shall be approved by the Engineer and the Railroad or County as appropriate. Boring without the concurrent installation of the casing pipe will not be permitted. The use of water or other fluids in connection with the boring operation will be permitted only to the extent of lubricating cuttings. Jetting will not be permitted. Overcutting in excess of one inch shall be remedied by concrete pressure grouting the entire length of the installation. All casing pipe joints shall be welded. Care shall be taken to keep the pipe sleeve on the proper line and grade. After the casing pipe has been jack and bored and is accepted by the Engineer, the pipe shall be shoved through the casing. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the pipe and not on the bell, and shall be done in such a manner that the joint is always in compression during the shoving operation. Four hardwood, or other suitable material, skids shall be banded with stainless steel bands to each joint of pipe. The hardwood skids shall be of sufficient dimensions to allow the bell of the pipe to clear the casing pipe by at least one-half inch. The length of the skid shall be equal to at least 2/3 of the exposed length of straight pipe after the joint is made. A minimum of three bands shall be used to secure the skids to the pipe. The skids shall be such that a minimum of 2 inches clearance is maintained between the top of the pipe and the top of the casing. The design of skids and banding techniques shall be submitted to the Engineer for approval prior to use. 3.15 PIPE IDENTIFIERS A. Marking Tape All pipes installed in an open trench will be identified with the appropriate color and - description of 3" wide pipe identification tape. Install the tape parallel to the pipe it identifies at a distance above the pipe of twelve (12) to eighteen (18) inches. Above non-metallic (PVC) pipe material install a tape detectable with a metal detector from the top of finished grade. Install detectable tape as deep as it can be detected but no closer to the non-metallic pipe than twelve (12) inches. 01266503 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 11 12/05 3.16 CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. END OF SECTION 01266503 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 12 12/05 SECTION 02741 HOT -MIX ASPHALT PAVING PART1-GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Hot -mix asphalt paving. 2. Hot -mix asphalt patching. 3. Asphalt surface treatments. Y 4. Pavement -marking paint. 5. Cold milling of existing hot -mix asphalt pavement. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special 1 Conditions and Division 1 Specification Sections, apply to this Section. B. Section 01400 — Quality Requirements. C. Section 02300 - Earthwork. D. Section 02764 - Pavement Joint Sealants. 1.3 DEFINITIONS A. Hot -Mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of terms. B. Type "C" HMAC — Mix design shall be used on streets greater than 36 feet in width, and strip paving (no curb and gutter). 1.4 REFERENCES AASHTO T 102 Spot Test of Asphaltic Materials AASHTO T 245 Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus AASHTO M 248 Standard Specification for Ready -Mixed White and Yellow Traffic Paints Al MS-2 (1994) Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types Al MS-22 Construction of Hot Mix Asphalt Pavements ASTM C 29/C 29M (1991; Rev. A) Unit Weight and Voids in Aggregate i ASTM C 88 (1990) Soundness of Aggregates by Use of Sodium Sulfate or MagnesiumSulfateSulfate 01266503 HOT -MIX ASPHALT PAVING 02741 - 1 12/05_ ASTM C 117 (1995) Materials Finer than 75-Micrometer (No. 200) Sieve in Mineral Aggregates by Washing ASTM C 127 (1988; R 1993) Specific Gravity and Absorption of Coarse Aggregate ASTM C 128 (1993) Specific Gravity and Absorption of Fine Aggregate ASTM C 131 (1996) Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 136 (1996; Rev. A) Sieve Analysis of Fine and Coarse Aggregates ASTM C 188 (1995) Density of Hydraulic Cement ASTM D 70 (1982; R 1990) Specific Gravity of Semi -Solid Bituminous Materials ASTM D 75 (1987; R 1992) Sampling Aggregates ASTM D 242 (1995) Mineral Filler for Bituminous Paving Mixtures ASTM D 546 (1994) Sieve Analysis of Mineral Filler for Road and Paving Materials ASTM D 692 (1994; Rev. A) Coarse Aggregate for Bituminous Paving Mixtures ASTM D 854 (1992) Specific Gravity of Soils ASTM D 946 (1982; R 1993) Penetration -Graded Asphalt Cement for Use in Pavement Construction ASTM D 979 (1996) Sampling Bituminous Paving Mixtures ASTM D 995 (1995; Rev. B) Mixing Plants for Hot -Mixed, Hot -Laid Bituminous Paving Mixtures ASTM D 1073 (1994) Fine Aggregate for Bituminous Paving Mixtures ASTM D 1075 (1996) Effect of Water on Cohesion of Compacted Bituminous Mixtures ASTM D 1188 (1996) Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin -Coated Specimens ASTM D 1559 (1989) Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus ASTM D 2027 Standard Specificaton for Cutback Asphalt (Medium -Curing Type) 01266503 HOT -MIX ASPHALT PAVING 02741 - 2 12/05 ASTM D 2041 (1995) Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D 2172 (1995) Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D 2726 (1996; Rev. A) Bulk Specific Gravity and Density of Non - Absorptive Compacted Bituminous Mixtures ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods ASTM D 3381 (1992) Viscosity -Graded Asphalt Cement for Use in Pavement Construction ASTM D3405 Standard Specification for Joint Sealants, Hot -Applied, for Concrete and Asphalt Pavements ASTM D3549 Standard Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Specimens TEX-126-E Molding, Testing and Evaluating Bituminous Black Base Materials TEX-204-F Design of Bituminous Mixtures TEX-224-F Determining Flakiness Index TxDOT Item 300 Asphalt, Oils and Emulsions TxDOT Item 301 Asphalt Antistripping Agents TxDOT Item 340 Specification for Hot Mix Asphaltic Concrete Pavement TxDOT Item 345 Specification for Asphaltic Stabilized Base (Plant Mix) TxDOT Item 662 Work Zone Pavement Markings TxDOT Item 666 Reflectorized Pavement Markings TxDOT Item 672 Raised Pavement Markers City of Lubbock City of Lubbock Street/Drainage Engineering Standard Specifications Specifications, Current Version 1.5 SUBMITTALS A. Product Data 1. For each type of product indicated. Include technical data and tested physical and performance properties. 01266503 12/05 HOT -MIX ASPHALT PAVING 02741 - 3 B. Job -Mix Designs 1. Submit a job -mix design, for approval prior to preparing and placing the bituminous mixture. Design mix using procedures contained in Chapter III, Marshall Method of Mix Design, of Al MS-2. Formulas shall indicate physical properties of the mixes as shown by tests made by a commercial laboratory approved by the Engineer, using materials identical to those to be provided on this project. Submit formulas with material samples. Job -mix formula for each mixture shall be in effect until modified in writing by the Contractor and approved by the Engineer. Provide a new job -mix formula for each source change. Job mix shall be for this specific project. Job mixes developed for other projects, although they may have similar requirements, will be rejected without review. C. Qualification Data 1. Submit qualifications for product manufacturers. D. Material Test Reports 1. Specific gravity test of asphalt 2. Coarse aggregate tests 3. Weight of slag test 4. Percent of crushed pieces in gravel 5. Fine aggregate tests 6. Specific gravity of mineral filler 7. Bituminous mixture tests 8. Aggregates tests 9. Bituminous mix tests 10. Pavement courses E. Product Submittals 1. Pavement marking materials. 1.6 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM D 3666 for testing indicated, as documented according to ASTM E 548. B. Asphalt -Paving Publication: Comply with TxDOT Item 345 "Asphalt Stabilized Base" (Plant Mix) unless other requirements are indicated herein, for asphalt stabilized base. Comply with TxDOT Item 340 "Hot Mix Asphaltic Concrete Pavement" for hot mix wearing course unless other requirements are indicated herein. C. Mock -Up Test Section 1. Prior to full production of the binder and wearing course[s], prepare a quantity of bituminous mixture according to the job -mix formula. Construct a test section 200 feet long by not less than 10 feet wide and of the same compacted depth specified for the construction of the course which the test section represents. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. Test not less than two samples of the mixture produced at the plant for gradation, asphalt cement content, stability, flow, air voids, voids in mineral aggregate, and in weight. Obtain not less than three cores from the test strip for density and thickness tests. Check the test section for smoothness and finish surface texture. If the test section should prove to be unsatisfactory, make the necessary adjustments to the mix design, plant operation, transportation, laydown, and/or rolling procedures. Additional test sections, as required, shall be constructed and evaluated for 01266503 HOT -MIX ASPHALT PAVING 02741 - 4 12/05 conformance to the specified requirements. When test sections do not conform to specified requirements, remove and replace the bituminous pavement. A marginal quality test section that has been placed in an area of little or no traffic may be left in place. If a second test section also does not meet specified requirements, remove both sections at the Contractor's expense. Full production shall not begin without the Engineer's approval. D. Required Data 1. Job -mix formula shall show the following: a. Source and proportions, percent by weight, of each ingredient of the mixture; b. Correct gradation, the percentages passing each size sieve listed in the specifications for the mixture to be used, for the aggregate and mineral filler from each separate source and from each different size to be used in the mixture and for the composite mixture; C. Amount of material passing the No. 200 sieve determined by dry sieving; d. Number of blows of hammer compaction per side of molded specimen; e. Temperature viscosity relationship of the asphalt cement; f. Stability, flow, percent voids in mineral aggregate, percent air voids, unit weight; g. Asphalt absorption by the aggregate; h. Effective asphalt content as percent by weight of total mix; i. Temperature of the mixture immediately upon completion of mixing; j. Asphalt viscosity grade and/or penetration range; and k. Curves for the asphalt stabilized base and hot mix asphalt paving courses. 1.7 DELIVERY, STORAGE, AND HANDLING A. Inspect materials delivered to the site for damage and store with a minimum of handling. Store aggregates in such a manner as to prevent segregation, contamination, or intermixing of the different aggregate sizes. 1.8 PROJECT CONDITIONS A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or excessively damp or if the following conditions are not met: 1. Prime and Tack Coats: Minimum surface temperature of 60 deg F. 2. Asphalt Base Course: Minimum surface temperature of 40 deg F and rising at time of placement. 3. Asphalt Surface Course: Minimum surface temperature of 60 deg F at time of placement. 1.9 MIXING PLANT A. Provide mixing plant capable of meeting the needs of the project B. At no time shall the plant hinder the progress of the project. 01266503 HOT -MIX ASPHALT PAVING 02741 - 5 12/05 PART2-PRODUCTS 2.1 MATERIALS A. Aggregate General: Use materials and gradations that have performed satisfactorily in previous installations. 1. Coarse Aggregate — Coarse aggregate shall conform to ASTM D692. a. The coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, tough, durable fragments of crushed stone or crushed gravel of uniform quality. Mixing or combining of crushed gravel and crushed stone will not be permitted. Coarse aggregate shall be crushed to the extent that produces a minimum of 55% crushed faces for Type "C" HMAC when tested in accordance with ASTM D 692. b. Coarse aggregate shall have a maximum loss of 15% when subjected to 4 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 2 percent. When subjected to the Los Angeles Abrasion test, the coarse aggregate shall not have a loss greater than 40 percent by weight. C. Coarse aggregate may be enhanced by the addition of crushed concrete (class A minimum). The crushed concrete shall be processed and blended at the contractor's batch plant. The material shall be processed to remove wood, steel and other objectionable materials so as to produce a crushed aggregate in conformance with these specifications. 2. Fine Aggregate — fine aggregate shall conform to ASTM D 1073. a. The fine aggregate shall be that part of the material passing the No. 4 sieve and shall consist of sand and/or screenings. The plasticity index of that part of the sand passing the 40 sieve shall not exceed 6. The plasticity index of the screenings shall not exceed 9. b. Sand shall be composed of durable stone particles free from injurious foreign matter. Screenings shall be of the same or similar material as specified for coarse aggregate. 3. Mineral Filler a. Mineral filler shall conform to ASTM D242 and consist of thoroughly dry stone dust, portland cement or other material dust approved by the Engineer. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: Percent by Weight Retained on No. 30 Sieve 0 Percent by Weight Retained on No. 80 Sieve 10 maximum Percent by Weight Retained on No. 200 Sieve 35 maximum B. Asphalt 1. Asphalt shall be AC 10 with Latex (3% by weight of asphalt), or performance grade 64-28 S or L, AASHTO Performance Graded Binder Specification (MP1). 2. The Contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. 3. The optimum asphalt content shall be determined by the Marshall Stability method. 4. The percent asphalt content in HMAC surface shall be optimum as indicated by Marshall Stability optimum plus 0.25% for Type "C" HMAC. 01266503 HOT -MIX ASPHALT PAVING 02741 - 6 12/05 5. The asphalt content of the paving mixture shall not be below optimum, or vary from the specified design asphalt content by more than plus 0.3 percent dry weight, based on total mixture. C. Prime Coat 1. The surface shall be primed using an application of 0.20 to 0.30 gallons per square yard of MC asphalt conforming to ASTM D 2027 — MC 30. D. Tack Coat 1. The asphaltic material for tack coat shall meet the requirements for Cut -Back Asphalt RC-250, slow rate cure SS-1 emulsified asphalt, or medium rate cure MS-1 emulsified asphalt. E. Joint Sealant 1. ASTM D 3405 or AASHTO M 301, hot -applied, single -component, polymer - modified bituminous sealant. F. Emulsified Asphalt Sealer 1. The surface coat shall be sealed. G. Mix Design 1. Hot -Mix Asphalt: Dense, hot -laid, hot -mix asphalt plant mixes approved by authorities having jurisdiction; designed according to procedures in Al MS-2, "Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types"; and complying with the following requirements: a. Provide mixes with a history of satisfactory performance in geographical area where Project is located. 2. Base Course a. Asphalt stabilized base shall consist of a compacted mixture of graded gravel aggregate and asphalt cement mixed hot in a mixing plant in accordance with these specifications. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 "Dense -Graded Hot -Mix Asphalt (Method)" base material. b. The Contractor shall provide a current mix design using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall conform to the following master gradation: Sieve Size 1-1/2" 3/4" '/2" #4 #40 Percent Retained by Weight 0 8-30 30-55 50-70 70-90 Material passing the #40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 C. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. d. The ASB mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The mineral aggregate shall conform to the gradation requirements specified. The percent asphaltic material shall be determined in accordance with Test Method Tex.-126-E or Test Method Tex.-204-F and procedures outlined in TxDOT Bulletin C-14. In no case shall the asphalt content be less than 4% or more than 9% by weight. Asphalt for the mixture shall meet the requirements of TxDOT Item 300 "Asphalt, Oils, and 01266503 HOT -MIX ASPHALT PAVING 02741 - 7 12/05 Emulsions". The grade of asphalt and source must be approved by the Engineer prior to use. 3. Surface Course a. Hot mix asphalt concrete surface shall consist of a compacted mixture of coarse aggregate, fine aggregate, mineral filler (if required), and asphalt cement mixed hot in a mixing plant in accordance with these specifications. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 "Dense -Graded Hot -Mix Asphalt (Method)". b. The combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex 203-F. The percent of flat or elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex 224-F. C. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either time or liquid anti -stripping agent approved by the Engineer. Anti -stripping agents shall meet requirements of TxDOT Item 301 "Asphalt Antistripping Agents," and shall be added at the manufacturer's recommended dosage and temperature range. d. Type "C" Hot Mix Asphaltic Concrete (HMAC) as defined by City of Lubbock paving specifications shall be used for asphalt -paved street repairs on this project. See paragraph 1.3, Definitions in this specification section. The Contractor shall provide a current HMAC mix design using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall conform to the following master gradation: Type "C" (Coarse Graded Surface Course) Percent passing 7/8" 100 Percent passing 5/8" 98 - 100 Percent retained on 3/8" 12 - 25 Percent retained on No. 4 15-30 - ° Percent retained on No. 10 12-30 Total Percent Retained on No. 10 53-65 Percent retained on No. 40 10-20 Percent retained on No. 80 5-15 Percent retained on No. 200 5-15 Percent passing No. 200 1-6 Material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 e. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. 01266503 HOT -MIX ASPHALT PAVING 02741 - 8 12/05 The HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. The percent asphalt in the mixture shall be determined to meet the Marshall Stability criteria as follows: Marshall Criteria Tyne "C" No. Blows (each end of specimen) 75 Stability (Lb.) 1500 Flow (units of 0.01 inch) 8 min 16 max Percent Air Voids 2 min 5 max Molding temperature for Marshall criteria shall be 275 degrees F. PART 3 - EXECUTION ` 3.1 EXAMINATION A. Verify that subgrade is dry and in suitable condition to support paving and imposed loads. B. Proof -roll subbase using heavy, pneumatic -tired rollers to locate areas that are unstable or that require further compaction. C. Proceed with paving only after unsatisfactory conditions have been corrected. D. Surface shall be clean and free of loose dirt, rock, or any other foreign matter. 3.2 PRIME COAT A. Application 1. Immediately following the surface preparation, apply the bituminous material by means of the bituminous distributor. Apply the bituminous material at a pressure range of 25 to 75 pounds per square inch within the temperature limits specified herein, and at the rate of not less than 0.20 gallon nor more than 0.30 gallon of bituminous material per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated with slight puddling on the surface. Unless the distributor is equipped to obtain satisfactory results at the junction of previous and subsequent applications, spread building paper on the surface of the applied material for a sufficient distance back from the ends of each application, so that flow from the sprays may be started and stopped on the paper, and so that all sprayers will operate at full force on the surface to be treated. Immediately after the application, remove the building paper and apply bituminous material to spots missed by the distributor. B. Curing 1. Following the application of bituminous material, allow the surface to cure without 1_ being disturbed for a period of not less than 48 hours, or longer as may be necessary, to attain penetration into the foundation course and evaporation of the volatiles from I the bituminous material. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Maintain the primed surface until the succeeding layer of pavement is placed by protecting the surface against damage and by repairing and repriming deficient areas. 01266503 HOT -MIX ASPHALT PAVING 02741 - 9 12/05 C. Temperature 1. Maintain application temperature between 68 ° F and 149 ° F. D. Protection 1. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades to prevent traffic over freshly treated surfaces. 3.3 TACK COAT A. Application 1. Apply the tack coat when the surface to be treated is dry. Immediately following the preparation of the surface for treatment, apply the bituminous material by means of the bituminous distributor, within the limits of temperature specified herein and at a rate of not less than 0.05 gallon nor more than 0.15 gallon of diluted emulsion per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated. Treat lightly coated areas and spots missed by the distributor with the bituminous material. Following the application of bituminous material, allow the surface to cure without being disturbed for period of time necessary to permit setting of the tack coat. Apply the bituminous tack coat only as far in advance of the placing of the overlying layer as required for that day's operation. Maintain and protect the treated surface from damage until the succeeding course of pavement is placed. B. Temperature 1. Maintain application temperature between 122' F and 185' F. C. Material Test 1. Perform spot test for asphalt in accordance with AASHTO T102 on each shipment. D. Traffic Controls 1. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades so that traffic will not travel over freshly treated surfaces. 3.4 ASPHALT STABILIZED BASE COURSE (ASB) A. ASB shall not be placed when air temperature as reported by the National Weather Service is below 45 degrees F and falling. B. ASB shall be placed at a temperature between 255 and 285 degrees F during the months of June, July and August. During other months, ASB shall be placed at a temperature between 275 and 325 degrees F. C. Any ASB material that is above, or below the specified temperature range may be rejected. No payment will be made for any rejected material. D. ASB shall be placed and compacted in 3 inch lifts, unless otherwise directed by the Engineer. The material shall be placed in such a manner than when properly compacted the finished course is smooth, of uniform density, and in conformance with required cross -sections and grades. 3.5 SURFACE COURSE A. HMAC shall be placed with a minimum compacted thickness of 1 %2 inches unless otherwise shown on the plans. B. Laying of HMAC shall not start until sunrise, and must stop one hour before sunset. 01266503 HOT -MIX ASPHALT PAVING 02741 - 10 12/05 C. Air temperature requirements as follows: 1. November 1 to April 1 HMAC shall not be placed when the air temperature is below 55 degrees F and falling. HMAC may be placed when the air temperature is above 50 degrees F and rising. 2. April 1 to November 1 HMAC shall not be placed when the air temperature is below 50 degrees F and falling. HMAC may be placed when the air temperature is above 45 degrees and rising. Air temperature shall be determined by the National Weather Service hourly report. D. If the temperature of any HMAC, measured while passing through the lay down machine, is 25 degrees F more or less than the mixing temperature, that load shall be rejected. No payment will be made for rejected material. E. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross -sections and grades shown on the associated plans. F. Raking loose material back across the HMAC mat will not be permitted. G. Wings of the laydown machine may not be dumped unless they are dumped after every load. H. A level up course, %2 inch or more in thickness, shall require the use of ASB or a coarse grade of HMAC approved by the Engineer. I. When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the contractor may use other methods approved by the Engineer provided a satisfactory surface can be obtained. J. Adjacent to curbs, gutters or other flush structures, the surface shall be finished uniformly high so that when compacted it will be'/a inch above the curb or flush structure. K. All joints shall present the same texture, density, and smoothness as other sections of the course. The joints between old and new pavements or between successive day's work shall be made to insure a continuous bond between the old and new sections of the course. The transverse edges of old pavement and, if required by the Engineer, the successive day's pavement shall be cut with an approved concrete saw to expose an even vertical surface for the full thickness of the course. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of hot bituminous material (tack coat) before the fresh mixture is placed. L. Rolling with three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least half the width of the rear wheels. Alternate trips of the roller shall be slightly different in length. On super -elevated curves rolling shall begin at the low side and progress toward the high side. M. The motion of the rollers shall be slow enough to avoid displacement of the mixture. Rollers shall not be permitted to stand on pavement which has not been fully compacted. Any displacement of the mixture shall be corrected immediately by the use of rakes and fresh mixture where required. N. Places inaccessible to the rollers may be compacted using lightly oiled tamps. Limited areas where required compaction cannot be obtained using a three wheel roller shall be compacted with a trench type roller. 01266503 HOT -MIX ASPHALT PAVING 02741 - 11 12/05 O. The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-section. When tested with a 10 foot straight edge placed parallel to the centerline of the roadway, or other means acceptable to the Engineer, the maximum deviation shall not exceed 1/8 inch in 10 feet. An acceptable 10 foot straight edge shall be provided by the Contractor. Any point in the surface not meeting this requirement shall be corrected as directed by the Engineer. When placed on existing surfaces, the 1/8 inch maximum deviation requirements may be waived by the Engineer. 3.6 JOINTS A. Construct joints to ensure a continuous bond between adjoining paving sections. Construct joints free of depressions with same texture and smoothness as other sections of hot -mix asphalt course. 1. Clean contact surfaces and apply tack coat to joints. 2. Offset longitudinal joints, in successive courses, a minimum of 6 inches. 3. Offset transverse joints, in successive courses, a minimum of 24 inches. 4. Construct transverse joints as described in Al MS-22, "Construction of Hot Mix Asphalt Pavements." 5. Compact joints as soon as hot -mix asphalt will bear roller weight without excessive displacement. 6. Compact asphalt at joints to a density within 2 percent of specified course density. 3.7 COMPACTION A. General: Begin compaction as soon as placed hot -mix paving will bear roller weight without excessive displacement. Compact hot -mix paving with hot, hand tampers or vibratory -plate compactors in areas inaccessible to rollers. 1. Complete compaction before mix temperature cools to 185 deg F. B. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and rolling operations to comply with requirements. C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown rolling while hot -mix asphalt is still hot enough to achieve specified density. Continue rolling until hot -mix asphalt course has been uniformly compacted to the following density: 1. Average Density: 96 percent of reference laboratory density according to AASHTO T 245, but not less than 94 percent nor greater than 100 percent. D. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot -mix asphalt is still warm. E. Edge Shaping: While surface is being compacted and finished, trim edges of pavement to proper alignment. Bevel edges while asphalt is still hot; compact thoroughly. F. Repairs: Remove paved areas that are defective or contaminated with foreign materials and replace with fresh, hot -mix asphalt. Compact by rolling to specified density and surface smoothness. G. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened. H. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. 01266503 HOT -MIX ASPHALT PAVING 02741 - 12 12/05 3.8 INSTALLATION TOLERANCES A. Thickness: Compact each course to produce the thickness indicated within the following tolerances: 1. Base Course: Plus or minus 1/2 inch. 2. Surface Course: Plus 1/4 inch, no minus. B. Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a 10-foot straightedge applied transversely or longitudinally to paved areas: 1. Base Course: 1/4 inch. 2. Surface Course: 1/8 inch. 3. Crowned Surfaces: Test with crowned template centered and at right angle to crown. Maximum allowable variance from template is 1/4 inch. r- 3.9 PAVEMENT MARKING A. Work Zone Pavement Markings — See Section 01555, Barricades, Signs and Traffic Handling, paragraph 2.3. B. Permanent Pavement Markings 1. Permanent pavement markings including raised pavement markers shall be identical in size, shape, color and location to pavement markings that exist prior to commencing work. 2. Before removing existing pavement markings or existing paving, the Contractor shall inventory existing pavement markings. The inventory shall include all information necessary to replace the markings in their original location following pavement reconstruction. 3. Materials and installation for surface markings shall be in accordance with TxDOT Item 666, Type I (thermoplastic), except markings may be applied between September 31 and March 1 if temperature and moisture limitations are not exceeded. 4. Materials and installation for raised pavement markers shall be in accordance with TxDOT Item 672, Class B. C. Elimination of Pavement Markings 1. Existing pavement markings and raised pavement markers that are in conflict with work zone pavement markings shall be removed. 2. Work zone markings that are not eliminated by street construction performed by the Contractor shall be removed as described in this paragraph. 3. Approved methods for removal of markings on asphalt surfaces: a. Surface treatment application at least two feet in width. b. Water or water -sand blasting. C. Other methods proven to be successful to the Owner. 4. Approved methods for removal of markings on concrete surfaces: a. Burning performed in such a manner that does not damage concrete. b. Water or water -sand blasting. C. Other methods proven to be successful to the Owner. 5. Removal of raised pavement markers and adhesive shall be by mechanical methods. 01266503 HOT -MIX ASPHALT PAVING 02741 - 13 12/05 3.10 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall perform field tests and inspections and prepare test reports. 1. Testing agency will conduct and interpret tests and state in each report whether tested work complies with or deviates from specified requirements. B. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. C. Thickness: In -place compacted thickness of hot -mix asphalt courses will be determined according to ASTM D 3549. D. Surface Smoothness: Finished surface of each hot -mix asphalt course will be tested for compliance with smoothness tolerances. E. In -Place Density: Testing agency will take samples of uncompacted paving mixtures and compacted pavement according to ASTM D 979 or AASHTO T 168. 1. Reference maximum theoretical density will be determined by averaging results from four samples of hot -mix asphalt -paving mixture delivered daily to site, prepared according to ASTM D 2041, and compacted according to job -mix specifications. 2. In -place density of compacted pavement will be determined by testing core samples according to ASTM D 1188 or ASTM D 2726. a. One core sample will be taken for every 2000 sq. yd. or less of installed pavement. F. Remove and replace or install additional hot -mix asphalt where test results or measurements indicate that it does not comply with specified requirements. G. Owner may elect to take confirmation tests at Owner's expense. Contractor shall cooperate with Owner's testing agency. Failing tests taken at Owner's direction shall be charged to the Contractor. Failing test charges shall include pro-rata technician charges, actual failing test charge, pro-rata mileage charge, and other pro -rated charges. 3.11 DISPOSAL A. Dispose of excess materials in accordance with requirements of Section 01576 — Waste Material Disposal. 1. Do not allow excavated materials to accumulate on -site. END OF SECTION 02741 01266503 HOT -MIX ASPHALT PAVING 02741 - 14 12/05 SECTION 02751 PORTLAND CEMENT CONCRETE PAVEMENT PART1-GENERAL 1.1 SECTION INCLUDES A. This section includes the following: 1. Concrete pavement. 2. Curb and gutter. 3. Driveways (alleys). 4. Sidewalks. B. This section applies wherever Contractor has elected to remove, or is required to remove, and replace concrete pavement, curb and gutter, driveway (alleys), and sidewalks as part of storm sewer installation. Section applies also for repair or replacement of facilities otherwise damaged by Contractor's operations. 1.2 RELATED DOCUMENTS I t_ A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specification sections apply to this section. B. Section 02221 — Removing Existing Pavements. C. Section 02300 — Earthwork. D. Section 02741 — Hot -Mix Asphalt Paving. E. Section 02764 — Pavement Joint Sealants. F. Section 03300 — Cast -in -Place Concrete. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, expansive hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.4 SUBMITTALS A. Submit product data in accordance with Section 01330 — Submittal Procedures. B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete pavement mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: 1. Cementitious materials and aggregates. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Admixtures. 5. Curing compounds. 6. Applied finish materials. 01266503 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 1 12/05 _ 7. Bonding agent or adhesive. 8. Joint fillers. E. Shop drawings for reinforcement detailing, fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed pavement work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: Manufacturer of ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mix Concrete Association's Plant Certification Program. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate from one source. E. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by the requirements of the Contract Documents. Refer to Section 03300 — Cast -in -Place Concrete for additional codes and standards. F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixes. 1.6 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities and emergency services. PART2-PRODUCTS 2.1 FORMS A. Form Materials: Plywood, metal, metal -framed plywood, or other approved panel -type materials to provide full -depth, continuous, straight, smooth exposed surfaces. 1. Use flexible or curved forms for curves of a radius 100 feet or less. 2. Forms should be no less than 10 ft. in length. B. Form -Release Agent: Commercially formulated form -release agent with a maximum of 350 g/1 volatile organic compounds (VOC's) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. C. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that will leave no metal closer than 1-1/2 inches to the plane of the exposed concrete surface. 1. Provide ties that, when removed, will leave holes not larger than 1 inch in diameter in the concrete surface. 01266503 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 2 12/05 2.2 2.3 STEEL REINFORCEMENT A. Plain -Steel Welded Wire Fabric: ASTM A 185, fabricated from as -drawn steel wire into flat sheets, shall be 6" x 6" — 10 gauge welded wire fabric, or as shown on plans. B. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed. C. Joint Dowel Bars: Plain steel bars, ASTM A 615/A 615M, Grade 60. Cut bars true to length with ends square and free of burrs. D. Tie Bars: ASTM A 615/A 615M, Grade 60, deformed. E. Hook Bolts: ASTM A 307, Grade A, internally and externally threaded. Design hook -bolt joint assembly to hold coupling against pavement form and in position during concreting operations, and to permit removal without damage to concrete or hook bolt. F. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcement bars, welded wire fabric, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete or fiber -reinforced concrete of greater compressive strength than concrete, and as follows: 1. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. 2. Space reinforcing supports at 5'-0" maximum in any direction. CONCRETE MATERIALS A. General: Use the same brand and type of cementitious material from the same manufacturer throughout the Project. B. Portland Cement: ASTM C 150, Type I, II, or III or ASTM G176 IA, IIA, or IIIA for air entrained. 1. Fly Ash: ASTM C 618, Type C. C. Aggregate: ASTM C 33, uniformly graded, from a single source, with coarse aggregate as follows: 1. Class:4M. 2. Maximum Aggregate Size: 1-1/2 inches nominal. 3. Coarse aggregate for Class C or E concrete shall be crushed limestone (Brownwood type or equivalent). Aggregate shall be graded from fine to coarse and shall conform to ASTM C 136. The gradation for aggregate shall meet the following requirements by weight: FINE AGGREGATE COARSE AGGREGATE Sieve Percent Retained Sieve Percent Retained 3/8 inch 0 1-3/4 inch 0 No. 4 0-5 1-1/2 inch 0-5 No. 16 20-55 3/4 inch 30-65 No. 30 45-75 3/8 inch 70-90 No.50 70-90 No.4 95-100 No. 100 98-100 Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM C 87. Maximum amounts of impurities finer than the #200 sieve shall conform to ASTM C 117. Maximum amounts of soft particles shall conform to ASTM C 123. Maximum amounts of friable particles shall conform to ASTM C 142. 01266503 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 3 12/05 Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Engineer. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. Stockpiles shall be built in layers of uniform thickness. Equipment shall not be permitted to operate over the same lift repeatedly. D. Water: ASTM C 94. 2.4 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cement and to be compatible with other admixtures. B. Air -Entraining Admixture: ASTM C 260. Certified by manufacturer to be compatible with other required admixtures. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F or Type G. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. 2.5 FIBER REINFORCEMENT A. Fiber reinforcement may be used in place of wire mesh only if approved by Engineer and Owner. B. Fiber reinforcement shall be 100% virgin polypropylene, collated, fibrillated fibers, made for use as concrete reinforcement, containing no reprocessed olefin materials, and conforming to ASTM C 1116, Type III. C. Specific gravity - .91 D. Tensile Strength — 70,000 psi to 100,000 psi E. Length - 1/4" 2.6 CURING COMPOUND A. Liquid -type membrane -forming curing compound with white pigment complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 pounds per square yard when applied at 200 sq. ft./gal. 2.7 RELATED MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber. B. Texture Surface for Ramps 1. Meet requirements of the Texas Accessibility Standards. 2. Concrete paver units shall meet all requirements of ASTM C-936 and C-33 and shall be laid in a two by two unit basket weave pattern. 3. Color as selected by Owner. To be a contrasting color with the adjacent surfaces. 4. Durabak with Safti-Traxx Detacable Warning System by Cote-L Distribution Company, or approved equal. 5. Texture surface requirements for ramps may be modified by Owner at any time to comply with Texas Accessibility Standards. No additional compensation will be made for such modification. 01266503 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 4 12/05 C. Bonding Agent 1. Polyvinyl acetate or acrylic base. D. Sand Cusion 1. Clean, manufactured or natural sand with plasticity index of 8 or less. E. Epoxy Adhesive 1. ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit project requirements. 2.8 CONCRETE MIXES A. Prepare design mixes, proportioned according to ACI 301, for each type and strength of normal -weight concrete determined by either laboratory trial mixes or field experience. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the trial batch method. 1. Do not use Owner's field quality -control testing agency as the independent testing agency. C. Proportion mixes to provide concrete with the following properties: 1. Maximum Water-Cementitious Materials Ratio: 0.45. D. Classification 1. The following City of Lubbock classes of concrete shall be used: Class A Curb and gutter, sidewalks, curb ramps, medians, and driveways. Class B Alley returns and alley paving. Class C Valley gutters, fillets, and concrete street pavement. Class D Lubbock Power and Light encasements. Class E Fast setting concrete pavement such as "Fast Track" Concrete Pavement or other special design. E. Mix Design 1. At least 15 days prior to beginning any concrete pavement construction the Contractor shall submit the following to the Engineer for approval: a. Test certificates from an approved commercial testing laboratory on all proposed aggregate. Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate or Sodium Sulfate test (not to exceed 18%). b. A mix design based on water -cement ratio. C. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with ASTM C 78, made by an approved commercial testing laboratory. Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. 2. The Engineer will approve or reject the mix design and materials based on these submittals. This approval shall be subject to additional testing during construction. 01266503 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 5 12/05 Mix designs for various classes of concrete shall conform to the following: Minimum Sacks Maximum Gal Maximum Slump Class Cement per CY Water per Sack Inches A 5.0 6.5 4 B 5.5 5.5 3 C 6.0 6.0 3 D 4.5 6.5 4 E 7.0 5.0 As specified by Concrete batch plant F. Strength Requirements 1. The various classes of concrete shall conform to the following strengths in psi as determined by the average of two test cylinders or beams. COMPRESSIVE FLEXURAL Class 3 Day 7 Day 28 Day A - 2100 3000 B 2500 3000 - - C - 2500 3600 600 (28 day) D - - 2500 - E Unless otherwise specified 500 (16 hr) G. Properties 1. Air Entrainment: 5% +/- 1 %z% ASTM C 260. 2. Synthetic Fiber: Use manufacturer's recommended rate, but not less than 1.0 lb/cu.yd. (where applicable). 3. Flyash: Not more than 25% by absolute volume of cement. 2.9 FLOWABLE FILL A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 2 sacks per cubic yard. Flowable fill shall be used for backfill in all utility ditches within the right of way, and other areas as specified. 2.10 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements and with ASTM C 94 and ASTM C 1116 when synthetic fibers are involved. 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. B. Project -Site Mixing: Comply with requirements and measure, batch, and mix concrete materials and concrete according to ASTM C 94. Mix concrete materials in appropriate drum -type batch machine mixer. 1. For mixers of 1 cu. yd. or smaller capacity, continue mixing at least one and one- half minutes, but not more than five minutes after ingredients are in mixer, before any part of batch is released. 01266503 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 6 12/05 2. For mixers of capacity larger than 1 cu. yd., increase mixing time by 15 seconds for each additional 1 cu. yd.. 3. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water added. PART 3 - EXECUTION 3.1 PREPARATION A. Proof -roll prepared subbase surface to check for unstable areas and verify need for additional compaction. Proceed with pavement only after nonconforming conditions have been corrected and subgrade is ready to receive pavement. B. Remove loose material from compacted subbase surface immediately before placing concrete. 3.2 EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for pavement to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. B. Clean forms after each use and coat with form release agent to ensure separation from concrete without damage. 3.3 STEEL REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's (CRSI) "Manual of Standard Practice" for fabricating reinforcement and with recommendations in CRSI's "Placing Reinforcing Bars" for placing and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond -reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. 3.4 JOINTS A. General: Construct isolation, contraction, construction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. 1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour, unless pavement terminates at isolation joints. 1. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 01266503 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 7 12/05 2. Provide tie bars at sides of pavement strips where indicated. 3. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Isolation Joints: Form isolation joints of preformed joint -filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. 1. Extend joint fillers full width and depth of joint. 2. Terminate joint filler less than 1/2 inch or more than 1 inch below finished surface if joint sealant is indicated. 3. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 4. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint -filler sections together. 5. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Curb and Gutter 1. Place %" pre -molded expansion joints at the tangent point of each return at intersections and at intervals not more than 40 feet between the intersections. 2. Locate construction joints of at least %" depth at 10 foot intervals. 3. Curb and gutter may be placed monolithically at Contractor's option. If curb and gutter is placed monolithically, the gutter pan shall be constructed in accordance with concrete pavement details. Measurement and payment for concrete pavement and curb and gutter will be as if stand-alone curb and gutter was placed. E. Sidewalk 1. Place %" expansion joint material where new construction abuts an existing structure, sidewalk, etc. 2. Place expansion joints at 36 ft. spacing (max). 3. Place weakened plane joints at 5 ft. spacing (max). They shall be '/4" wide by '/4" deep. F. Driveways and Pavements 1. Install dowel bars and support assemblies at joints. Dowel bar spacing and size as directed by Engineer. Lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 2. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to the following radius. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. a. Radius: 1/4 inch. b. Bottom Width: 3/8 inch. C. Top Width: 3/4 inch. d. Depth: 1 5/8 inch. 3.5 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcement steel, and items to be embedded or cast in. B. Remove snow, ice, or frost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces. 01266503 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 8 12/05 C. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they are at the required finish elevation and alignment. D. Comply with requirements and with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. E. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. F. Consolidate concrete by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures to consolidate concrete according to recommendations in ACI 309R. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square -faced shovels for hand -spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. G. Place concrete in two operations; strike off initial pour for entire width of placement and to the required depth below finish surface. Lay welded wire fabric or fabricated bar mats immediately in final position. Place top layer of concrete, strike off, and screed. 1. Remove and replace portions of bottom layer of concrete that have been placed more than 15 minutes without being covered by top layer, or use bonding agent if approved by Engineer. H. Screed pavement surfaces with a straightedge and strike off. Commence initial floating using bull floats or darbies to form an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading dry -shake surface treatments. I. Curbs and Gutters: When automatic machine placement is used for curb and gutter placement, submit revised mix design and laboratory test results that meet or exceed requirements. Produce curbs and gutters to required cross section, lines, grades, finish, and jointing as specified for formed concrete. If results are not approved, remove and replace with formed concrete. J. When adjoining pavement lanes are placed in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of its 28-day compressive strength. K. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to, or is expected to fall below, 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. L. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 deg F. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcement steel with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 01266503 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 9 12/05 3.6 CONCRETE FINISHING A. General: Wetting of concrete surfaces during screeding, initial floating, or finishing operations is prohibited. B. Float Finish: Begin the second floating operation when bleed -water sheen has disappeared and the concrete surface has stiffened sufficiently to permit operations. Float surface with power -driven floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots, and fill low spots. Refloat surface immediately to uniform granular texture. 1. Burlap Finish: For sidewalks, drag a seamless strip of damp burlap across float - finished concrete, perpendicular to line of traffic, to provide a uniform, gritty texture. 2. Medium -to -Fine -Textured Broom Finish: For curb and gutter, draw a soft bristle broom across float -finished concrete surface perpendicular to line of traffic to provide a uniform, fine -line texture. 3. Medium -to -Coarse -Textured Broom Finish: For concrete pavement and driveways (alleys), provide a coarse finish by striating float -finished concrete surface 1/16 to 1/8 inch deep with a stiff -bristled broom, perpendicular to line of traffic. 3.7 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI306.1 for cold -weather protection and follow recommendations in ACI 305R for hot -weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface. D. Curing Methods: Cure concrete by moisture curing, moisture -retaining -cover curing, curing compound, or a combination of these as follows: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water -fog spray. C. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. 01266503 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 10 12/05 3.8 PAVEMENT MARKINGS A. As specified in Section 02741, Hot -Mix Asphalt Paving. Provide surface preparation as recommended by the manufacturer for concrete surfaces. 3.9 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control include those specified in this Article. B. Testing Services: Testing shall be performed according to the following requirements: 1. Sampling Fresh Concrete: Representative samples of fresh concrete shall be obtained according to ASTM C 172, except modified for slump to comply with ASTM C 94. 2. Slump: ASTM C 143; one test at point of placement for each compressive -strength test, but not less than one test for each day's pour of each type of concrete. Additional tests will be required when concrete consistency changes. 3. Air Content: ASTM C 231, pressure method; one test for each compressive -strength test, but not less than one test for each day's pour of each type of air -entrained concrete. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each set of compressive -strength specimens. 5. Compression Test Specimens: ASTM C 31/C 31M; one set of four standard cylinders for each compressive -strength test, unless otherwise indicated. Cylinders shall be molded and stored for laboratory -cured test specimens unless field -cured test specimens are required. 6. Compressive -Strength Tests: ASTM C 39; one set (4 cylinders) for each day's pour of each concrete class exceeding 5 cu. yd., but less than 50 cu. yd.; plus one set for each 350 cu. yd., but no less then 2 sets per day. One specimen shall be tested at 7 days and two specimens at 28 days; one specimen shall be retained in reserve for later testing if required. 7. When frequency of testing will provide fewer than five compressive -strength tests for a given class of concrete, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. C. Test results shall be reported in writing to Engineer and Contractor within 24 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing agency, concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. D. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer but will not be used as the sole basis for approval or rejection. E. Additional Tests: Contractor shall make additional tests of the concrete when test results indicate slump, air entrainment, concrete strengths, or other requirements have not been met, as directed by Engineer. Contractor may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. F. Contractor shall pay for failing tests. 01266503 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 11 12/05 G. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders or acceptance test beams are not representative of concrete -in -place in the pavement; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders or acceptance test beams for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the pavement, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the pavement. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F to 80 degrees F, and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. C. Questionable concrete will be considered structurally acceptable if the average of the cores is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified compressive strength (50 psi below specified beam strength). 3.10 REPAIRS AND PROTECTION A. Remove and replace concrete pavement that is broken, damaged, or defective, or does not meet requirements in this Section. B. Drill test cores where directed by Engineer when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with portland cement concrete bonded to pavement with epoxy adhesive. C. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. D. Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material from construction traffic. Sweep concrete pavement not more than two days before date scheduled for opening section to public traffic. END OF SECTION 02751 01266503 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 12 12/05 SECTION 02764 PAVEMENT JOINT SEALANTS PART 1- GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Expansion and contraction joints within portland cement concrete pavement. 2. Joints between portland cement concrete and asphalt pavement. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections, apply to this Section. B. Section 02751— Portland Cement Concrete Pavement. C. Section 02741— Hot -Mix Asphalt Paving. 1.3 REFERENCES A. ASTM C 1193 — Use of Joint Sealants B. ASTM D 5249 — Backer Material for Use With Cold -and -Hot -Applied Joint Sealants in Portland Cement Concrete and Asphalt Joints C. ASTM D 1751 — Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) D. ASTM D 3405 — Joint Sealants, Hot Applied, for Concrete and Asphalt Pavements E. ASTM D 3406 — Joint Sealant, Hot Applied, Elastomeric Type, for Portland Cement Concrete Pavements F. ASTM C 920 — Elastomeric Joint Sealants 1.4 SUBMITTALS A. Product Data: For each joint -sealant product indicated. B. Samples for Verification: For each type and color of joint sealant required. Install joint -sealant samples in 1/2-inch- wide joints formed between two 6-inch- long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. C. Product Certificates: Signed by manufacturers of joint sealants certifying that products furnished comply with requirements and are suitable for the use indicated. D. Compatibility and Adhesion Test Reports: From joint sealant manufacturer indicating the following: 1. Materials forming joint substrates and joint -sealant backer materials have been tested for compatibility and adhesion with joint sealants. 2. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion. E. Product Test Reports: From a qualified testing agency indicating joint sealants comply with requirements, based on comprehensive testing of current product formulations. 01266503 PAVEMENT JOINT SEALANTS 02764 - 1 12/05 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has specialized in installing joint sealants similar in material, design, and extent to those indicated for this Project and whose work has resulted in joint -sealant installations with a record of successful in-service performance. B. Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer. C. Product Testing: Obtain test results for "Product Test Reports" Paragraph in "Submittals" Article from a qualified testing agency, based on testing current sealant formulations within a 36-month period. 1. Testing Agency Qualifications: An independent testing agency qualified according to ASTM C 1021 to conduct the testing indicated, as documented according to ASTM E 548. 2. Test joint sealants for compliance with requirements indicated by referencing standard specifications and test methods. D. Preconstruction Compatibility and Adhesion Testing: Submit to joint sealant manufacturer, for testing indicated below, samples of materials that will contact or affect joint sealants. 1. Use manufacturer's standard test methods to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration date, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials to comply with manufacturer's written instructions to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer. 2. When joint substrates are wet. 3. When blowing dust conditions exist. B. Joint -Width Conditions: Do not proceed with installation of joint sealants where joint widths are less than that allowed by joint sealant manufacturer for application indicated. C. Joint -Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with their adhesion are removed from joint substrates. 01266503 PAVEMENT JOINT SEALANTS 02764 - 2 12/05 PART2-PRODUCTS 2.1 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backing materials, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint sealant manufacturer based on testing and field experience. B. Bituminous pre -molded expansion joint shall conform to ASTM D 1751. C. Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R. Meadows "SOF-SEAL" or "Gardox". 1. Hot poured sealant for joints between portland cement concrete and bituminous concrete shall conform to ASTM D 3405. 2. Hot poured sealant for all other joints in portland cement concrete pavement shall conform to ASTM D 3406. 3. Cold poured joint sealant shall conform to ASTM C 920. D. Mix material in accordance with manufacturer recommendations. 2.2 JOINT -SEALANT BACKER MATERIALS A. General: Provide joint -sealant backer materials that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by joint sealant manufacturer based on field experience and laboratory testing. B. Round Backer Rod for Cold- and Hot -Applied Sealants: ASTM D 5249, Type 1, of t- diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. C. Backer Strips for Cold- and Hot -Applied Sealants: ASTM D 5249; Type 2; of thickness and width required to control sealant depths, prevent bottom -side adhesion of sealant, and fill remainder of joint opening under sealant. D. Round Backer Rods for Cold -Applied Sealants: ASTM D 5249, Type 3, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. 2.3 PRIMERS A. Primers: Product recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint- sealant - substrate tests and field tests. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint -sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 01266503 PAVEMENT JOINT SEALANTS 02764 - 3 12/05 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint sealant manufacturer's written instructions. B. Joint Priming: Prime joint substrates where indicated or where recommended in writing by joint sealant manufacturer, based on preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint sealant manufacturer's written installation instructions applicable to products and applications indicated, unless more stringent requirements apply- B. Sealant Installation Standard: Comply with recommendations of ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install backer materials of type indicated to support sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of backer materials. 2. Do not stretch, twist, puncture, or tear backer materials. 3. Remove absorbent backer materials that have become wet before sealant application and replace them with dry materials. D. Install sealants by proven techniques to comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses provided for each joint configuration. 3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealants from surfaces adjacent to joint. 2. Use tooling agents that are approved in writing by joint sealant manufacturer and that do not discolor sealants or adjacent surfaces. F. Provide joint configuration to comply with joint sealant manufacturer's written instructions, unless otherwise indicated. G. Provide recessed joint configuration for silicone sealants of recess depth and at locations indicated. 3.4 CLEANING A. Clean off excess sealants or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. 01266503 PAVEMENT JOINT SEALANTS 02764 - 4 12/05 3.5 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from the original work. _ END OF SECTION 02764 01266503 PAVEMENT JOINT SEALANTS 02764 - 5 12/05 SECTION 02920 LAWNS AND GRASSES PART 1 - GENERAL 1.1 SUMMARY A. This section refers to establishment of grasses for developed and undeveloped areas damaged or removed by construction activities. All developed areas are to be re -sod using approved methods and materials. All undeveloped areas are to be seeded using approved methods and materials. Where seeding is specified, the Contractor has the option of either planting seed with a drill or planting seed through hydroseeding, or a mixture of both methods, in accordance with these specifications. Disturbed areas or submergence in lake areas that are barren of vegetation immediately prior to construction of storm sewers, inlets, outlets, tunnel access shafts, etc. are not required to be seeded or sodded. Roadside ditches are not required to be seeded; however, the area between roadside ditches and rights -of -way shall be seeded or sodded as specified. Temporary construction easements and disturbed stockpile, equipment parking, travel ways and other such areas shall be re - vegetated by seeding or sodding as applicable. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Specification Sections, apply to this Section. B. Related Sections include the following: 1. Section 02300 Earthwork 2. Section 02317 Excavation and Backfill for Utilities 3. Section 02318 Borrow 4. Section 02320 Utility Backfill Materials 1.3 DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil. E. Developed Area: For the purposes of meeting the re -vegetation requirements required under this project, developed area shall be defined as all areas where an established lawn exists. F. Undeveloped Area: Area where an established lawn does not exist. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. 01266503 LAWNS AND GRASSES 02920 - 1 12/05 B. Certification of Grass Seed: From seed vendor for each grass -seed monostand or mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. 1. Certification of each seed mixture for turfgrass, identifying source, including name and telephone number of supplier. 2. Certification that any trees, sod or seed are coming from nurseries that are certified to be fire ant free. C. Product Certificates: For soil amendments and fertilizers, signed by product manufacturer. D. Qualification Data: For landscape installer. E. Planting Schedule: Indicating anticipated planting dates for each type of planting. F. Preconstruction Condition Documentation: Prior to construction in any developed or undeveloped area, submit video tape or photographic evidence that shows all areas to be disturbed. This will provide the documentation of the "preconstruction" condition of these areas. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful park and range grass establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. 1.6 DELIVERY, STORAGE, AND HANDLING A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. B. Sod: Harvest, deliver, store, and handle sod according to requirements in TPI's "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" in its "Guideline Specifications to Turfgrass Sodding." 1.7 SCHEDULING A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. 1. Seeding: May 15 — August 15 2. Sodding: March - September B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. C. When construction activities are completed outside planting periods for seeding or sodding operations, the Contractor shall overseed the areas disturbed by construction activities with annual rye grass as a temporary stabilization measure. The Contractor shall re -seed or re -sod areas overseeded with annual rye with approved permanent stabilization grasses as soon as practical during the following planting season. 1.8 UNDEVELOPED AREA MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established, but for not less than 40 calendar days from date of Substantial Completion. 01266503 LAWNS AND GRASSES 02920 - 2 j 12/05-- B. Maintain and establish grass by watering, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch. C. Watering: Provide and maintain temporary piping, hoses, and lawn -watering equipment to convey water from sources and to keep range uniformly moist. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water undeveloped area at a minimum rate of %2 inch per week for 4 weeks after planting. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 4 inches to 6 inches high. E. Undeveloped Area Seeding/Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to lawn area. 1.9 DEVELOPED AREA MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established, but for not less than the following periods: 1. Sodded Lawns: 30 calender days from date of Substantial Completion. B. Maintain and establish grass by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth surface. C. Watering: Provide and maintain temporary piping, hoses, and lawn -watering equipment to convey water from sources and to keep area uniformly moist to a depth of 4 inches. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water grass at a minimum rate of 1 inch per week. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 1-1/2 inch to 2 inches high. E. Developed Area Sodding Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to lawn area. 01266503 LAWNS AND GRASSES 02920 - 3 12/05 PART2-PRODUCTS 2.1 SEED A. Grass Seed: Fresh, clean, dry, new -crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. B. Seed Species: Seed of grass species as follows, with not less than 95 percent germination, not less than 85 percent pure seed, and not more than 0.5 percent weed seed: 1. Bermudagrass (Cynodon dactylon "Sahara") 2.2 TURFGRASS SOD A. Turfgrass Sod: Approved, complying with TPI's "Specifications for Turfgrass Sod Materials" in its "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. B. Turfgrass Species: 1. Established Lawns: Match existing turf type (typically Bermudagrass or Fescue). 2.3 TOPSOIL A. Contractor shall use approved topsoil obtained from stripping ahead of construction activities. 2.4 PLANTING ACCESSORIES A. Selective Herbicides: EPA registered and approved, of type recommended by manufacturer for application. 2.5 FERTILIZER A. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water -insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive grasses for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydroseeding overspray. 01266503 LAWNS AND GRASSES 02920 - 4 12/05 B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.3 DEVELOPED AND UNDEVELOPED AREA PREPARATION A. Limit subgrade preparation to areas to be planted. B. Subgrade Over Excavated Areas: Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than one inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. Pulverize or roto-till soil clods to less than one-half inch equivalent diameter. 1. Apply fertilizer directly to subgrade before loosening at a rate of 400 pounds per acre. 2. Reduce elevation of planting soil to allow for soil thickness of sod. C. Adjacent Subgrades: If grasses are to be planted in areas unaltered or undisturbed by excavating, grading, or surface soil stripping operations; but were affected by stockpiling, vehicular traffic or other ancillary activity relating to construction operations, prepare surface soil as follows: 1. Loosen surface soil to a depth of at least of 4 inches. a. Apply fertilizer directly to subgrade before loosening at a bulk rate of 400 pounds per acre. 2. Remove stones larger than one inch in any dimension and sticks, roots, trash, and other extraneous matter. 3. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property. D. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. E. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Restore areas if eroded or otherwise disturbed after finish grading and before planting. 3.4 SEEDING OF UNDEVELOPED AREA GRASSES A. Sow seed with drill specifically designed for type of seed to be used. Do not broadcast or drop seed when wind velocity is excessive. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged. B. Sow seed at the rate of 20 lb. of pure live seed (pls) per acre. C. Roll lightly, and water with fine spray. 3.5 HYDROSEEDING A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. 1. Mix slurry with nonasphaltic or asphalt -emulsion tackifier. 2. Apply slurry uniformly to all areas to be seeded in a one-step process. 01266503 LAWNS AND GRASSES 02920 - 5 12/05 3.6 SODDING OF DEVELOPED AREAS A. Lay sod within 48 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. l . Lay sod across angle of slopes exceeding three horizontal to one vertical. 2. Anchor sod on slopes exceeding six horizontal to one vertical with wood pegs or staples spaced as recommended by sod manufacturer but not less than 2 anchors per sod strip to prevent slippage. C. Saturate sod with fine water spray within two hours of planting. During first week, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. 3.7 RENOVATION OF DEVELOPED AND UNDEVELOPED AREAS A. Renovate existing grasses and landscaping damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles, at Contractor's expense. 1. Reestablish lawn where settlement or washouts occur or where minor regrading is required. B. Remove sod and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil. C. Remove topsoil containing foreign materials resulting from Contractor's operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new topsoil. D. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre -emergence herbicides. E. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. F. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches. G. Apply soil amendments and initial fertilizers required for establishing new lawns and mix thoroughly into top 4 inches of existing soil. Provide new planting soil to fill low spots and meet finish grades. H. Water newly planted areas and keep moist until new grass is established. 3.8 SATISFACTORY DEVELOPED AND UNDEVELOPED AREAS A. Satisfactory Seeding: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 5 by 5 inches. B. Satisfactory sodded areas: At end of maintenance period, a healthy, well -rooted, even - colored, viable stand of grass has been established, free of weeds, open joints, bare areas, and surface irregularities. C. Reestablish developed or undeveloped area grasses that do not comply with requirements and continue maintenance until grasses are satisfactory to the Owner. 01266503 LAWNS AND GRASSES 02920 - 6 12/05 3.9 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by landscape work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect barricades and warning signs as required to protect newly planted areas from traffic. Maintain barricades throughout maintenance period and remove after lawn is established. C. Remove erosion -control measures after grass establishment period in accordance with the Storm Water Pollution Prevention Plan. END OF SECTION 01266503 LAWNS AND GRASSES 02920 - 7 12/05 SECTION 02930 EXTERIOR PLANTS PARTl-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Trees. 1.3 DEFINITIONS A. Balled and Potted Stock: Exterior plants dug with firm, natural balls of earth in which they are grown and placed, unbroken, in a container. Ball size is not less than diameter and depth recommended by ANSI Z60.1 for type and size of exterior plant required. B. Container -Grown Stock: Healthy, vigorous, well -rooted exterior plants grown in a container with well -established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root mass during shipping and be sized according to ANSI Z60.1 for kind, type, and size of exterior plant required. C. Fabric Bag -Grown Stock: Healthy, vigorous, well -rooted exterior plants established and grown in -ground in a porous fabric bag with well -established root system reaching sides of fabric bag. Fabric bag size is not less than diameter, depth, and volume required by - ANSI Z60.1 for type and size of exterior plant. D. Finish Grade: Elevation of finished surface of planting soil. E. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. F. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill, before placing planting soil. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Verification of Plant Origin: A list of all plants to be supplied to the project and the nursery and point of origin from which they will be supplied. C. Planting Schedule: Indicating anticipated planting dates for exterior plants. D. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of exterior plants during a calendar year. Submit before expiration of required maintenance periods. 01266503 EXTERIOR PLANTS 02930 - 1 12/05 1.5 QUALITY ASSURANCE A. Provide quality, size, genus, species, and variety of exterior plants indicated, complying with applicable requirements in ANSI Z60.1, "American Standard for Nursery Stock." 1. Selection of exterior plants will be made by Landscape Architect, who will tag and/or approve all plants. B. Tree and Shrub Measurements: Measure according to ANSI Z60.1 with branches and trunks or canes in their normal position. Do not prune to obtain required sizes. Take caliper measurements 6 inches above ground for trees up to 4-inch caliper size, and 12 inches above ground for larger sizes. Measure main body of tree or shrub for height and spread; do not measure branches or roots tip -to -tip. C. Observation: Landscape Architect will observe trees and shrubs either at place of growth or at site before planting for compliance with requirements for genus, species, variety, size, and quality. Landscape Architect retains right to observe trees and shrubs further for size and condition of balls and root systems, insects, injuries, and latent defects and to reject unsatisfactory or defective material at any time during progress of work. Remove rejected trees or shrubs immediately from Project site. 1. Notify Landscape Architect of sources of planting materials fourteen days in advance of delivery to site. D. Preinstallation Conference: Conduct conference at Project site with property owner to comply with requirements in Division 1 Section "Project Management and Coordination." 1.6 DELIVERY, STORAGE, AND HANDLING A. Do not prune trees and shrubs before delivery, except as approved by Landscape Architect. Protect bark, branches, and root systems from sun scald, drying, sweating, whipping, and other handling and tying damage. Do not bend or bind -tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of exterior plants during delivery. Do not drop exterior plants during delivery. Damaged plants may be rejected by Landscape Architect or Owner on site. B. Handle planting stock by root ball. C. Deliver exterior plants after preparations for planting have been completed and install immediately. If planting is delayed more than six hours after delivery, set exterior plants trees in shade, protect from weather and mechanical damage, and keep roots moist. 1. Do not remove container -grown stock from containers before time of planting. 2. Water root systems of exterior plants stored on -site with a fine -mist spray. Water as often as necessary to maintain root systems in a moist condition. 1.7 COORDINATION A. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. B. Coordination with Lawns: Plant trees and shrubs after finish grades are established and before planting lawns, unless otherwise acceptable to Landscape Architect. 1. When planting trees and shrubs after lawns, protect lawn areas and promptly repair damage caused by planting operations. 01266503 EXTERIOR PLANTS 02930 - 2 12/05 1.8 WARRANTY A. Special Warranty: Warrant the following exterior plants, for the warranty period indicated, against defects including death and unsatisfactory growth, except for defects resulting from lack of adequate maintenance, neglect, or abuse by Owner, or incidents that are beyond Contractor's control. 1. Warranty Period for Trees and Shrubs: Six months from date of Substantial Completion. 2. Remove dead exterior plants immediately. Replace immediately unless required to plant in the succeeding planting season. 3. Replace exterior plants that are more than 25 percent dead or in an unhealthy condition at end of warranty period. 4. A limit of one replacement of each exterior plant will be required, except for losses or replacements due to failure to comply with requirements. 1.9 MAINTENANCE A. Trees and Shrubs: Property owner will maintain trees. PART 2 - PRODUCTS 2.1 CONIFEROUS EVERGREENS A. Form and Size: Normal -quality, well-balanced, coniferous evergreens, of type, height, spread, and shape required, complying with ANSI Z60.1. B. Form and Size: Specimen -quality, exceptionally heavy, tightly knit, symmetrically shaped coniferous evergreens and the following grade: 1. Heavy Grade: "XXX." 2. Provide container -grown trees. C. Provide Mondeli Pines which are 8 feet tall, "Pines eldarica", and are either container grown or balled and burlapped. 2.2 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum of 2 percent organic material content; free of stones 1 inch or larger in any dimension and other extraneous materials harmful to plant growth. 1. Topsoil Source: Amend existing in -place surface soil to produce topsoil. Verify suitability of surface soil to produce topsoil. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. a. Surface soil may be supplemented with imported or manufactured topsoil from off -site sources. The Owner will provide all required supplemental topsoil to the site. 2.3 INORGANIC SOIL AMENDMENTS A. Text: Inorganic amendments are only as needed to produce acceptable topsoil. B. Sulfur: Granular, biodegradable, containing a minimum of 90 percent sulfur, with a minimum 99 percent passing through No. 6 sieve and a maximum 10 percent passing through No. 40 sieve. 01266503 EXTERIOR PLANTS 02930 - 3 12/05 C. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. D. Aluminum Sulfate: Commercial grade, unadulterated. E. Perlite: Horticultural perlite, soil amendment grade. F. Agricultural Gypsum: Finely ground, containing a minimum of 90 percent calcium sulfate. G. Sand: Clean, washed, natural or manufactured, free of toxic materials. H. Diatomaceous Earth: Calcined, diatomaceous earth, 90 percent silica, with approximately 140 percent water absorption capacity by weight. I. Zeolites: Mineral clinoptilolite with at least 60 percent water absorption by weight. 2.4 ORGANIC SOIL AMENDMENTS A. Text: Organic soil amendments are only as needed to produce acceptable topsoil. B. Compost: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 3/4-inch sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 1. Organic Matter Content: 50 to 60 percent of dry weight. 2. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source -separated or compostable mixed solid waste. C. Wood Derivatives: Decomposed, nitrogen -treated sawdust, ground bark, or wood waste; of uniform texture, free of chips, stones, sticks, soil, or toxic materials. 1. In lieu of decomposed wood derivatives, mix partially decomposed wood derivatives with at least 0.15 lb of ammonium nitrate or 0.25 lb of ammonium sulfate per cubic foot of loose sawdust or ground bark. D. Manure: Well -rotted, unleached, stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. 2.5 FERTILIZER A. Superphosphate: Commercial, phosphate mixture, soluble; a minimum of 20 percent available phosphoric acid. B. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of fast- and slow -release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: 1 lb/1000 sq. ft. of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. C. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water - insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. 2.6 STAKES AND GUYS A. Upright and Guy Stakes: Rough -sawn, sound, new hardwood, redwood, or pressure - preservative -treated softwood, free of knots, holes, cross grain, and other defects, 3 by 3 inches by length indicated, pointed at one end. 01266503 EXTERIOR PLANTS 02930 - 4 12/05 B. Guy and Tie Wire: ASTM A 641/A 641M, Class 1, galvanized -steel wire, 2-strand, twisted, 0.106 inch in diameter. C. Hose Chafing Guard: Reinforced rubber or plastic hose at least 1/2 inch in diameter, black, cut to lengths required to protect tree trunks from damage. D. Flags: Standard surveyor's plastic flagging tape, white, 6 inches long. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive exterior plants for compliance with requirements and conditions affecting installation and performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, signs, utilities, sidewalks, pavements, and other facilities, and lawns and existing exterior plants from damage caused by planting operations. B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. C. Contact property owner prior to planting to gain access to backyard where trees will be planted. D. Lay out individual tree and shrub locations and areas for multiple exterior plantings. Stake locations, outline areas, adjust locations when requested, and obtain Landscape Architect's and property owner's acceptance of layout before planting. Make minor adjustments as required. 3.3 PLANTING BED ESTABLISHMENT A. Loosen subgrade of planting beds to a minimum depth of 12 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1. Apply slow release fertilizer directly to subgrade before loosening. a. Spread approximately one-half the thickness of required additional topsoil mix over loosened subgrade. Mix thoroughly into top 4 inches of subgrade. Spread remainder of topsoil as required to meet finished grades. B. Finish Grading: Grade planting beds to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. C. Restore planting beds if eroded or otherwise disturbed after finish grading and before planting. 3.4 TREE AND SHRUB EXCAVATION A. Pits and Trenches: Excavate circular pits with sides sloped inward. Trim base leaving center area raised slightly to support root ball and assist in drainage. Do not further disturb base. Scarify sides of plant pit smeared or smoothed during excavation. 1. Excavate approximately two times as wide as ball diameter for container -grown stock. B. Subsoil removed from excavations may be used as backfill. 01266503 EXTERIOR PLANTS 02930 - 5 12/05 L C. Obstructions: Notify Landscape Architect if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. D. Drainage: Notify Architect if subsoil conditions evidence unexpected water seepage or retention in tree or shrub pits. E. Fill excavations with water and allow to percolate away before positioning trees and shrubs. 3.5 TREE AND SHRUB PLANTING A. Set container -grown stock plumb and in center of pit or trench with top of root ball 1 inch above adjacent finish grades. 1. Carefully remove root ball from container without damaging root ball or plant. 2. Place planting soil mix around root ball in layers, tamping to settle mix and eliminate voids and air pockets. When pit is approximately one-half backfilled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. Water again after placing and tamping final layer of planting soil mix. B. Wrap trees of 2-inch caliper and larger with trunk -wrap tape. Start at base of trunk and spiral cover trunk to height of first branches. Overlap wrap, exposing half the width, and securely attach without causing girdling. Inspect tree trunks for injury, improper pruning, and insect infestation; take corrective measures required before wrapping. 3.6 TREE AND SHRUB PRUNING A. Prune, thin, and shape trees and shrubs as directed by Landscape Architect. 3.7 GUYING AND STAKING A. Upright Staking and Tying: Stake all trees. Use a minimum of 2 stakes of length required to penetrate at least 18 inches below bottom of backfilled excavation and to extend at least 72 inches above grade. Set vertical stakes and space to avoid penetrating root balls or root masses. Support trees with two strands of tie wire encased in hose sections at contact points with tree trunk. Allow enough slack to avoid rigid restraint of tree. 3.8 CLEANUP AND PROTECTION A. During exterior planting, keep adjacent pavings and construction clean and work area in an orderly condition. B. Protect exterior plants from damage due to landscape operations, operations by other contractors and trades, and others. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged exterior planting. 3.9 DISPOSAL A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of them off Owner's property. END OF SECTION 02930 01266503 EXTERIOR PLANTS 02930 - 6 12/05 DIVISION 3 SECTION 03300 CAST -IN -PLACE CONCRETE PARTI- GENERAL 1.1 SUMMARY A. This Section includes, but is not limited to cast -in place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. B. Cast -in -place concrete includes but is not limited to the following: 1. Foundations and footings. 2. Slabs -on -grade. 3. Inlets, headwalls and wingwalls. 4. Cast -in -place manhole bases and manhole riser supports at pipe tee locations. C. Cast -in -place concrete for pavement, sidewalk, curb and gutter, driveways, and alleys shall meet the requirements of Section 02751 - Portland Cement Concrete Pavement. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections, apply to this Section. 1.3 SUBMITTALS A. General: Submit the following according to Conditions of the Contract and Division 1 Specification Sections. B. Product data for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, joint systems, curing compounds, and others if requested by Engineer. C. Design Mixes: For each concrete mix. D. Shop drawings for reinforcement detailing fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. Include special reinforcing required for openings through concrete structures. E. Laboratory test reports for concrete materials and mix design test. F. Formwork shop drawings: Prepared by or under supervision of a qualified Professional Engineer detailing fabrication, assembly, and support of formwork. Design and Engineering of formwork are Contractor's responsibility. G. Shoring and Reshoring: Indicated proposed schedule and sequence of stripping formwork, shoring removal and installing and removing reshoring. 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of the following codes, specifications, and standards, except where more stringent requirements are shown or specified: 1. American Concrete Institute (ACI) 301, "Specifications for Structural Concrete for Buildings." 01266503 CAST -IN -PLACE CONCRETE 03300 - 1 12/05 1� 2. ACI 318, "Building Code Requirements for Reinforced Concrete." 3. Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard Practice." 4. American Concrete Institute (ACI) 305R, "Hot Weather Concreting." 5. American Concrete Institute (ACI) 306R, "Cold Weather Concreting." 6. American Concrete Institute (ACI) 306.1, "Standard Specification for Cold Weather Concreting." 7. American Concrete Institute (ACI) 350R, "Environmental Engineering Concrete Structures." 8. American Concrete Institute (ACI) 117, "Specifications for Tolerances for Concrete Construction and Materials." B. Concrete Testing Service: Engage a testing agency acceptable to Owner to perform material evaluation tests and to design concrete mixes. Agency shall be qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated. 1. Personnel conducting field test shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-I or an equivalent certification program. C. Materials and installed Work may require testing and retesting at any time during progress of Work. Tests, including retesting of rejected materials for installed Work, shall be done at Contractor's expense. D. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this project and whose work has resulted in construction with a record of successful in-service performance. E. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94, "Requirements for Production Facilities and Equipment." 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association Certification of Ready Mixed Concrete Production Facilities. PART2-PRODUCTS 2.1 FORM MATERIALS A. Forms for Exposed Finish Concrete: Fitzgerald Formliner pattern No. 16982 Arizona Flagstone - Urethane, or equal. 1. Fitzgerald Formliners, 1341 East Pomona Street, Santa Ana, CA 92705, 1-800-547-7760. 2. Maximum dimension of formliner pattern joints shall not exceed 10" in any direction. B. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, earth, or another acceptable material. Provide lumber dressed on at least two edges and one side for tight fit. C. Form Release Agent: Provide commercial formulation form release agent with a maximum of 350 g/L volatile organic compounds (VOCs) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. D. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that will leave no metal closer than 1-1/2 inches to the plane of the exposed concrete surface. 1. Provide ties that, when removed, will leave holes not larger than 1 inch in diameter in the concrete surface. 2. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of the exposed surface. 01266503 CAST -IN -PLACE CONCRETE 03300 - 2 12/05 Furnish ties with integral water. Barrier plates to walls indicated to receive damp proofing or waterproofing. 2.2 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A 615 Grade 60, deformed. B. Epoxy -coated fabricated reinforcing bars ASTM A 775. C. Supports for Reinforcement: Bolsters, chairs and spacers for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Use wire bar -type supports complying with CRSI specifications. 1. For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. 2. For exposed -to -view concrete surfaces where legs of supports are in contact with forms, provide supports with legs that are protected by plastic (CRSI, Class 1) or stainless steel (CRSI, Class 2). 3. Space reinforcing supports at 5'-0" maximum in any direction. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. 1. Use one brand of cement throughout Project unless noted otherwise. B. Fly Ash: ASTM C 618, Type C. C. Normal -Weight Aggregates: ASTM C 33, size 57. D. Water: Potable. E. Admixtures, General: Provide concrete admixtures that contain not more than 0.1 percent chloride ions. F. Air -Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures. G. Water -Reducing Admixture: ASTM C 494, Type A. H. High -Range Water -Reducing Admixture: ASTM C 494, Type F or Type G. I. Water -Reducing, Accelerating Admixture: ASTM C 494, Type E. J. Water -Reducing, Retarding Admixture: ASTM C 494, Type D. K. Water Proofing Admixture: IPANEX (800) 523-3834. L. Concrete Hardener: "Hydro" integral concrete floor hardening admixture, Specon, Inc., 262 Washington Avenue, Bergenfield, NJ 07621, (201) 385-6470, http://www.speconinc.conn - see drawings for specific location applications. 2.4 RELATED MATERIALS A. Dovetail Anchor Slots: Hot -dip galvanized sheet steel, not less than 0.0336 inch thick with bent tab anchors. Fill slot with temporary filler or cover face opening to prevent intrusion of concrete or debris. B. Sand Cushion: Clean, manufactured or natural sand with plasticity index of 8 or less. C. Liquid Membrane -Forming Curing Compound: Liquid -type membrane -forming curing compound complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.01b/sq.yd. when applied at 200 sq. ft./gal. D. Bonding Agent: Polyvinyl acetate or acrylic base. E. Epoxy Adhesive: ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit Project requirements. 01266503 CAST -IN -PLACE CONCRETE 03300 - 3 12/05 2.5 PROPORTIONING AND DESIGNING MIXES A. Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301. For the trial batch method, use an independent testing agency acceptable to Engineer for preparing and reporting proposed mix designs. 1. Do not use the same testing agency as Owner for field quality control testing. B. Submit written reports to Engineer of each proposed mix for each class of concrete at least 15 days prior to start of Work. Do not begin concrete production until proposed mix designs have been reviewed by Engineer. Do not submit mix designs for other projects or that are over 60 days of age. Do not submit concrete cylinder strength reports from other projects that are older than 45 days, or that are not of the proposed mix design. C. Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: 1. 3000 psi, 28-day compressive strength. 2. Type I cement. 3. Fly Ash: Allow up to 25% of cementitious material. 4. Minimum Slump: 4 inches. 5. Maximum Slump: 6 inches. 6. Maximum Water Cementitious Water Ratio: .55. 7. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless otherwise indicated. D. Water related structures mix design: Provide normal weight concrete with the following properties: 1. 4500 psi, 28-day compressive strength. 2. Type I cement 3. Fly Ash: 25% of total cementitious weight. 4. Minimum slump: 6 inches 5. Maximum slump: 8 inches 6. Maximum water cementitious material ratio:.40 7. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless otherwise indicated. 8. Water proofing admixture. 9. Floor hardener admixture. E. Adjustment to Concrete Mixes: Mix design adjustments may be requested by Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant, as accepted by Engineer. Laboratory test data for revised mix design and strength results must be submitted to and accepted by Engineer before using in Work. 2.6 ADMIXTURES A. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. B. Use accelerating admixture in concrete slabs placed at ambient temperatures below 50 deg F. C. Use admixtures for water reduction and set accelerating or retarding in strict compliance with manufacturer's directions. D. Use water -reducing admixture in pumped concrete, concrete required to be water tight, and concrete with a water cementitious materials ratio below 0.50. E. Limit water-soluble, chloride ion content in hardened concrete to 0.15 percent by weight of cement. 01266503 CAST -IN -PLACE CONCRETE 03300 - 4 12/05 2.7 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements of ASTM C 94, and as specified. 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes, and when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. 2.8 STAMPED PATTERN MATERIALS A. Stamped Pattern Finish: Matcrete Random Stone Pattern or equal. Stone image dimension not to exceed 10 inches for a single stone outline. - 1. Matcrete Stamped Concrete Tools, Phone (877) 662-8273 or (714) 979-2727, http://www.matcrete.com. PART 3 - EXECUTION 3.1 GENERAL A. Coordinate the installation of joint materials, vapor retarder, and other related materials with placement of forms and reinforcing steel. Before concrete placement operations begin, the substrate shall be fully prepared. Contractor shall be responsible for verifying that all work which will be embedded is complete and necessary inspections have been performed. Pour stops or bulkheads shall be in place and reinforcement shall be secured in proper location. B. Prepare not more than two test panels, each measuring four feet by eight feet, with sufficient depth or thickness for proper casting of formliner and stamped pattern concrete finishes. 1. Do not prepare test panels until formliner and stamped pattern submittals have been reviewed and approved. 2. Prepare one test panel with formliner and one test panel with stamped pattern finish. 3.2 FORMS A. General: Design, erect, support, brace, and maintain formwork to support vertical, lateral, static, and dynamic loads that might be applied until concrete structure can support such loads. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances and surface irregularities complying with the following ACI 347 limits: 1. Provide Class A tolerances for concrete surfaces exposed to view. 2. Provide Class C tolerances for other concrete surfaces. B. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment, location, grades, level, and plumb work in finished structures. Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required in the Work. Use selected materials to obtain required finishes. Solidly butt joints and provide backup at joints to prevent cement paste from leaking. C. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like for easy removal. 01266503 CAST -IN -PLACE CONCRETE 03300 - 5 12/05 D. Provide temporary openings for clean -outs and inspections where interior area of formwork is inaccessible before and during concrete placement. Securely brace temporary openings and set tightly to forms to prevent losing concrete mortar. Locate temporary openings in forms at inconspicuous locations. E. Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. F. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades providing such items. Accurately place and securely support items built into forms. G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before placing concrete. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 3.3 PLACING REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars," for details and methods of reinforcement placement and supports and as specified. 1. Avoiding cutting or puncturing vapor retarder during reinforcement placement and concreting operations. Repair damages before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that reduce or destroy bond with concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as approved by Engineer. D. Place reinforcement to maintain minimum coverages as indicated for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. F. Do not weld reinforcing bars unless specifically shown. Where shown on the plans, comply with AWS D1.4. Bars to be welded shall conform to ASTM A706. 3.4 JOINTS A. Construction Joints: Locate and install construction joints so they do not impair strength or appearance of the structure, as acceptable to Engineer. B. Provide keyways at least 1-1/2 inches deep in construction joints in walls and slabs and between walls and footings. Bulkheads designed and accepted for this purpose may be used for slabs. C. Place construction joints perpendicular to main reinforcement. Continue reinforcement across construction joints except as indicated otherwise. Do not continue reinforcement through sides of strip placements. D. Use bonding agent on existing concrete surfaces that will be joined with fresh concrete. E. Waterstops: Provide waterstops in construction joints as indicated. Install waterstops to form continuous diaphragm in each joint. Support and protect exposed waterstops during progress of work. Field fabricate joints in waterstops according to manufacturer's printed instructions. 01266503 CAST -IN -PLACE CONCRETE 03300 - 6 12/05 1_ F. Isolation Joints in Slabs -on -Grade: Construct isolation joints in slabs -on -grade at points of contact between slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. G. Contraction (Control) Joints in Slabs -on -Grade: Construct contraction joints in slabs -on -grade to form panels of patterns as shown. 3.5 INSTALLING EMBEDDED ITEMS A. General: Set and build into formwork anchorage devices and other embedded items required for other work that is attached to or supported by cast -in -place concrete. Use setting drawings, diagrams, instructions, and directions provided by suppliers of items to be attached. B. Install dovetail anchor slots in concrete structures as indicated on drawings. C. Forms for Slabs: Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and contours in finished surfaces. Provide and secure units to support screed strips using strike -off templates or compacting -type screeds. D. Ends of storm sewer pipe to be embedded in cast -in -place walls shall be in place prior to setting formwork and reinforcement, floor slab inclusive. 3.6 PREPARING FORM SURFACES A. General: Coat contact surfaces of forms with an approved, nonresidual, low-VOC, form - coating compound before placing reinforcement. B. Do not allow excess form -coating material to accumulate in forms or come into contact with in -place concrete surfaces against which fresh concrete will be placed. Apply according to manufacturer's instructions. 1. Coat steel forms with a nonstaining, rust -preventative material. Rust -stained steel formwork is not acceptable. 3.7 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast in. Notify other trades to permit installation of their work. B. General: Comply with ACI 304, "Guide for Measuring, Mixing, Transporting, and Placing Concrete," and as specified. C. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened sufficiently to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation at its final location. D. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. 1. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand - spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete complying with ACI 309. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit duration of vibration to time necessary to consolidate 01266503 CAST -IN -PLACE CONCRETE 03300 - 7 12/05 3.8 concrete and complete embedment of reinforcement and other embedded items without causing mix to segregate. E. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until completing placement of a panel or section. 1. Consolidate concrete during placement operations so that concrete is thoroughly worked around reinforcement, other embedded items and into corners. 2. Bring slab surfaces to correct level with a straightedge and strike off. Use bull floats or darbies to smooth surface free of humps or hollows. Do not disturb slab surfaces prior to beginning finishing operations. 3. Maintain reinforcing in proper position on chairs during concrete placement. F. Cold -Weather Placement: Comply with provisions of ACI 306 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. G. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. I . Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 2. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise accepted in mix designs. H. Hot -Weather Placement: When hot weather conditions exist that would impair quality and strength of concrete, place concrete complying with ACI 305R and as specified. 1. Cool ingredients before mixing to maintain concrete temperature at time of placement to below 90 deg F. Mixing water may be chilled or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedding in concrete. 3. Fog spray forms, reinforcing steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without puddles or dry areas. 4. Use water -reducing retarding admixture when required by high temperatures, low humidity, or other adverse placing conditions, as acceptable to Engineer. I. Water may be added to the concrete at the project site, subject to the following conditions: 1. Truck tickets indicate maximum amount of water that can be added without exceeding the maximum specified water/cement ratio. 2. Water is added in a manner to control volume added. 3. Concrete is properly re -mixed after addition of water. 4. Inspector is notified, if concrete placement requires inspection. 5. Site added water should be done prior to taking concrete samples for testing. 6. Do not add water to concrete after adding high range water -reducing admixtures to mix. FINISHING FORMED SURFACES A. Rough -Formed Finish: Provide a rough -formed finish on formed concrete surfaces not exposed to view in the finished Work or concealed by other construction. This is the concrete surface having texture imparted by form -facing material used, with tie holes and defective areas repaired and patched, and fins and other projections exceeding 1/4 inch in height rubbed down or chipped off. 01266503 CAST -IN -PLACE CONCRETE 03300 - 8 12/05 B. Smooth -Formed Finish: Provide a smooth -formed finish on formed concrete surfaces exposed to view or to be covered with a coating material applied directly to concrete, or a covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, painting, or another similar system. This is an as -cast concrete surface obtained with selected form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas with fins and other projections completely removed and smoothed. C. Form Liner Finish: Provide form liners as indicated to achieve finish texture and pattern. Repair and patch defective areas with fins and other projections completely removed and smoothed that disrupt the form liner pattern. D. Smooth -Rubbed Finish: Provide smooth -rubbed finish on scheduled concrete surfaces that have received smooth -formed finish treatment not later than 1 day after form removal. 1. Moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. E. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike -off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. 3.9 MONOLITHIC SLAB FINISHES A. Float Finish: Apply float finish to monolithic slab surfaces to receive trowel finish and other finishes as specified; slab surfaces to be covered with membrane or elastic waterproofing, membrane or elastic roofing, or sand -bed terrazzo; and where indicated. 1. After screeding, consolidating, and leveling concrete slabs, do not work surface until ready for floating. Begin floating, using float blades or float shoes only, when surface water has disappeared, or when concrete has stiffened sufficiently to permit operation of power -driven floats, or both. Consolidate surface with power -driven floats or by hand -floating if area is small or inaccessible to power units. Finish surfaces to tolerances of F(F)18 (floor flatness) and F(L)15 (floor levelness) measured according to ASTM E 1155. Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. 2. Remove any efflorescence as soon as feasible after its appearance. If the efflorescence hardens, then remove with a mild detergent or a mild acid cleaner. B. Trowel Finish: Apply a trowel finish to monolithic slab surfaces exposed to view and slab surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile, paint, or another thin film -finish coating system. 1. After floating, begin first trowel -finish operation using a power -driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final hand -troweling operation, free of trowel marks, uniform in texture and appearance, and finish surfaces to tolerances of F(F) 20 (floor flatness) and F(L) 17 (floor levelness) measured according to ASTM E 1155. Grind smooth any surface defects that would telegraph through applied floor covering system. 01266503 CAST -IN -PLACE CONCRETE 03300 - 9 12/05 C. Nonslip Broom Finish: Apply a nonslip broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen concrete surface by brooming with fiber -bristle broom perpendicular to main traffic route. Coordinate required final finish with Engineer before application. D. Stamped Pattern Finish: Matcrete Random Stone Pattern or equal. Stone image dimension not to exceed 10 inches for a single stone outline. 1. Matcrete Stamped Concrete Tools, Phone (877) 662-8273 or (714) 979-2727, http://www.matcrete.com. 2. A plastic sheet or powder release agent shall be used such that the stamping tool may be released without damage to the stamped surface. The Contractor shall follow manufacturer's recommendations so that potential damage to finished surfaces is avoided or minimized. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place, and cure concrete as specified to blend with in -place construction. Provide other miscellaneous concrete filling shown or required to complete Work. 3.11 CONCRETE CURING AND PROTECTION A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. In hot, dry, and windy weather protect concrete from rapid moisture loss before and during finishing operations with an evaporation -control material. Apply according to manufacturer's instructions after screeding and bull floating, but before power floating and troweling. B. Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. C. Curing Methods: Cure concrete by curing compound, and moisture -retaining cover curing. D. Apply curing compound on exposed interior slabs and on exterior slabs, walks, and curbs as follows: 1. Apply curing compound to concrete slabs as soon as final finishing operations are complete (within 2 hours and after surface water sheen has disappeared). Apply uniformly in continuous operation by power spray or roller according to manufacturer's directions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 2. Use membrane curing compounds that will not affect surfaces to be covered with finish materials applied directly to concrete. E. Curing Unformed Surfaces: Cure unformed surfaces, including slabs, and other flat surfaces, by applying the appropriate curing method. F. Curing Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing by curing compound. 01266503 12/05 CAST -IN -PLACE CONCRETE 03300 - 10 r 3.12 REMOVING FORMS A. General: Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form -removal operations, and provided curing and protection operations are maintained. 3.13 REUSING FORMS A. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -coating compound as specified for new formwork. B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joint to avoid offsets. Do not use patched forms for exposed concrete surfaces except as acceptable to Engineer. 3.14 CONCRETE SURFACE REPAIRS A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after removing forms, when acceptable to Engineer. B. Mix dry -pack mortar, consisting of one part portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. 1. Cut out honeycombs, rock pockets, voids over 1/4 inch in any dimension, and holes left by tie rods and bolts down to solid concrete but in no case to a depth less than 1 inch. Make edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water, and brush -coat the area to be patched with bonding agent. Place patching mortar before bonding agent has dried. 2. For surfaces exposed to view, blend white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Provide test areas at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike -off slightly higher than surrounding surface. C. Repairing Formed Surfaces: Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Engineer. Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. Flush out form tie holes and fill with dry -pack mortar or precast cement cone plugs secured in place with bonding agent. 1. Repair concealed formed surfaces, where possible, containing defects that affect the concrete's durability. If defects cannot be repaired, remove and replace the concrete. D. Repairing Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for smoothness and verify surface tolerances specified for each surface and finish. Correct low and high areas as specified. Test unformed surfaces sloped to drain for trueness of slope and smoothness by using a template having the required slope. 1. Repair finished unformed surfaces containing defects that affect the concrete's durability. Surface defects include crazing and cracks in excess of 0.01 inch wide or that penetrate to the reinforcement or completely through nonreinforced sections 01266503 CAST -IN -PLACE CONCRETE 03300 - 11 12/05 regardless of width, spalling, popouts, honeycombs, rock pockets, and other objectionable conditions. 2. Correct high areas in unformed surfaces by grinding after concrete has cured at least 14 days. 3. Correct low areas in unformed surfaces during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. Proprietary underlayment compounds may be used when acceptable to Engineer. 4. Repair defective areas, except random cracks and single holes not exceeding 1 inch in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose reinforcing steel with at least 3/4 inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials to provide concrete of same type or class as original concrete. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. E. Repair isolated random cracks and single holes 1 inch or less in diameter by dry -pack method. Groove top of cracks and cut out holes to sound concrete and clean of dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding compound. Place dry -pack before bonding agent has dried. Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. If random cracks and single holes indicate weeping and leakage under adjacent hydrostatic head, seal with Avanti International Scotch Seal 5600 urethane, water -activated grout prior to dry packing. F. Perform structural repairs with prior approval of Engineer for method and procedure, using specified epoxy adhesive and mortar. G. Repair methods not specified above may be used, subject to acceptance of Engineer. 3.15 HYDRAULIC LEAKAGE REPAIR A. Joints, embedments and penetrations that exhibit leakage or weeping when under adjacent hydrostatic pressure shall be sealed with Avanti International Scotch Seal 5600 water -activated urethane grout. Procedures and surface finish over urethane grout shall be as approved by the Engineer. 3.16 QUALITY CONTROL TESTING DURING CONSTRUCTION A. Sampling and testing for quality control during concrete placement shall be performed by Contractor as follows: 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. a. Slump: ASTM C 143; one test at point of discharge for each day's pour of each type of concrete; additional tests when concrete consistency seems to have changed. One test for each set of compressive strength cylinders cast. b. Air Content: ASTM C 173, volumetric method for lightweight or normal weight concrete; ASTM C 231, pressure method for normal weight concrete; one for each day's pour of each type of air -entrained concrete. C. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below, when 80 deg F and above, and one test for each set of compressive -strength specimens. One test for each set of compressive strength cylinders cast. 01266503 CAST -IN -PLACE CONCRETE 03300 - 12 12/05 d. Compression Test Specimen: ASTM C 31; one set of four standard cylinders for each compressive -strength test, unless otherwise directed. Mold and store cylinders for laboratory -cured test specimens except when field -cured test specimens are required. e. Compressive -Strength Tests: ASTM C 39; one set for each day's pour exceeding 5 cu. yd. plus additional sets for each 50 cu. yd. more than the first 25 cu. yd. of each concrete class placed in any one day; one specimen tested at 7 days, two specimens tested at 28 days, and one specimen retained in reserve for later testing if required. 2. When frequency of testing will provide fewer than five strength tests for a given class of concrete, conduct testing from at least five randomly selected batches or from each batch if fewer than five are used. 3. Strength level of concrete will be considered satisfactory if averages of sets of three consecutive strength test results equal or exceed specified compressive strength and no individual strength test result falls below specified compressive strength by more than 500 psi. B. Test results will be reported in writing to Engineer, ready -mix producer, and Contractor within 24 hours after tests. Reports of compressive strength tests shall contain the Project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-day tests and 28-day tests. C. Additional Tests: The Contractor will make additional tests of in -place concrete when test results indicate specified concrete strengths and other characteristics have not been attained in the structure, as directed by Engineer. The Owner may require the Contractor to conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. D. Questionable Concrete l . Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders are not representative of concrete in -place in the structure; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the structure, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 01266503 CAST -IN -PLACE CONCRETE 03300 - 13 _ . 12/05 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the structure. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. C. Questionable concrete will be considered structurally acceptable if the average of the cores is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified strength. END OF SECTION 03300 01266503 CAST -IN -PLACE CONCRETE 03300 - 14 12/05 DIVISION 5 SECTION 05500 METAL FABRICATIONS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Fabricated pipe grates that are located at headwalls and wingwalls. B. Fabricated bar grates that are located at headwalls and wingwalls. 1.3 RELATED SECTIONS A. Section 03300 - Cast -In -Place Concrete: Placement of anchors in concrete. 1.4 REFERENCES A. ASTM A36 - Structural Steel. B. ASTM A48 - Gray Iron Castings. C. ASTM A53 - Pipe, Steel Black and Hot -Dipped, Zinc -coated Welded and Seamless. D. ASTM At23 - Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. E. ASTM A 15 3 - Zinc Coating (Hot -Dip) on Iron and Steel Hardware. F. ASTM A283 - Carbon Steel Plates, Shapes, and Bars. G. ASTM A307 - Carbon Steel Externally Threaded Standard Fasteners. H. ASTM A384 - Safeguarding Against Warpage and Distortion During Hot -Dip Galvanizing of Steel Assemblies. I. ASTM A500 - Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Round and Shapes. J. ASTM A935 - Steel, Sheet and Strip, Heavy Thickness Coils, High Strength, Low -Alloy, Columbium or Vanadium, or Both, Hot -Rolled. K. ASTM B221 - Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes. L. ASTM B241 - Aluminum -Alloy Seamless Pipe and Seamless Extruded Tube. M. ASTM E985 - Permanent Metal Railing Systems and Rails for Buildings. N. AWS A2.0 - Standard Welding Symbols. O. AWS D1.1 - Structural Welding Code. P. FS-S-325 - Shield, Expansion; Nail Expansion; and Nail, Drive Screw (Devices, Anchoring, Masonry). Q. SSPC - Steel Structures Painting Council. 01266503 METAL FABRICATIONS 05500 - 1 12/05 1.5 SUBMITTALS A. Shop Drawings and Product Data 1. Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. 2. Include erection drawings, elevations, and details where applicable. 3. Indicate welded connections using standard AWS A2.0 welding symbols. Indicate net weld lengths. 4. Indicate adjacent construction and required anchorages to be provided by other sections. 5. Submit manufacturer's standard printed descriptive product literature for manufactured items. B. Certification: Submit Welder's certificate verifying AWS qualification within the previous 12 months. 1.6 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings and as instructed by manufacturer. PART2-PRODUCTS 2.1 MATERIALS A. General 1. Aluminum Sections: ASTM B221. 2. Steel Sections: ASTM A36. 3. Steel Tubing: ASTM A500, Grade B. 4. Steel Pipe: ASTM A53, Grade B Schedule 40. 5. Aluminum Pipe: ASTM B241 6. Fasteners: FS-S-325, type as required by condition indicated. 7. Bolts, Nuts, and Washers: ASTM A307 galvanized to ASTM A153 for galvanized components. 8. Welding Materials: AWS D1.1; type required for materials being welded. 9. Shop and Touch -Up Primer: SSPC 15, Type 1, red oxide. 10. Touch -Up Primer for Galvanized Surfaces: Zinc rich type. B. Fabricated Pipe Grates at Headwalls and Wingwalls 1. ASTM A53 Grade B pipe. 2. Galvanize in conformance with ASTM A123 and ASTM A384. C. Fabricated Bar Grates at Headwalls and Wingwalls 1. ASTM A36, dimensions as indicated on plans. 2. Galvanize in conformance with ASTM A123 and ASTM A384. D. Resin Filled Screen Anchors: 1. Acceptable product: Hilti HIT C-20 2.2 FABRICATION A. General I . Fit and shop assemble in largest practical sections for delivery to site. 2. Fabricate items with joints tightly fitted and secured. 3. Continuously seal joined members by continuous welds. 01266503 METAL FABRICATIONS 05500 - 2 12/05 4. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius. 5. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. 6. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. 2.3 FINISHES A. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. B. Do not prime surfaces in direct contact with concrete or where field welding is required. C. Galvanized items Specified or Scheduled to be galvanized with 1.25 oz/sq ft zinc coating in accordance with ASTM A123. 1. Damaged galvanized coating may be repaired, at Engineer's discretion only, with ZRC Cold Galvanizing Compound or other UL-recognized cold galvanizing compound. 2. Apply compound in accordance with manufacturer's directions. 3. Galvanized material which, in the opinion of the Engineer, has the coatings too extensively damaged for meaningful touch-up or repair, shall be rejected and removed from the site of the work. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. B. Beginning of installation means erector accepts existing conditions. 3.2 PREPARATION A. Clean and strip primed steel items to bare metal where site welding is required. B. Supply items required to be cast into concrete or embedded in masonry with setting templates, to appropriate sections. 3.3 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Allow for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Field weld components indicated on shop drawings. D. Perform field welding in accordance with AWS D1.1. E. Obtain Engineer approval prior to site cutting or making adjustments not scheduled. F. After erection, prime welds, abrasions, and surfaces not shop primed or galvanized, except surfaces to be in contact with concrete. G. Mechanically cut galvanized finish surfaces. Do not flame cut. 3.4 ERECTION TOLERANCES A. General 01266503 METAL FABRICATIONS 05500 - 3 12/05 1. Maximum Variation From Plumb: 1/4 inch in 10 feet. 2. Maximum Offset From True Alignment: 1/4 inch. END OF SECTION 01266503 METAL FABRICATIONS 05500 - 4 12/05 DIVISION 11 SECTION 11296 ELASTOMERIC CHECK VALVES PART 1- GENERAL 1.1 SECTION INCLUDES A. "Duckbill" style elastomeric check valves for storm water control. 1.2 SUBMITTALS A. General. Submit in accordance with the requirement of Section 01330 — Submittal Procedures. In addition to the requirements in Section 0 13 30, include the following: 1. Product literature that includes information on the performance and operation of the valve, materials of construction, dimensions and weights, elastomer characteristics, flow data, headloss data and pressure ratings. 2. Upon request, provide shop drawings that clearly identify the valve dimensions. B. Operation and Maintenance. Submit operation and maintenance information in accordance with the specifications. 1.3 QUALITY ASSURANCE A. Supplier shall have at least ten (10) years experience in the manufacture of "duckbill' style elastomeric valves, and shall provide references and a list of installations upon request. 1.4 DELIVERY, STORAGE AND HANDLING A. Storage and Protection. Store and protect the equipment in accordance with the manufacturers written instructions. PART2-PRODUCTS 2.1 MANUFACTURER A. All valves shall be of the Series TF-I, 37 as manufactured by the Red Valve Co., Inc. of Carnegie, PA 15106, (412) 279-0044, or approved equal. 1. Maximum opening head, full open-1.0 feet, partial open-0.5 feet. 2. Maximum reverse head-35 feet. 2.2 FUNCTION - A. When line pressure inside the valve exceeds the backpressure outside the valve by a certain amount, the line pressure forces the bills of the valve open, allowing flow to pass. When backpressure exceeds the line pressure by the same amount, the bills of the valve are forced v closed. The flat bottom allows the valve to be installed where minimal bottom clearance exists. 01266503 ELASTOMERIC CHECK VALVES 11296 - 1 _1 12/05 2.3 "DUCKBILL" ELASTOMERIC CHECK VALVES A. Slip -On Flat Bottom Check Valves - Check Valves are to be all rubber of the flow operated check type with a slip-on connection. The Check Valve is designed to slip over the specified pipe outside diameter and attached by means of vendor furnished stainless steel clamps. The port area shall contour down to a duckbill, which shall allow passage of flow in one direction while preventing reverse flow. The valve shall be one piece rubber construction with nylon reinforcement. The duckbill shall be offset so that the bottom line of the valve is flat, keeping the invert of the pipe parallel with the invert of the valve. The top of the valve shall rise to form the duckbill shape. The bill portion shall be thinner and more flexible than the valve body, and formed into a curve of 180- B. Flanged Pipe — Inserted In -Line Check Valves. 1. Check Valves are to be all rubber and the flow operated check type with a flanged end connection. The port area shall contour down to a duckbill, which shall allow passage of flow in one direction while preventing reverse flow. The flange and flexible duckbill sleeve shall be one piece rubber construction with nylon reinforcement. 2. The flanged end shall be configured to clamp between ANSI B16.1 class 125# flanges or ANSI B 16.5 class 150# flanges. C. Manufacturer must have available flow test data from an accredited hydraulics laboratory to confirm pressure drop data. Company name, plant location, valve size and serial number shall be bonded to the check valve. Valves shall be manufactured in the USA. PART 3 - EXECUTION 3.1 INSTALLATION A. Valve shall be installed in accordance with manufacturer's written installation and Operation Manual and approved submittals. 3.2 MANUFACTURER'S CUSTOMER SERVICE A. Manufacturer's authorized representative shall be available for customer service during installation and start-up, and to train Owner's personnel in the operation, maintenance and troubleshooting of the valve. B. Manufacturer shall also make customer service available directly from the factory in addition to authorized representatives for assistance during installation and start-up, and to train Owner's personnel in the operation, maintenance and troubleshooting of the valve. END OF SECTION 01266503 ELASTOMERIC CHECK VALVES 11296 - 2 12/05 APPENDIX "A" 98T" STREET ROADWAY AND DRAINAGE IMPROVEMENTS STORM WATER POLLUTION PREVENTION PLAN 981h STREET ROADWAY AND DRAINAGE IMPROVEMENTS CITY OF LUBBOCK, TEXAS STORM WATER POLLUTION PREVENTION PLAN PART 1- GENERAL 1.1 GENERAL A. The Contractor shall implement the Storm Water Pollution Prevention measures specified in this section and shown on the drawings in a manner which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No. TXR150000. The Contractor shall be responsible for any fines or penalties assessed by the Texas Commission on Environmental Quality (TCEQ) for failure to make required inspections, failure to properly document those inspections, failure to adequately implement the Storm Water Pollution Prevention measures specified or shown on the drawings in a manner to adequately control pollutants, and/or any other fines or penalties assessed by TCEQ for failure to comply with any part of the permit requirements. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. B. This document is to serve as a skeleton for the Storm Water Pollution Prevention Plan and is provided only as a convenience to the Contractor. It is the Contractor's responsibility to ensure that his Storm Water Pollution Prevention Plan is in full compliance with the TPDES permit. The Contractor shall modify the document as necessary to show implementation plans, dates of construction activities, best management practices, inspection reports, and any other information pertinent to the plan or otherwise required to ensure that the plan remains in compliance with permit. 1.2 SITE DATA A. Description 1. Street improvements and gravity drainage system. B. Location 1. See Table SP-1 C. Project Operator(s) l . City of Lubbock, Texas Department of Street and Drainage Engineering 1625 13`h Street Lubbock, Texas 79401 2. Contractor(s) D. Nature of Construction Activities 1. Grading, paving, demolition of paving, playa lake cut/fill, gravity storm sewer systems. E. Sequence of Scheduled Activities (The sequence of activities listed below is based on the opinions of the Engineer. Actual sequence of activities may vary based on Contractor's method of installation and should be documented by the Contractor.) 1. Demolition of existing municipal paving 2. Trenching 3. Storm Sewer Pipe Installation 4. Backfill/Compaction 5. Municipal paving 6. Playa lake cut/fill 7. Construction of storm sewer inlet/outlet structures. 8. Finished grading, stabilization of disturbed areas. F. Site Area/Area to be Disturbed (See Table SP-1) G. Pre/Post-Construction Runoff Coefficients (100-Yr. 24-Hr.) 1. Urban Areas — 0.66/0.66 2. Lake and Basin Areas — 0.36/0.36 H. Soil Classifications (See Table SP-1, this specification section) I. Receiving Body of Water (See Table SP-1, this specification section) 1.3 EROSION AND SEDIMENT CONTROLS A. General 1. Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. Structural practices shall be implemented in a timely manner during the construction process to minimize erosion and sediment run-off. Structural practices shall include, but are not limited to the following devices in paragraphs 1.3.13 through 1.3.F. B. Stabilized Ingress/Egress 1. Stabilized access to and from construction areas shall be installed as soon as practical and may be addressed in one of the following manners: a. Gravel access drive of sufficient size to "knock -off' pollutants and tracked sediment from vehicle tires and to allow for wash -down. The aggregate should be 6 to 8 inches in diameter and placed in a layer with a minimum thickness of 6 inches. b. Concrete driveway (or other existing private paved area). C. Railroad timber platform with gravel base. 2. In all cases, Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences 1. The Contractor may provide silt fences as a temporary structural practice to minimize erosion and sediment runoff. Silt fences shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). Final removal of silt fence barriers shall be upon approval of the Engineer. In general, silt fencing shall be provided as follows: a. Along the downhill perimeter edge of all areas disturbed. b. Along the top of the slope or top bank of drainage ditches, channels, swales, concrete valley gutters, etc. that traverse disturbed areas. C. Along the toe of cut slopes and fill slopes of the construction areas. d. Perpendicular to the flow in the bottom of existing drainage ditches, channels, swales, concrete valley gutters etc. that traverse disturbed areas or carry runoff from disturbed areas. e. Perpendicular to the flow in the bottom of new drainage ditches, channels, and swales. Silt fences should not be used in areas of concentrated flow. For these areas, check dams or sand bags should be used. f. At the entrance to culverts that receive runoff from disturbed areas. t D. Straw Bales 1. The Contractor may provide bales of straw as a temporary structural practice to minimize l " erosion and sediment runoff. Bales shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and grubbing, excavation, embankment, and grading) in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain, bales shall be placed as work progresses, bales shall be removed/replaced/relocated as needed for work to progress in the drainage area). Straw bales must remain in good condition, or be replaced. E. Dikes l . Diversion dikes shall have a maximum channel slope of 2 percent and shall be adequately compacted to prevent failure. The minimum height measured from the top of the dike to the bottom of the channel shall be 18 inches. The minimum base width shall be 6 feet and the minimum top width shall be 2 feet. The Contractor shall ensure that the diversion dikes are not damaged by construction operations or traffic. F. Site Stabilization 1. Contractor shall disturb the least amount of site area as possible. 2. Stabilization measures may include any of the following measures: a. temporary or permanent seeding or sodding, b. mulching, C. geotextiles, d. vegetative buffer strips. 3. Stabilization measures shall be implemented within 14 calendar days in areas where construction activities will cease for more than 21 calendar days. However, in semi -arid climates such as West Texas, stabilization measures should be implemented "as soon as practical." Where the initiation of stabilization measures by the 14`h calendar day after construction activity temporarily or permanently ceases is precluded by unsuitable conditions caused by weather, stabilization measures shall be initiated "as soon as practical" after conditions become suitable. 4. The following records must be maintained with the SWP3: a. Dates when major grading activities occur, b. Dates when construction activities temporarily or permanently cease on a portion t of the site, C. Dates when stabilization measures are initiated. 1.4 ANTICIPATED SOURCES OF NON -STORM WATER DISCHARGES A. Water used for soil or base conditioning, or other uses such as for mortar, concrete, etc. B. Water used for vehicle washings. C. Water used for dust control. D. Pavement washwater (non -detergent) where spills of toxic or hazardous materials have occurred. 1.5 POLLUTION PREVENTION MEASURES A. All vehicles on -site shall be monitored for leaks. B. Concrete trucks shall be required to discharge surplus concrete or drum wash at a designated location. These waste materials shall be removed from the site at least once per 7 calendar days during dry periods and more frequently during expected wet periods. The materials shall be legally disposed off -site. Alternatively, concrete trucks shall not be allowed to discharge waste materials on -site. C. All products kept on -site shall be stored in their original containers with the manufacturer's label intact. Material safety data sheets (MSDS) shall be kept if applicable. All products shall be used in accordance with the manufacturer's instructions, and all spills shall be cleaned immediately. Containers shall not be exposed to precipitation. D. Final disposal of all excess product and product containers shall be accomplished according to the manufacturer's instructions and in accordance with all applicable rules, regulations, and laws. E. Contractor shall report any spills of reportable quantities of oil or other materials (if spills occur) to the appropriate regulating authorities. PART 2-PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric 1. The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. The filament shall consist of a long -chain synthetic polymer composed of at least 85 percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life at a temperature range of 0 to 120 degrees F. The filter fabric shall meet the following requirements: FILTER FABRIC FOR SILT FENCE PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 1001bs. min. Elongation ASTM D 4632 30% max. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec — 1 AOS (U.S. Std. Sieve) ASTM D 4751 20-100 B. Silt Fence Stakes and Posts 1. The Contractor may use either wooden stakes or steel posts for fence construction. Wooden stakes utilized for silt fence construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is used, and shall have a minimum length of 4 feet. Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of 4 feet. C. Identification Storage and Handling 1. Filter fabric shall be identified, stored and handled in accordance with ASTM D 4873. 4 2.2 COMPONENTS FOR STRAW BALES A. Straw Bales 1. The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses such as byhalia, bermuda, etc., furnished in air dry condition. The bales shall have a standard cross section of 14 inches by 18 inches. All bales shall be either wire -bound or string -tied. The Contractor may use either wooden stakes or 3/8" rebar to secure the straw bales to the ground. Wooden stakes utilized for this purpose shall have minimum dimensions of 2 inches x 2 inches in cross section and shall have a minimum length of 3 feet. Rebar utilized for securing straw bales shall have a minimum diameter of 3/8" and a minimum length of 3 feet. PART 3 - EXECUTION 3.1 INSTALLATION OF SILT FENCES A. Silt fences shall extend a minimum of 16 inches above the ground surface and shall not exceed 34 inches above the ground surface. Filter fabric shall be from a continuous roll cut to the length of the barrier to avoid the use of joints. When joints are unavoidable, filter fabric shall be spliced together at a support post, with a minimum 6 inch overlap, and securely sealed. A trench shall be excavated approximately 4 inches wide and 4 inches deep on the upslope side of the location of the silt fence to anchor the bottom of the silt fence. The 4-inch by 4-inch trench shall be backfilled and the soil compacted over the filter fabric. Silt fences shall be removed upon approval by the Engineer. 3.2 INSTALLATION OF STRAW BALES A. Straw bales shall be placed in a single row, lengthwise on the contour, with ends of adjacent bales tightly abutting one another. Straw bales shall be installed so that bindings are oriented around the sides rather than along the tops and bottoms of the bales in order to prevent deterioration of the bindings. The barrier shall be entrenched and backfilled. A trench shall be excavated the width of a bale and the length of the proposed barrier to a minimum depth of 4 inches. After the bales are staked and chinked (gaps filled by wedging with straw), the excavated soil shall be backfilled against the barrier. Backfill soil shall conform to the ground level on the downhill side and shall be built up to 4 inches against the uphill side of the barrier. Loose straw shall be scattered over the area immediately uphill from a straw bale barrier to increase barrier efficiency. Each bale shall be securely anchored by at least two stakes driven through the bale. The first stake or rebar in each bale shall be driven toward the previously laid bale to force the bales together. Stakes or rebar shall be driven a minimum 18 inches deep into the ground to securely anchor the bales. 3.3 MAINTENANCE A. Maintenance and repair of all erosion, sedimentation, and stabilization measures identified in SWP3 and the drawings shall be performed in a timely manner on an as -needed basis. All control measures shall be kept in good operating condition to assure their effectiveness. The Contractor shall be responsible for implementation of specific measures and shall also be responsible for their maintenance and repair. If a control has been used incorrectly or it is performing inadequately, the Contractor must replace or modify the control as soon as practicable after discovery in order to maintain system integrity. 3.4 INSPECTIONS A. The Contractor shall provide a qualified person or persons to perform regular inspections of the measures and to complete appropriate inspection reports. 1. Inspections shall be performed on the following: a. Disturbed areas and storage areas exposed to precipitation shall be checked for evidence of and the possibility for discharge of pollutants. b. Erosion and sediment control measures identified in the SWP3 and its amendments shall be checked to assure they are performing the intended function. C. Storm water discharge locations shall be checked to determine if erosion control measures implemented are effective in the prevention of significant impacts upon the receiving waters identified in the SWP3. d. Vehicle ingress -egress areas shall be checked to determine if off -site tracking of sediment is being effectively controlled. 2. Regular inspections shall be performed at least once every fourteen (14) calendar days, and within twenty-four (24) hours after a rain event totaling one-half inch (0.5") or more. However, for portions of the site which have been finally stabilized or during seasonal dry periods, frequency of these inspections may be reduced to at least once each month. 3. If warranted based on inspection reports identifying specific needs, the site description information and the pollution prevention practices specified in the SWP3 shall be revised as appropriate. In no instance shall the required revisions be implemented later than seven (7) calendar days beyond the date of the inspection identifying the deficiencies. 4. Inspection reports shall be made for each inspection performed and shall be retained as part of the SWP3 for a minimum period of three (3) years from the date that an NOT is submitted. Inspection reports shall contain the following information: a. Summary of scope of the inspection b. Name(s) of person(s) performing the inspection C. Date(s) of the inspection d. Major observations with respect to the implementation of the various measures detailed in the SWP3 and its amendments e. Actions taken in accordance with Item 3.3 above 5. Where an inspection report does not identify any incidents of non-compliance, the report shall contain a certification that the facility is in compliance with the SWP3 and the published TPDES General Permit TXR150000. 6. All inspection reports shall be signed in accordance with requirements of the referenced General Permit. 7. Two copies of each inspection report shall be forwarded to the Engineer, one copy of which the Engineer will forward to the Owner. rol TABLE SP-1. SUMMARY OF SWP3 DATA PLAYA SITEIPARK DISTURBED RECEIVING NAME LAKE LAT. LONG. AREA AREA SOIL TYPES"' BODY OF NO. N W (acres) (acres) WATER 93 33030'05" 101 °55'35" 122.45 Acuff Loam, Amarillo FSL, Estacado Playa L093 CL, Lofton CL, Randall Clay SLIDE AT 98 STREET (AS Acuff Loam, Amarillo FSL, Estacado SHOWN 93 33030' 18" 101 °55'22" CL, Lofton CL, Randall Clay ABOVE) BASINS Acuff Loam, Amarillo FSL, Estacado Basins (North (NORTH AND 33030'18" 101056'36" CL, Lofton CL, Randall Clay and South) SOUTH) JUNEAU AT Acuff Loam, Amarillo FSL, Estacado 98T" STREET 33030'18" 101057'00" CL, Lofton CL, Randall Clay 1. Soil types from Soil Survey of Lubbock County, Texas, 1979 by United States Department of Agriculture, Soil Conservation Service. Refer to this document for further descriptions and characteristics of soils listed. 2. ULC — Urban Land Complex; FSL — Fine Sandy Loam; CL — Clay Loam 7 ,......._._.., _..._.._... ..-...—, ---- -__ ....., ,... - - ..,.,, r--i 1-11� r-11-71 ° M APPENDIX "B" . ROADWAY EMBANKMENT, ROADWAY EXCAVATION AND CORRECTIVE EARTHWORK VOLUMES INCREMENTAL VOLUME BETWEEN STATIONS City of Lubbock 98th Street Roadway and Drainage Improvements Slide Road to Juneau Avenue Roadway and Corrective Earthwork Volumes Corrective Roadway Roadway STATION Earthwork Embankment Excavation (CY) (CY) (CY) 101 +00.00 0 0 0 101 +20.00 433 0 116 101+40.00 427 0 108 101 +60.00 422 0 97 101 +80.00 417 0 86 102+00.00 412 0 78 102+20.00 407 0 72 102+40.00 401 0 68 102+60.00 394 2 63 102+80.00 388 3 56 103+00.00 379 7 48 103+20.00 372 9 42 103+40.00 365 10 38 103+60.00 358 13 36 103+80.00 351 17 34 104+00.00 344 21 33 104+20.00 339 23 35 104+40.00 336 22 40 104+60.00 334 19 45 104+80.00 333 14 54 105+00.00 333 9 65 105+20.00 330 6 74 105+40.00 327 4 80 105+60.00 323 3 83 105+80.00 319 3 85 106+00.00 315 2 87 106+20.00 310 2 87 106+40.00 306 2 86 106+60.00 303 1 85 106+80.00 299 1 86 107+00.00 295 2 89 107+20.00 292 1 93 107+40.00 289 1 99 107+60.00 286 0 100 107+80.00 283 0 99 108+00.00 280 0 99 108+20.00 277 0 99 108+40.00 274 0 107 108+60.00 270 0 120 108+80.00 267 0 135 109+00.00 263 0 152 109+20.00 260 0 164 1 of 11 City of Lubbock 98th Street Roadway and Drainage Improvements -- Slide Road to Juneau Avenue Roadway and Corrective Earthwork Volumes Corrective Roadway Roadway STATION Earthwork Embankment Excavation (CY) (CY) (CY) 109+40.00 256 0 172 109+60.00 251 0 185 109+80.00 245 0 197 110+00.00 239 0 214 110+20.00 233 0 233 110+40.00 227 0 286 110+60.00 222 0 307 110+80.00 218 0 295 111+00.00 215 0 309 111+20.00 214 0 320 111+40.00 215 0 327 111+60.00 217 0 331 111+80.00 222 0 376 112+00.00 230 0 367 112+20.00 239 0 309 112+40.00 250 0 295 112+60.00 263 0 282 112+80.00 276 0 266 113+00.00 290 0 248 113+20.0.0 303 0 232 113+40.00 317 0 218 113+60.00 331 0 204 113+80.00 345 0 189 114+00.00 360 0 174 114+20.00 375 0 159 114+40.00 389 0 147 114+60.00 403 1 136 114+80.00 416 1 130 115+00.00 429 2 119 115+20.00 444 2 110 115+40.00 351 3 106 115+60.00 250 3 101 115+80.00 250 3 96 116+00.00 250 3 92 116+20.00 250 4 84 116+40.00 252 3 75 116+60.00 255 2 72 116+80.00 257 0 72 117+00.00 258 0 75 117+20.00 260 1 80 117+40.00 262 0 85 117+60.00 260 0 86 2of11 City of Lubbock 98th Street Roadway and Drainage Improvements Slide Road to Juneau Avenue Roadway and Corrective Earthwork Volumes Corrective Roadway Roadway STATION Earthwork Embankment Excavation (CY) (CY) (CY) 117+80.00 257 0 84 118+00.00 257 0 80 118+20.00 257 0 80 118+40.00 257 0 80 118+60.00 257 0 78 118+80.00 258 0 76 119+00.00 258 0 75 119+20.00 258 0 76 119+40.00 258 0 76 119+60.00 257 1 76 119+80.00 257 0 75 120+00.00 257 1 74 120+20.00 259 0 74 120+40.00 261 0 74 120+60.00 260 0 74 120+80.00 257 0 76 121 +00.00 256 0 76 121 +20.00 255 0 78 121 +40.00 253 0 80 121 +60.00 252 0 83 121 +80.00 251 0 85 122+00.00 252 0 85 122+20.00 252 0 86 122+40.00 253 0 85 122+60.00 254 0 82 122+80.00 256 0 77 123+00.00 257 1 73 123+20.00 258 2 71 123+40.00 258 1 70 123+60.00 256 2 71 123+80.00 254 2 71 124+00.00 254 2 70 124+20.00 254 2 72 124+40.00 254 2 76 124+60.00 254 2 79 124+80.00 255 1 78 125+00.00 255 2 75 125+20.00 257 1 72 125+40.00 259 1 73 125+60.00 261 1 75 125+80.00 263 1 76 126+00.00 268 0 74 3of11 City of Lubbock 98th Street Roadway and Drainage Improvements Slide Road to Juneau Avenue Roadway and Corrective Earthwork Volumes Corrective Roadway Roadway STATION Earthwork Embankment Excavation (CY) (CY) (CY) 126+20.00 275 0 75 126+40.00 282 0 78 126+60.00 284 0 79 126+80.00 285 0 80 127+00.00 282 0 84 127+20.00 280 0 86 127+40.00 282 0 83 127+60.00 285 0 80 127+80.00 288 0 76 128+00.00 291 1 71 128+20.00 292 2 67 128+40.00 291 4 63 128+60.00 290 6 59 128+80.00 289 9 56 129+00.00 289 11 54 129+20.00 288 13 52 129+40.00 286 17 48 129+60.00 284 21 47 129+80.00 281 25 46 130+00.00 281 24 48 130+20.00 284 21 50 130+40.00 282 21 49 130+60.00 279 23 50 130+80.00 275 26 49 131+00.00 274 27 49 131+20.00 274 29 47 131+40.00 272 30 45 131+60.00 272 29 45 131+80.00 273 28 44 132+00.00 273 28 44 132+20.00 274 28 45 132+40.00 277 26 46 132+60.00 279 24 47 132+80.00 281 20 49 133+00.00 282 17 53 133+20.00 288 11 59 133+40.00 296 2 69 133+60.00 298 0 74 133+80.00 300 0 73 134+00.00 303 2 60 134+20.00 303 3 61 134+40.00 300 1 71 4of11 City of Lubbock 98th Street Roadway and Drainage Improvements Slide Road to Juneau Avenue Roadway and Corrective Earthwork Volumes Corrective Roadway Roadway I_ STATION Earthwork Embankment Excavation (CY) (CY) (CY) 134+60.00 299 1 73 134+80.00 300 1 68 135+00.00 296 5 60 135+20.00 295 7 56 135+40.00 301 4 56 135+60.00 306 3 53 135+80.00 309 3 46 i 136+00.00 303 10 37 136+20.00 301 12 35 136+40.00 305 8 36 136+60.00 302 11 37 136+80.00 301 13 39 137+00.00 299 11 41 137+20.00 296 4 59 137+40.00 278 0 96 137+60.00 264 0 126 137+80.00 267 0 143 138+00.00 265 1 151 138+20.00 263 1 164 138+40.00 263 1 170 138+60.00 266 0 164 138+80.00 269 0 166 139+00.00 269 0 171 139+20.00 268 0 179 139+40.00 268 0 181 139+60.00 276 0 157 139+80.00 278 0 146 140+00.00 272 0 154 140+20.00 271 0 154 140+40.00 272 0 152 140+60.00 271 0 155 140+80.00 270 0 158 141 +00.00 270 0 159 141 +20.00 270 0 160 141 +40.00 269 0 160 141 +60.00 269 0 161 141 +80.00 270 0 160 142+00.00 271 0 161 142+20.00 270 0 162 142+40.00 270 0 162 142+60.00 270 0 162 142+80.00 270 0 163 5of11 City of Lubbock 98th Street Roadway and Drainage Improvements Slide Road to Juneau Avenue Roadway and Corrective Earthwork Volumes Corrective Roadway Roadway STATION Earthwork Embankment Excavation (CY) (CY) (CY) 143+00.00 270 0 164 143+20.00 270 1 168 143+40.00 270 1 170 143+60.00 271 0 173 143+80.00 271 0 176 144+00.00 271 0 179 144+20.00 271 0 177 144+40.00 271 0 172 144+60.00 270 0 169 144+80.00 270 0 166 145+00.00 269 0 165 145+20.00 268 0 166 145+40.00 267 0 173 145+60.00 265 0 179 145+80.00 263 0 182 146+00.00 262 0 189 146+20.00 260 0 192 146+40.00 257 0 194 146+60.00 256 0 194 146+80.00 255 0 195 147+00.00 254 0 197 147+20.00 253 0 196 147+40.00 253 0 193 147+60.00 253 0 190 147+80.00 253 0 188 148+00.00 253 0 187 148+20.00 253 0 185 148+40.00 252 0 191 148+60.00 250 0 199 148+80.00 267 0 207 149+00.00 283 0 213 149+20.00 283 0 221 149+40.00 283 0 233 149+60.00 282 0 237 149+80.00 282 0 239 150+00.00 282 0 234 150+20.00 281 0 229 150+40.00 284 0 224 150+60.00 287 0 218 150+80.00 287 1 216 151+00.00 287 1 207 151+20.00 286 2 207 6of11 City of Lubbock 98th Street Roadway and Drainage Improvements Slide Road to Juneau Avenue Roadway and Corrective Earthwork Volumes Corrective Roadway Roadway (_ STATION Earthwork Embankment Excavation (CY) (CY) (CY) 151+40.00 285 2 213 151+60.00 284 2 210 151 +80.00 283 2 209 152+00.00 282 8 202 152+20.00 285 14 214 152+40.00 302 9 225 152+60.00 316 0 227 152+80.00 313 0 246 153+00.00 315 0 236 153+20.00 315 0 244 153+40.00 306 0 234 153+60.00 304 0 177 153+80.00 583 0 118 154+00.00 861 0 77 154+20.00 863 0 83 154+40.00 863 0 97 154+60.00 862 0 114 154+80.00 862 0 127 155+00.00 864 0 138 155+20.00 866 0 136 155+40.00 869 0 126 155+60.00 872 0 118 155+80.00 876 0 107 156+00.00 880 1 97 156+20.00 884 2 84 156+40.00 887 4 69 156+60.00 889 7 57 156+80.00 890 10 52 157+00.00 893 12 55 157+20.00 896 14 53 157+40.00 898 17 46 157+60.00 900 18 40 157+80.00 901 20 34 158+00.00 895 22 23 158+20.00 877 32 9 158+40.00 866 39 5 158+60.00 870 36 5 158+80.00 878 32 6 159+00.00 886 29 7 159+20.00 891 27 9 159+40.00 894 26 10 159+60.00 895 24 12 7 of 11 City of Lubbock 98th Street Roadway and Drainage Improvements Slide Road to Juneau Avenue Roadway and Corrective Earthwork Volumes Corrective Roadway Roadway STATION Earthwork Embankment Excavation (CY) (CY) (CY) 159+80.00 896 22 13 160+00.00 900 17 16 160+20.00 905 11 19 160+40.00 905 9 23 160+60.00 904 6 27 160+80.00 901 4 31 161 +00.00 896 4 33 161+20.00 884 3 29 161+40.00 867 4 21 161 +60.00 856 3 20 161 +80.00 848 4 19 162+00.00 844 5 19 162+20.00 422 4 24 162+40.00 423 3 31 162+60.00 845 3 37 162+80.00 843 1 42 163+00.00 840 1 47 163+20.00 838 0 52 163+40.00 835 1 59 163+60.00 832 0 65 163+80.00 828 0 69 164+00.00 823 0 72 164+20.00 819 0 72 164+40.00 817 0 70 164+60.00 814 0 65 164+80.00 576 0 61 165+00.00 340 0 59 165+20.00 340 0 58 165+40.00 340 0 57 165+60.00 341 1 54 165+80.00 344 1 51 166+00.00 346 0 52 166+20.00 345 0 53 166+40.00 344 1 54 166+60.00 344 0 56 166+80.00 343 1 56 167+00.00 342 1 57 167+20.00 342 0 57 167+40.00 342 1 55 167+60.00 342 0 55 167+80.00 341 1 55 168+00.00 342 1 54 8of11 City of Lubbock 98th Street Roadway and Drainage Improvements Slide Road to Juneau Avenue Roadway and Corrective Earthwork Volumes Corrective Roadway Roadway STATION Earthwork Embankment Excavation (CY) (CY) (CY) 168+20.00 342 1 54 168+40.00 342 2 53 168+60.00 343 1 53 168+80.00 343 1 53 169+00.00 343 1 53 169+20.00 342 2 54 169+40.00 341 2 52 169+60.00 342 2 50 169+80.00 344 2 47 170+00.00 345 3 43 170+20.00 347 3 42 170+40.00 348 2 43 170+60.00 347 3 45 170+80.00 347 2 46 171+00.00 347 1 47 171+20.00 347 2 47 _ 171+40.00 348 2 46 171+60.00 349 1 44 �- 171 +80.00 349 2 43 172+00.00 349 2 41 172+20.00 351 2 38 172+40.00 352 3 36 172+60.00 353 3 33 172+80.00 354 3 31 173+00.00 354 4 29 173+20.00 354 4 27 173+40.00 354 4 27 173+60.00 355 4 28 173+80.00 354 5 28 174+00.00 353 5 28 174+20.00 352 5 30 174+40.00 350 6 31 L 174+60.00 348 7 32 174+80.00 347 7 32 175+00.00 346 8 31 175+20.00 346 9 31 175+40.00 347 8 29 175+60.00 347 9 26 175+80.00 348 9 23 - 176+00.00 349 9 20 176+20.00 319 9 20 176+40.00 289 9 21 i 9of11 City of Lubbock 98th Street Roadway and Drainage Improvements Slide Road to Juneau Avenue Roadway and Corrective Earthwork Volumes Corrective Roadway Roadway STATION Earthwork Embankment Excavation (CY) (CY) (CY) 176+60.00 290 7 23 176+80.00 290 7 24 177+00.00 290 7 25 177+20.00 290 7 23 177+40.00 290 8 22 177+60.00 290 9 20 177+80.00 290 10 19 178+00.00 289 12 16 178+20.00 289 12 15 178+40.00 289 13 14 178+60.00 289 14 13 178+80.00 288 16 13 179+00.00 288 16 12 179+20.00 289 15 12 179+40.00 289 15 12 179+60.00 290 15 13 179+80.00 291 14 13 180+00.00 292 13 13 180+20.00 291 14 12 180+40.00 290 15 10 180+60.00 288 17 10 180+80.00 288 17 9 181 +00.00 288 17 9 181+20.00 289 16 11 181+40.00 290 15 13 181+60.00 290 15 14 181+80.00 289 17 14 182+00.00 289 17 14 182+20.00 288 18 13 182+40.00 288 19 13 182+60.00 288 20 12 182+80.00 288 21 11 183+00.00 287 23 10 183+20.00 288 23 9 183+40.00 288 24 9 183+60.00 289 24 9 183+80.00 290 24 9 184+00.00 291 23 9 184+20.00 291 24 10 184+40.00 291 25 9 184+60.00 291 26 8 184+80.00 292 26 8 10 of 11 City of Lubbock 98th Street Roadway and Drainage Improvements Slide Road to Juneau Avenue Roadway and Corrective Earthwork Volumes Corrective Roadway Roadway STATION Earthwork Embankment Excavation (CY) (CY) (CY) 185+00.00 292 26 8 185+20.00 292 26 9 185+40.00 291 25 10 185+60.00 290 23 10 185+80.00 289 20 13 186+00.00 288 17 14 TOTAL 156,023 2,399 39,141 i